Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2021-R0004 - Contract 15477 with Garney Companies, Inc. 1.12.21
Resolution No. 2021-R0004 Item No. 7.8 January 12, 2021 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, Public Works Contract No. 15477 for Low Head C Supply Pipeline as per RFP 21-15477-JM, 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 January 12, 2021 �-A DANIEL M. POPE, MAYOR ATTEST: 4 Rebecca arza, City Secr to APPROVED AS TO CONTENT: (DaE Jesica cEachern, Assistant City Manager APPROVED AS TO FORM: K lli Leisure, Assistant City Attorney ecdoes/RES.Contract 15477 — Low Head C Supply Pipeline December 8, 2020 Addendum No. 3 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: November 19, 2020 PROJECT NUMBER: RFP 20-15477-JM LOW HEAD C PIPELINE 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 LOW HEAD C PIPELINE 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 DESCRIPTION QTY U/M UNIT COST EXTENDED COST A AWWA C303 CONCRETE PRESSURE PIPE 1. 36" AWWA C303 BWCCP Class 150 21,400 LF S do V . o a 9 4 3e I 4ea.ee 2. Corrosion Monitoring Test Stations 27 EA $ t 151, g 5 6 y 1 ilY s SUBTOTAL A 3 y 351 3q S B AWWA C200 STEEL PIPE 1. 36" AWWA C200 Steel Pi e & Fittings Class 150 21,400 LF A 13- G G 1, b 15, t1$ .,to 2. Corrosion Monitoring Test Stations 27 EA 1,951• $5 y q,q.q s SUBTOTAL B y G as r C AWWA E9&S C900 DR-18 PVC Pipe 1. 36" AW WA E9A3 C900 DR-18 PVC Pipe & Fittings 21 ,400 LF dS8 • 3`� 5, 511, G1-A, SUBTOTAL C 5-, SZ q , b St.4 D ITEMS COMMON TO A, B, & C 1. Trench Safety System 19,885 LF 4.00 $11,5.a, o a 2. Crossings a. 60" I.D. 26" and Upland Avenue 105 LF ; 11>00.00 4 i 14 aeo..o b. 60" I.D. 34" and Upland Avenue 110 LF oo•oo I oo.•oo c. 60" I.D. Lubbock & Western Railway and Upland Avenue 140 LF I,Aoo,eo lby o.o.o. d. 60" I.D. 50" and Upland Avenue 130 LF I Jee-eo $ /SG,e�o.e0 e. 60" I.D. 66" and US HWY 82 1,030 LF $$o..0 8-ts Soe.eo 3. 8" Blow Off Valve Assembly 9 EA t oeo.0e 161, ooe. 00 4. 4" Combination Air Valve Assembly 19 EA ( ao.00 3tio s.n-aa 5. 8" Combination Air Valve Assembly1 EA iZoae.oa $ I`I o0a-eo 6. Flexible Base Driveway Repair 350 SY 19. ,we.co 7. Concrete Driveway Repair 300 SY 1 l o . a o 3 j eoo-e. 8. Asphalt Pavement Repair 10��0 SY $ 65,00 g (�'J1 (De-00 8.1 Caliche Pavement Repair 4,923 1,428 SY $ 30 0 a S 41,$ a-oo Addendum No. 3 ITEM DESCRIPTION QTY +/ U/M UNIT COST EXTENDED COST 9. Concrete Pavement Repair 2,300 SY 3 116.00 3 2r,ee.e. 10. Additional CLSM for Utility Protection 250 CY $ o.o o } no -0 0 11. Additional Coarse Gravel for Trench Foundation 250 CY S. o o •t .o 0 12. Additional Pipe Zone Embedment Material for Unstable Soils 250 CY }s . a se. 66 13. Additional Concrete Encasement 250 LF f e S. o 0 o e 14. Additional Flowable Fill Encasement 250 LF 9 40... 33 ee. 00 15. Additional Curb and Gutter 250 LF I is-00 5 19 n!fa . 00 16. Additional 2,000 PSI Concrete 250 CY ,.0 13 ?So.00 17. Existing 36-inch Bailey County Pipeline Connection I LS 9Ao 00.•.o Sao eeo.eo 18. Pressure Testing and Draining Pipeline 1 LS 9 10,000.00 g 1e,oeo.00 19. Chlorinating, Bac T Testing, and Draining Pipeline I LS 3 31 0 0.00 3x SW - 0. 20. Re -Fill, Chlorinate, and Bac T Test the Pipeline up to 120 Days After Pipeline Completion I LS 13 000•oa Bi $3%0o0.0e 21. MOBFV Electrical Panel and Communications 1 LS .S 3'15 oco.00 3 5 0c0. 00 22. 36'Motor Operated ButterFl Valve I EA $ 6/o,oc0.00 Oo0•oo 23. Motor Operated Actuator and Manhole for Existing Manual BFV 2 E'4 � ao 000. 00 4e, Doe. a 0 24. Fiber Optic Conduit 21,400 LF 4 8 .o o t n 1 25. Fiber Optic Ground Box 37 EA 3 � , 5e o . 0 o j 92,10o. 0 0 26. Seedingj 5 AC iI ye0.00 eoe.00 27. Mobilization 1 LS y 3b.000.0. ,E43D,.w.00 28. 12" CMP Culvert Replacement 90 LF 1 . o o S t 530.00 29. 19" CMP Culvert Replacement 136 LF S 7.5•oo 30. 24" CMP Culvert Replacement 48 LF 'go. e 0 j 1, t1tic"o 31. Demolition of Existing Wooden Light Pole 1 LS _50e0. o o SUBTOTAL D Sy eo.eo E ALLOWANCES 1. Electric Utility Service Allowance I LS $20,000.00 $20,000.00 SUBTOTAL E $20,000.00 AMOUNT BID(ITEM A+D+E 3 SSG q� ** Add (+) or Deduct - TOTAL AMOUNT BID ITEM A + D+ E yi5 6 .9S AMOUNT BID(ITEM B+D+E ** Add + or Deduct - TOTAL AMOUNT BID ITEM B + D + E AMOUNT BID ITEM C + D + E ** Add +) or Deduct - TOTAL AMOUNT BID ITEM C + D + E Total: $8,915,699.95 ** 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, B, or C as applicable. Addendum No. 3 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 3 O O (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 3 9 6 (to Final Completion) (not to exceed 365 consecutive calendar days to Substantial Comoletion / 425 consecutive calendar days to Final Completion). 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 365 Consecutive Calendar Days with final completion within 425 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of$2,000.00 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500.00 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Sol. . Te F e i5. d Dollars ($ $• • B'Z , 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(g), a Date: November 19, 2020 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. Authorized Sign •^!t'i�.�►% '•S David R. Burkhart GOAp�MlF =� (Printed or Typed Name) (Seal if Offeror is a Corporation); = t Garvey Companies, Inc. ATTEST: Nam% .SEl�1l : JQ Company DF Mfg a��`� 1700 Swift Street �y� Se etary ��inuttuua%V1 Address Kansas City Clay City, County Offeror acknowledges receipt of the following addenda: Missouri 64116 State Zip Code Addenda No. t_ Date 11 /6/2020 Telephone: 816 - 741-4600 Addenda No. Z Date I I Zo Fax: 816 - 741-4488 Addenda No. _ Date Email: dburkhartla�garney.com Addenda No. Date FEDERAL TAX ID or SOCIAL SECURITY No. 44-0658613 M/WBE Firm: CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2020-698499 Garney Companies, Inc. Kansas City, MO United States Date Filed: 12/14/2020 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 12/21/2020 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 15477 Construction services for RFP_21_15477-JM, Low Head C Pipeline. 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 UNSWORN DECLARATION My name is and my date of birth is My address is , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of .20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.cd34673b January 12, 2021 Page Intentionally Left Blank LUB19278 – Low Head C Pipeline Seal Sheet 1 SEAL SHEET Division: 00, 01, 02, 03, 07, 09, 26 42 00.01, 31, 32, 33 Division: 00, 01, 02, 03, 07, 09, 31, 32, 33 Division: 26, 27, 40 09/16/202009/16/2009/16/2020 Page Intentionally Left Blank ADDENDUM Page Intentionallv Left Blank City of bbock TEXAS ADDENDUM 1 Evaluation Criteria Clarification & Engineer's Addendum 1 RFP 21-15477-JM Low Head C Supply Pipeline DATE ISSUED: November 6, 2020 CLOSE DATE: November 19, 2020 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form, Evaluation Criteria Clarification 1. Please incorporate the revised paragraph for Item 32 of the General Instructions to Offerors. DELETE: "The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 25 points for Contractor Qualifications, 10 points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used to evaluate each proposal includes the following:" REPLACE WITH: "The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 25 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 10 points for Construction Time. The selection criteria used to evaluate each proposal includes the following:" Eny.ineer's Addendum 1 1. Please see Engineer's Addendum No. 1, attached. All requests for additional information or clarification must be submitted in writingand directed to Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, TX 79401 Questions may be faxed to (806)775-2164 or Emailed to JMontesgmylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, A44a Wf4wra CITY OF LUBBOCK Jessie Montes Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or M 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 009101 ADDENDUM NUMBER 01 Owner: City of Lubbock Project: Low Head C Pipeline Project No.: 92450.9241.30000 (LUB19278) Addendum No. 01 Addendum Date: 11/6/2020 The following additions, deletions, modifications, or clarifications shall be made to the appropriate portions of the Contract Documents. Offerors must acknowledge receipt of this Addendum in the space provided on the Bid Form. Addendum Number 01 00 9101- 1 LUB19278 — Low Head C Pipeline Approved by: Freese and Nichols, Inc. Name: Charles H. Erwin, P.E. Date: 11/6/2020 .. CO .• •. s Jo CHARLES H. ERWIN / .......................... 118842 I�C�,�•. l.cE N � SSA •..0000 11/06/20 Freese and Nichols, Inc. Texas Registered Engineering Firm, F-21444 Addendum Items: Article 2 —Specifications Article 3 — Drawings Addendum Number 01 LUB19278 — Low Head C Pipeline Approved by: Freese and Nichols, Inc. Name: Michael A. McBee, P.E. Date: 11/6/2020 P'��;...... AW AV*: ;*/ *gosgoggg.ss000***seegssgg MICHAEL A. MCBEE '• 130463 •' u Aw o �� O 4 '� A •. cE N S s� .• ��'+ egos �C�+ NAL 11 /06/2020 Freese and Nichols, Inc. Texas Registered Engineering Firm, F-21444 Addendum Items: Article 2 — Specifications Article 3 — Drawings 009101-2 ARTICLE 1— ADDENDUM 1.01 Amend the Contract Documents A. Make the additions, modifications, or deletions to the Contract Documents described in this Addendum. 1.02 Acknowledge Addenda A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. ARTICLE 2 — SPECIFICATIONS 2.01 General Conditions of the Agreement, Page 17 A. Paragraph 45 Correction of Work 1. Amend Paragraph 45 by deleting: "...within a period of one (1) year..." and replace with the following: "...within a period of two (2) years...". 2.02 011100 Summary of Work A. Paragraph 1.07, Page 3 1. Add Paragraph 1.07: "1.07 JOB CONDITIONS AND NORMAL WORKING HOURS" "A. The General Conditions, the Supplementary Conditions, and General Requirements apply to each Section of the Specifications. B. Comply with all applicable state and local codes and regulations pertaining to the nature and character of the Work being performed. C. Normal project working hours for this project are Monday through Saturday between 8:30 a.m. and 5:30 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." 2.03 0150 00 Temporary Facilities and Controls." A. Paragraph 2.02, Page 2-5. 1. Delete Paragraph 2.02 entirely and insert the following in its place: "2.02 OPT FIELD OFFICES" "A. Afield office for the OPT is not required on this project." B. Paragraph 2.03, Page 5. 1. Add new paragraph(s) C and D immediately following Paragraph B: Addendum Number 01 00 9101- 3 LUB19278 — Low Head C Pipeline "C. The temporary construction easements shown in the plans are not for the Contractor's Field Office. The work limits depicted on the plans are not for the Contractor's Field Office." "D. Notify the Owner's Project Team of the Contractor's Field Office location." 2.04 3123 33.16 Trenching and Backfill A. Paragraph 3.02 G, Page 8-9. 1. Amend Paragraph G.2 by deleting: "For semi -rigid pipe construction, extend the embedment material from the bottom of the trench to 6 inches over the top of pipe" and add the following: "For semi -rigid pipe construction, extend the embedment material from the bottom of the trench as shown in the plans". 2. Amend Paragraph G.4 by deleting: "Compaction of granular embedment in this zone shall be at a minimum of 95 percent Maximum Density in accordance with ASTM D4253" and add the following: "Compaction of granular embedment in the pipe zone shall be as required in the plans". 3. Delete Paragraph G.5 entirely. B. Paragraph 3.02 H, 9. 1. Amend Paragraph H by deleting: "Place the ordinary backfill material above the pipe zone in lifts not exceeding 18 inches loose depth and compacted to 90 percent Standard Proctor density in areas outside of existing or proposed roadways." and add the following: "Place the backfill material above the pipe zone in lifts not exceeding 18 inches loose depth and compact as required by the plans." 2.05 32 3113.53 High -Security Chain Link Fence and Gates A. Remove Specification 32 3113.53 in its entirety. 2.06 33 1113.13 Steel Pipe and Fittings A. Paragraph 1.01 B, Page 1. I. Amend Paragraph B by deleting: "The coating shall be polyurethane unless the use of mortar -coated or epoxy -coated steel pipe is indicated on the Drawings." and add the following: "The pipeline coating shall be in accordance with Section 09 9716 "Pipeline Coatings and Linings." Buried pipe shall be mortar -coated (Section 09 9716) and above -grade interior/exterior pipe shall be epoxy -coated (Section 09 96 00.01).". ARTICLE 3 — DRAWINGS 3.01 Replace the following Drawings: r 1rawirt pAY h With °I�rav�►in'` Drawin Noy Dravv�n Title �.. Draiwir� lVo. -Qraw�n Title DT-7 Fence and Gate Details DT-7 Fence and Gate Details END OF ADDENDUM NO.01 Addendum Number 01 00 9101- 4 LUB19278 — Low Head C Pipeline INTRUDER GUARD OUTWARD 1-5/3"TOP RAIL CONTINUOUS PRESSED STEEL TOP PINNED TO POST. 3 STRANDS BARBED WIRE 4)*- KNUCKLED TOP AND BOTTOM LOCK ARMOR BARBED WIRE PLACED 4- C/C SELVEGFS INSIDE ARM. 31" ji� 10 'wile AIN UNK MESH ---------- - - ommml TO RAILS ON 24" CENTERS as attt�. ------------------ R ------ — ------ --------------- POSTS14"Ot. Hal -------- ABRIC TOTENSIONWIRE 24" 0. RAW Allpi MARRMARRMA FARM < -- - ----- ----- fA &-TENSION WIRE #7 GALVANIZED ALUMINUM COATED 1 r WIDE CURB CENTERED UNDER FENCE, TYP. OR TO BE INSTALLED \-GATE WITHIN 2- OF SURFACE STD N-CLASS FRAME 2" O.D. PIPE CHAIN LINK FABRIC KNUCKLED Top AND BOTTOM WITH n GALVANIZED TENSION WIRE lw-ol C/C MAX. 6 CONCRETE TYPICAL BRICK OR CONCRETE BLOCK FURNISHED BY CONTRACTOR DOUBLE SWING, DOUBLE LEAF GATE (V-0" OPENING BETWEEN POSTS C/C) (GATE LEAFS TO SWING MIN. lW EACH WAY) SEE NOTE 7 LLJ z ui —j LLJ LL. LLJ 0 NOTES: tt� LLJ END POST LINE POST TYPICAL POST EMBEDMENT GATE POST 1. ALL METAL PARTS SHALL BE NOT DIP GALVANIZED. 2. FENCES AND GATES SHALL BE FURNISHED COMPLETE WITH ALL m p C3 (n z (OR CORNER) 2-71V O.D. STD PIPE 2-3/9"O.D. STD PIPE 3-11F OF STD PIPE NOTE: FENCE SHOWN STRAIGHT FOR NECESSARY FITTINGS AND HARDWARE. Z a CLARITY. 3- FOR GATES, SIZES OF PIPES, SAG RODS AND TURNBUCKLES SHALL BE MANUFACTURER'S STANDARD WHICH ALSO MEET THE 0 Lj 3: z z < uj REQUIREMENTS OF THIS DRAWING. 4. POSTS SHALL BE ROLLED OR 0 z ELEVATION OF CHAIN LINK FENCE AND GATES 1--v EXTRUDED SECTIONS OR TUBING OF STEEL OR ALUMINUM CAPABLE OF WITHSTANDING A LATERAL FORCE OF 100 POUNDS APPLIED AT THE TOP. ALL HOLLOW POSTS SHALL BE CAPPED. S. STANDARD PIPE SIZES INDICATED ARE NOMINAL DIAMETER, SCHEDULE 40, PER AMERICAN STANDARDS ASSOCIATION (ASA) 6 36.10. J LLJ 6. PROVIDE PLUNGE ROD AND CATCHES FOR ALL GATES IN OPEN AND CLOSED POSITION. 7. SWING GATE MAY BE UNCLE LEAF GATE WITH V-W OPENING BETWEEN POSTS IF GATE LOCATION DOES NOT PHYSICALLY ALLOW ENOUGH WIDTH FOR A DOUBLE SWING, DOUBLE LEAF GATE. 2 DT-7 SEQ. 39 Prot Dge 11/61Z020 3:40 FM PW BY: OZZO F&ROM: N:XWTU\Drawing.\Woteb*\CVnC.DT.F[Kol�hn BID SET ADDENDUM 2 Engineer's Addendum 2 RFP 21-15477-JM Low Head C Supply Pipeline DATE ISSUED: November 12, 2020 CLOSE DATE: November 19, 2020 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature. page of the Proposal Submittal Form, Engineer's Addendum 2 1. Please see Engineer's Addendum No. 2, attached. All requests for additional information or clarification must be submitted in writing and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, TX 79401 Questions may be faxed to (806)775-2164 or Emailed to JMontesna,mvlubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, MW 10 CITY OF LUBBOCK Jessie Montes Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if and 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 009102 ADDENDUM NUMBER 02 Owner: City of Lubbock Project: Low Head C Pipeline Project No.: 92450.9241.30000 (LUB19278) Addendum No. 02 Addendum Date: 11/12/2020 The following additions, deletions, modifications, or clarifications shall be made to the appropriate portions of the Contract Documents. Offerors must acknowledge receipt of this Addendum in the space provided on the Bid Form. Addendum Number 02 00 9102 - 1 LUB19278 — Low Head C Pipeline Approved by: Freese and Nichols, Inc. Name: Charles H. Erwin, P.E. Date: 11/12/2020 OF go AW 1� *egg * .;Jo * / CHARLES H. ERWIN .......0................. V, go 118842 9 0'4�, E N S ���� 1 At- 11/12/20 Freese and Nichols, Inc. Texas Registered Engineering Firm, F-21444 Addendum Items: Article 2—Specifications Article 3 — Drawings Addendum Number 02 LUB19278 — Low Head C Pipeline Approved by: Freese and Nichols, Inc. Name: Michael A. McBee, P.E. Date: 11/12/2020 EOF 1AV CO AV MICHAEL A. MCBEE / .......................t.. �� �° '• 130463 iu w /o o . '���; •. CE N S� .• �'� TONAL 11/12/2020 Freese and Nichols, Inc. Texas Registered Engineering Firm, F-21444 Addendum Items: Article 2 — Specifications Article 3 — Drawings 009102-2 ARTICLE 1— ADDENDUM 1.01 Amend the Contract Documents A. Make the additions, modifications, or deletions to the Contract Documents described in this Addendum. 1.02 Acknowledge Addenda A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. ARTICLE 2 —SPECIFICATIONS 2.01 Proposal Submittal Form 1. Replace the Proposal Submittal Form in its entirety with the attached Proposal Submittal Form. 2.02 0129 01 Measurement and Basis for Payment A. Paragraph 1.04.F, Pages 2 1. Amend Paragraph 1.04.F by adding the following sentence to the end of the paragraph: "Payment shall include all costs for subgrade compaction, flexbase, HMAC surface, and striping to match existing striping and all other work necessary to meet the plan and specification requirements for Asphalt Pavement Repair." B. Paragraph 1.04, Page 4 1. Amend Paragraph 1.04 by adding paragraphs S, T, U, and V to the end of the paragraph: "S. Item D-28 -12" CMP Culvert Replacement 1. Includes the complete installation of the 12" CMP Culvert. Payment made at unit price bid and shall be measured in linear feet by station. Item includes materials, labor, equipment, and incidentals for complete installation of the CMP Culvert as indicated in the Contract. T. Item D-29 -19" CMP Culvert Replacement 1. Includes the complete installation of the 19" CMP Culvert. Payment made at unit price bid and shall be measured in linear feet by station. Item includes materials, labor, equipment, and incidentals for complete installation of the CMP Culvert as indicated in the Contract. U. Item D-30 - 24" CMP Culvert Replacement 1. Includes the complete installation of the 24" CMP Culvert. Payment made at unit price bid and shall be measured in linear feet by station. Item includes materials, labor, equipment, and incidentals for complete installation of the CMP Culvert as indicated in the Contract. Addendum Number 02 00 9102 - 3 LUB19278 — Low Head C Pipeline V. Item D-08.1— Caliche Pavement Repair 1. Measurement and payment for the caliche pavement replacement shall be 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." 2.03 3123 33.16 Trenching and Backfill A. Paragraph 3.03.A, Page 10. 1. Delete Paragraph 3.03.A entirely and replace with the following: "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 for the full depth of the trench to top of the pipe zone. Compact the backfill to 97 percent modified proctor density (ASTM D1557). Backfill material for the pipe zone shall consist of imported granular embedment compacted to 98% maximum density in accordance with ASTM D-4253. Replace flexbase roads with a minimum of 6 inches of flexbase material compacted to 95 percent Standard Proctor Density. Replace asphalt paved roads with 6 inches of flexbase material compacted to 95 percent Standard Proctor Density and 2 inches of HMAC. Replace concrete roadways with 3000 psi concrete reinforced equal or better than existing. Saw -cut asphalt roads prior to placement of HMAC. Cut concrete roads back to expose reinforcing prior to replacing concrete paving. Backfill and compact unimproved field road as per the backfill requirements for open areas, except compact the top 12 inches to 95 percent Standard Proctor Density." 2.04 33 05 01.09 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings A. Paragraph 2.01.C, Page 3 1. Amend Paragraph C by deleting "...24-inch..." and replacing with "...36-inch...". B. Paragraph 2.01.D.3.c, Page 4 1. Amend Paragraph c by deleting "...100 pcf..." and replacing with "...60 pcf...". ARTICLE 3 — DRAWINGS 3.01 Drawing G-1 A. General Notes 1. Add the following General Note: "39. If Contractor damages existing asphalt paving outside of the replacement limits shown in the drawings, it will be the responsibility of the contractor to repair or replace the damaged asphalt pavement that was damaged with like or better material and conditions and no separate payment will be made." Addendum Number 02 00 9102 - 4 LUB19278 — Low Head C Pipeline 3.02 Drawing WL-13 A. Plan View 1. Delete the leader "Replace Existing 24" CMP Culvert" and replaced with "Replace 18LF Existing 24" CMP Culvert". 3.03 Drawing WL-14 A. Plan View 1. Delete the leader "Replace 2-Existing 19" CMP Culverts" and replaced with "Replace 2- 68LF Existing 19" CMP Culverts". 3.04 Drawing WL-15 A. Plan View 1. Delete the leader "1023 SY of Asphalt Pavement Repair" and replaced with "1023 SY of Caliche Road Repair, Re: 4/DT-10". 3.05 Drawing WL-17 A. Plan View 1. Delete the leader "Existing 12" CMP Culvert to be Replaced" and replaced with "Replace 41LF Existing 12" CMP Culvert". 3.06 Drawing CV-3 A. Notes: 1. Add the following Note: "6. Concrete replacement shall be 8-inch thick and meet requirements of the City of Lubbock Public Works Engineering Design Standards and Specifications for Class C Concrete. Concrete mix design shall include a minimum 6 sacks cement per cubic yard, have a water/cement ratio of 0.35-0.45, and have a max slump of 3 inches. Concrete shall have a minimum compressive strength of 2500 psi at 7 days and 3600 psi at 28 days. Contractor shall use City of Lubbock Public Works Engineering Design Standards Latest Edition Plate No. UEM-02 Concrete Street and Alley Cut Repair." 3.07 Drawing DT-5 A. General Notes: 1. Add the following General Note: "9. All nuts, bolts, and washers for butterfly valves shall be Type 316 stainless steel of suitable strength to meet the service requirements. Bolts shall conform to ASTM A193, Grade B8M. Nuts shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti -seize compound during installation." 3.08 Drawing DT-11 A. Connection Note 3 1. Amend Connection Note 3 to read as follows: Addendum Number 02 00 9102 - 5 LUB19278 — Low Head C Pipeline "I CAV at STA 0+93 may function as an access manway during construction." B. Detail 2 Typical Mechanical or Electrical Pad Section "A" 1. Amend the width dimension by deleting "0'-7 111/256"" and replacing with "0'-8". 3.09 Replace the following Drawings: Ike face Drawin 177 With Drawin Drawing No. Clravuing Tine Drawng:lo. Qrawing 1�itte ; WL-1 STA 1+00 to STA 9+00 WL-1 STA 1+00 to STA 9+00 DT-10 Road Paving Details DT-10 Road Paving Details END OF ADDENDUM NO.02 Addendum Number 02 00 9102 - 6 LUB19278 — Low Head C Pipeline PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 20-15477-JM LOW HEAD C PIPELINE Proposal of Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: Addendum No. 2 (hereinafter called The Offeror, in compliance with your Request for Proposals for the LOW HEAD C PIPELINE 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 DESCRIPTION QTY +/- U/M UNIT COST EXTENDED COST A AWWA C303 CONCRETE PRESSURE PIPE 1. 36" AWWA C303 BWCCP Class 150 21,400 LF 2. Corrosion Monitoring Test Stations 27 EA SUBTOTAL A B AWWA C200 STEEL PIPE 1. 36" AWWA C200 Steel Pipe & Fittings Class 150 21,400 LF 2. Corrosion Monitoring Test Stations 27 EA SUBTOTAL B C AWWA C905 DR-18 PVC Pipe 1. 36" AWWA C905 DR-18 PVC Pipe & Fittings 219400 LF SUBTOTAL C D ITEMS COMMON TO A, B, & C 1. Trench Safety System 1%885 LF 2. Crossings a. 60" I.D. 26th and Upland Avenue 105 LF b. 60" I.D. 34th and Upland Avenue 110 LF c. 60" I.D. Lubbock & Western Railway and Upland Avenue 140 LF d. 60" I.D. 50th and Upland Avenue 130 LF e. 60" I.D. 66th and US HWY 82 15030 LF 3. 8" Blow Off Valve Assembly 9 EA 4. 4" Combination Air Valve Assembly 19 EA 5. 8" Combination Air Valve Assembly 1 EA 6. Flexible Base Driveway Repair 350 SY 7. Concrete Driveway Repair 300 SY 8. Asphalt Pavement Repair 10,340 SY 8.1 Caliche Pavement Repair 19023 SY 9. Concrete Pavement Repair 2,300 SY Addendum No. 2 ITEM DESCRIPTION QTY +/- U/M UNIT COST EXTENDED COST 10. Additional CLSM for Utility Protection 250 CY 11. Additional Coarse Gravel for Trench Foundation 250 CY 12. Additional Pipe Zone Embedment Material for Unstable Soils 250 CY 13. Additional Concrete Encasement 250 LF 14. Additional Flowable Fill Encasement 250 LF 15. Additional Curb and Gutter 250 LF 16. Additional 2,000 PSI Concrete 250 CY 17. Existing 36-inch Bailey County Pipeline Connection 1 LS 18. Pressure Testing and Draining Pipeline 1 LS 19. Chlorinating, Bac T Testing, and Draining Pipeline 1 LS 20. Re -Fill, Chlorinate, and Bac T Test the Pipeline up to 120 Days After Pipeline Completion 1 LS 21. MOBFV Electrical Panel and Communications 1 LS 22. 36" Motor Operated Butterfly Valve 1 EA 23. Motor Operated Actuator and Manhole for Existing Manual BFV 2 EA 24. Fiber O tic Conduit 21,400 LF 25. Fiber O tic Ground Box 37 EA 26. Seeding 5 AC 27. Mobilization 1 LS 28. 12" CMP Culvert Replacement 90 LF 29. 19" CMP Culvert Replacement 136 LF 30. 24" CMP Culvert Replacement 48 LF SUBTOTAL D E ALLOWANCES 1. Electric Utility Service Allowance 1 LS $20,000.00 $2000.00 SUBTOTAL E $20,000.00 AMOUNT BID ITEM A + D + E ** Add + or Deduct - TOTAL AMOUNT BID ITEM A + D+ E AMOUNT BID ITEM B + D +E * * Add + or Deduct - TOTAL AMOUNT BID ITEM B + D + E AMOUNT BID ITEM C + D + E * * ---TTOTAL Add + or Deduct -) AMOUNT BID ITEM C + D + E * * 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, B, or C as applicable. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: TOTAL CONSECUTIVE CALENDAR DAYS: Addendum No. 2 (to Substantial Completion) (to Final Completion) (not to exceed 365 consecutive calendar days to Substantial Completion / 425 consecutive calendar days to Final Completion). 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 365 Consecutive Calendar Days with final completion within 425 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $2,000.00 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500.00 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. 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 six 60 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 No Text SAWCUT AND TACK COAT V-cr 6. OUSTING UNOERLY" T I V f jCjGP EXISTIN 84TUMINOUS PAVEMENT EXISTING UNDERLYING SEE TYP ASPHALT AMATERIAL PAVEMENT SECTION NI -EDGE OF BITUMINOUS PAVEMENT JUNCTURE OF NEW FLEXIBLE AND EXISTING FLEXIBLE PAVEMENT NOT TO SCALE TACK COAT WCUT AND TACK COAT NEW CONCRETE 'STING 05 0 12* OCEW BITUMINOUS PAVEMENT EXISTING SEE TYP CONCRETE UNDERLYING k" PAVEMENT SECTION MATERIAL SEE TYP ASPHALT EXISTING SECTION 'THICKEND EDGE EXCAVATE EXISTING MATERIALS To A NEAT LINE AND PLACE CONCRETE WITHOUT A FORM JUNCTURE OF NEW RIGID AND /-2 EXISTING FLEXIBLE PAVEMENT NOT TO SCALE 26, 2' 26'TVP 2' 4- CROWN H.M.A.C. TYPE C SURFACE 4"CROW 3! 6- FLEXIBLE BASE (95-A, ASTM 01557) .. 6 COMPACTED SUBGRADlE(9S%, ASTM D1557) 6- FLEXIBLE BASE (951%, ASTM D1557) 6- COMPACTED SUBGRADE(95%, ASTM D1557) TYPICAL 26' CALICHE CROSS SECTION (COUNTY) TYPICAL ASPHALT STREET CROSS SECTION (COUNTY) /73 NOT TO SCALE NOT TO SCALE NOTE: EXISTING PAVEMENT/SUSGRADE TO BE MILLED AND NOTE: PROCESSED TO A DEPTH OF 7". CONTRACTOR TO ADD 6% 1. FLEXIBLE BASE SHALL BE PORTLAND AND PROCESS OPTIMUM MOISTURE PRIOR TO NEW MATERIAL PLACING RECLAIMED BASE MATERIAL CURB SEE NOTE 6 WIDTH 2" ASPHALT PAVEMENT, TYPE C VARIES PER PLANS 4"CROWN CURB SEE NOTE 6 3W 6" FLEXBASE BACKFILL MODIFIED PROCTOR COMPACTED TO PER ASTM DISS7 95% �TACI COAT ON BASE AND AT ALL VERTICAL JOINTS RESIDENTIAL ASPHALT STREET SECTION IN CITY LIMITS NOT TO SCALE 7 amKom Kw#4 ism= nm 1. CONTRACTOR TO SURVEY CROSS SECTIONS OF STREETS EVERY 20' AN AT EVERY INTERSECTION, GUTTER, DRIVEWAY, ETC., AND BE SUBMITTED TO THE ENGINEER. AT INTERSECTIONS WITH STREETS THE CONTRACTOR 15 TO SURVEY CROSS STREET IW EACH DIRECTION. THESE SURVEYS ARE TO BE DONE BEFORE CONSTRUCTION AND AFTER NEW PAVING IS INSTALLED AND SUBMITTED TO THE ENGINEER. CONTRACTOR TO SUBMIT AN AUTOCAD FILE WITH ALL SHOTS/SURFACES INCLUDED. ALL NEW PAVING SHALL BE INSTALLED TO THE LINE AND GRADE AS SURVEYED. 2. CONTRACTOR SHALL REPAIR AND REPAVE EACH CITY STREET, WITHIN 14 DAYS UPON COMPLETION OF ALL PIPE LAYING ACTIVITIES FOR EACH STREET. (I.E. WHEN CONTRACTOR LEAVES ONE STREET TO PRIVATE PROPERTY OR TO ANOTHER STREET, THE STREET MUST BE REPAVED.) 3. FOR PARTIAL STREET REPLACEMENT CONTRACTOR SHALL SMOOTH SAW CUT PAVING, INSTALL HORIZONTAL AND VERTICAL TACK COAT AND REPAVE THE AREA AS SHOWN IN THE PLANS. xx E 3: u E (L z u 0 0-0 -i CC 4. IF CONTRACTOR DAMAGES PAVEMENT OUTSIDE Of WORK LIMITS, IT IS THE CONTRACTORS RESPONSIBILITY TO REPAVE AREAS AT NO ADDITIONAL CHARGE TO THE OWNER. g S. FOR NEW OR TO REPAIR/REPLACE CONCRETE CURB AND GUTTER, CONTRACTOR TO USE THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS, PLATE 36-10, LATEST EDITION. 6. WHERE EXISTING CURB IS DAMAGED AND ASPHALT PAVEMENT REPLACEMENT IS CALLED OUT, CURB SHALL BE REPLACED AND CONTRACTOR TO USE THE CITY OF LUBBOCK PUBLIC WORKS ENGINEERING DESIGN STANDARDS AND SPECIFICATIONS, PLATE 365-10 LATEST EDITION. WHERE ASPHALT PAVEMENT REPLACEMENT IS CALLED OUT AND THERE IS NO EXISTING CURB, CONTRACTOR IS NOT EXPECTED TO INSTALL NEW CURB. 7. CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF ALL UTIUTIES PRIOR TO MANUFACTURING PIPE AND CONSTRUCTION. S. EMERGENCY ACCESS AND ACCESS TO RESIDENCE DRIVES SHALL BE PROVIDED AT ALL TIMES, ACCESS SHALL BE CLOSED FOR NO MORE THAN 2 HOURS AT ANY i TIME DURING DAY, OPEN AT ALL TIMES DURING NIGHT. - - - - -- 9. CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE, BARRICADE, FLAGMAN, ETC. TO MAINTAIN SAFE TRAFFIC FLOW DURING ENTIRE TIME CONSTRUCTION OR EXCAVATION IS OCCURRING WITHIN THE RIGHT-OF-WAY. 10. CONTRACTOR SHALL SUPPORT EXISTING UTILITIES AS REQUIRED. REPLACEMENT OF PIPE, IF REQUIRED, SHALL BE AT NO ADDITIONAL COST TO OWNER. 11. CONTRACTOR SMALL CONTAIN ALL WORKING OPERATIONS WITHIN THE ROW. ANY PAVEMENT DAMAGED BY THE CONTRACTOR'S OPERATIONS THAT IS SHOWN TO BE OUTSIDE OF PAVEMENT REPLACEMENT LIMITS SHALL BE REPLACED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER. x 12. CONTRACTOR IS TO FIRST MILL THE EXISTING ASPHALT PAVING AS DEFINED IN THE LIMITS OF PAYING. CONTRACTOR SHALL THEN DELIVER THOSE MILLINGS TO 5 THE CITY OF LUBBOCK STORAGE YARD LOCATED AT 3425 NORTH AVENUE P, LUBBOCK, TEXAS, 79403. THEN THE CONTRACTOR IS TO MILL THE EXISTING FLEXBASE MATERIAL AS DEFINED IN THE LIMITS OF PAVING. CONTRACTOR SMALL THEN DELIVER THE FLEXBASE MILLINGS TO THE CJTY OF LUBBOCK STORAGE YARD LOCATED AT 9425 NORTH AVENUE P, LUBBOCK, TEXAS, 79403. THE CONTRACTOR SHALL THEN REMOVE ANY ADDITIONAL EXISTING SOIL TO OBTAIN DEPTH REQUIRED TO INSTALL 6-INCHES OF FLEXBASE AND AT LEAST 24NCHES OF ASPHALT PAVEMENT AS DESCRIBED IN THE DETAIL 'RESIDENTIAL ASPHALT STREET SECTION" ON THIS SHEET. THE CONTRACTOR CAN COORDINATE DELIVERY OF MILLINGS WITH SITE OPERATIONS BY CALLING (806) 775-2657. 13. PAVEMENT REPAIR AND REPLACEMENT SMALL INCLUDE STRIPING TO MATCH THE STRIPING THAT WAS ON THE EXISTING PAVEMENT PRIOR TO DEMOLITION. DT-SO BID SET 42 ADDENDUM 3 Engineer's Addendum 3 City Of RFP 21-15477-JM ockLow Head C Supply Pipeline TEXAS DATE ISSUED: November 13, 2020 CLOSE DATE: November 19, 2020 at 3:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum on the signature page of the Proposal Submittal Form. Engineer's Addendum 3 1. Please see Engineer's Addendum No. 3, attached. All requests for additional information or clarification must be submitted in writing - and directed to: Jessie Montes, Buyer III City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, TX 79401 Questions may be faxed to (806)775-2164 or Emailed to JMontesna,mylubbock.us Questions are preferred to be posted on BidSync: www.bidsync.com THANK YOU, A"& NON*A CITY OF LUBBOCK Jessie Montes Buyer III City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if anv languagge, 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 Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. 009103 ADDENDUM NUMBER 03 Owner: City of Lubbock Project: Low Head C Pipeline Project No.: 92450.9241.30000 (LUB19278) Addendum No. 02 Addendum Date: 11/13/2020 The following additions, deletions, modifications, or clarifications shall be made to the appropriate portions of the Contract Documents. Offerors must acknowledge receipt of this Addendum in the space provided on the Bid Form. Addendum Number 03 00 9103 - 1 LUB19278 — Low Head C Pipeline Approved by: Freese and Nichols, Inc. Name: Charles H. Erwin, P.E. Date: 11/13/2020 ♦ CHARLES H. ERWIN 118842 0 AV . ENS . O� 1 O N AI- 11/13/20 Freese and Nichols, Inc. Texas Registered Engineering Firm, F-21444 Addendum Items: Article 2 — Specifications Article 3 — Drawings Addendum Number 03 LUB19278 — Low Head C Pipeline Approved by: Freese and Nichols, Inc. Name: Michael A. McBee, P.E. Date: 11/13/2020 i*• 0 / .. :.•.•..•.....••...• :.. 00 04 MICHAEL A. MCBEE o / ....•.........•...........of �� �'; 130463 �,�% ;AW • 4(/cE N S�O•0 lqk A ••....•• w\v� �;ONA �- 11/13/2020 Freese and Nichols, Inc. Texas Registered Engineering Firm, F-21444 Addendum Items: Article 2 — Specifications Article 3 — Drawings 009103-2 ARTICLE 1— ADDENDUM 1.01 Amend the Contract Documents A. Make the additions, modifications, or deletions to the Contract Documents described in this Addendum. 1.02 Acknowledge Addenda A. Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non- responsive and serve as the basis for rejecting the Bid. ARTICLE 2 — SPECIFICATIONS 2.01 Proposal Submittal Form 1. Replace the Proposal Submittal Form in its entirety with the attached Proposal Submittal Form. 2.02 0129 01 Measurement and Basis for Payment A. Paragraph 1.04, Page 4 1. Amend Paragraph 1.04 by adding paragraphs W to the end of the paragraph: "W. Item D-31- Demolition of Existing Wooden Light Pole 1. Includes the complete demolition of the existing wooden light pole at the northeast corner of the intersection of Upland Avenue and 66th Street. Payment made at unit price bid and shall be measured as lump sum. Item includes demolition and disposal of wooden pole, footing, and electrical disconnection for complete demolition of the existing light pole as indicated in the Contract." B. Paragraph 1.07.A.3, Page 6 1. Amend Paragraph 1.0.A.3 by deleting "C905" and replacing with "C900". 2.03 33 05 01.09 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings A. Paragraph 2.01, Page 4 1. Amend Paragraph 2.01 by adding paragraph 2.01.E as follows: "F. Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and insulation kits. 1. Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class, unless otherwise specified, and shall match the class of valves or appurtenances which are attached. 2. All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated in accordance with the specifications for adjacent pipe. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti -seize compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM F436. Addendum Number 03 00 9103 - 3 LUB19278 — Low Head C Pipeline 3. All buried nuts, bolts, and washers shall be Type 316 stainless steel of suitable strength to meet the service requirements. Bolts shall conform to ASTM A193, Grade BBM. Nuts shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti -seize compound during installation. 4. Non -Insulated Flange Gaskets: a. For working pressures up to 175 psi, gaskets shall be rubber. b. For working pressures above 175 psi, gaskets shall be non -asbestos compressed fiber. c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved equal. 5. Flange Insulating Kits: a. Flange insulating kits shall be installed within 6 months of the date of manufacture of all components. b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 F. c. Insulating gaskets shall be full -face, Type E with an EPDM O-ring seal. Minimum total gasket thickness shall not be less than 1/8 inch. The gasket shall have the same outside diameter as the pipe flange. For steel pipe the gasket's inside diameter shall be equal to the inside diameter of the pipe's steel cylinder. The complete assembly shall have a pressure rating equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy. e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer Central Plastics LLC, Shawnee, OK. f. Flange bolt holes shall be oversized for bolt insulating sleeves." 2.04 33 1113.13 Steel Pipe and Fittings A. Paragraph 1.02.F.2 1. Amend Paragraph 1.02.F.2 by deleting "...10 percent..." and replacing with "...5 percent...". 2. Amend Paragraph 1.02.F.2 by deleting "... paid for by the Owner." and replacing with "...paid for by the pipe manufacturer.". Addendum Number 03 00 9103 - 4 LUB19278 — Low Head C Pipeline 2.05 33 12 16.26 Butterfly Valves A. Paragraph 2.01.A 1. Amend paragraph 2.01.A by deleting "...working pressure of no less than 250 psi..." and replace with "...working pressure of no less than 150 psi...". ARTICLE 3 — DRAWINGS 3.01 Replace the following Drawings: Replace; Drawing With Drawing drawing No. Drawing Title Drawing IVo. Drawing Title W L-15 STA 13 2+00 to STA 140+00 W L-15 STA 13 2+00 to STA 140+00 END OF ADDENDUM NO.03 Addendum Number 03 00 9103 - 5 LUB19278 — Low Head C Pipeline PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 20-15477-JM LOW HEAD C PIPELINE Proposal of Offeror) Addendum No. 3 (hereinafter called 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 LOW HEAD C PIPELINE 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 DESCRIPTION QTY +/_ U/M UNIT COST EXTENDED COST A AWWA C303 CONCRETE PRESSURE PIPE 1. 36" AWWA C303 BWCCP Class 150 215400 LF 2. Corrosion Monitoring_Test Stations 27 EA SUBTOTAL A B AWWA C200 STEEL PIPE 1. 36" AWWA C200 Steel Pipe & Fittings Class 150 21,400 LF 2. Corrosion Monitoring Test Stations 27 EA SUBTOTAL B C AWWA G945 C900 DR-18 PVC Pipe 1. 36" AWWA C=905 C900 DR-18 PVC Pipe & Fittings 215400 LF SUBTOTAL C D ITEMS COMMON TO A, B, & C 1. Trench Safety System 199885 LF 2. Crossings a. 60" I.D. 26thand Upland Avenue 105 LF b. 60" I.D. 341h and Upland Avenue 110 LF c. 60" I.D. Lubbock & Western Railway and Upland Avenue 140 LF d. 60" I.D. 501h and Upland Avenue 130 LF e. 60" I.D. 66th and US HWY 82 15030 LF 3. 8" Blow Off Valve Assembly 9 EA 4. 4" Combination Air Valve Assembly 19 EA 5. 8" Combination Air Valve Assembl 1 EA 6. Flexible Base Driveway Repair 350 SY 7. Concrete Driveway Repair 300 SY 8. Asphalt Pavement Repair p P 10,340 SY 8.1 Caliche Pavement Repair '- 3 1,428 SY Addendum No. 3 ITEM DESCRIPTION QTY +/- U/M UNIT COST EXTENDED COST 9. Concrete Pavement Repair 2 300 SY 10. Additional CLSM for Utility Protection 250 CY 11. Additional Coarse Gravel for Trench Foundation 250 CY 12. Additional Pipe Zone Embedment Material for Unstable Soils 250 CY 13. Additional Concrete Encasement 250 LF 14. Additional Flowable Fill Encasement 250 LF 15. Additional Curb and Gutter 250 LF 16. Additional 2,000 PSI Concrete 250 CY 17. Existing 36-inch Bailey County Pipeline Connection 1 LS 18. Pressure Testing and Draining Pipeline 1 LS 19. Chlorinating,Bac T Testing,and Draining Pipeline 1 LS 20. Re -Fill, Chlorinate, and Bac T Test the Pipeline up to 120 Days After Pipeline Completion 1 LS 21. MOBFV Electrical Panel and Communications 1 LS 22. 36" Motor Operated Butterfly Valve 1 EA 23. Motor Operated Actuator and Manhole for Existing Manual BFV 2 EA 24. Fiber Optic Conduit 219400 LF 25. Fiber Optic Ground Box 37 EA 26. Seeding 5 AC 27. Mobilization 1 LS 28. 12" CMP Culvert Re lacement 90 LF 29. 19" CMP Culvert Re acement 136 LF 30. 24" CMP Culvert Replacement 48 LF 31. Demolition of Existing Wooden Light Pole 1 LS SUBTOTAL D E ALLOWANCES 1. Electric Utility Service Allowance 1 LS $209000.00 $205000.00 SUBTOTAL E $20 000.00 AMOUNT BID ITEM A + D + E ** Add + or Deduct - TOTAL AMOUNT BID ITEM A + D+ E AMOUNT BID ITEM B + D +E ** Add + or Deduct - TOTAL AMOUNT BID ITEM B + D + E AMOUNT BID ITEM C + D + E ** Add + or Deduct - TOTAL AMOUNT BID ITEM C + D + E * * 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, B, or C as applicable. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: TOTAL CONSECUTIVE CALENDAR DAYS: Addendum No. 3 (to Substantial Completion) (to Final Completion) (not to exceed 365 consecutive calendar days to Substantial Completion / 425 consecutive calendar days to Final Completion). 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 365 Consecutive Calendar Days with final completion within 425 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $2,000.00 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500.00 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. 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 six 60 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 Is Page Intentionallv Left Blank Table of Contents TOC-1 LUB19278 - Low Head C Pipeline – 100% CITY OF LUBBOCK LOW HEAD C PIPELINE TABLE OF CONTENTS DIVISION 00 BIDDING AND CONTRACT REQUIREMENTS Contractor checklist Notice to Offerors General Instructions to Offerors Texas Government Code § 2269 Proposal Submittal Form – (must be submitted by published due date & time) Unit Price Proposal Submittal Form City of Lubbock Reference Form Contractor’s Statement of Qualifications City of Lubbock Insurance Requirement Affidavit Safety Record Questionnaire Suspension and Debarment Certification Prohibition on Contracts with companies Boycotting Israel Verification Proposed List of Sub-Contractors Post-Closing Document Requirements – (to be submitted no later than seven business days after the close date when proposals are due) Final List of Sub-Contractors Payment Bond Performance Bond Certificate of Insurance Contract Conflict of Interest Questionnaire Chapter 176 Chapter 46 Disclosure of Interested Parties General Conditions of the Agreement City of Lubbock Wage Determinations Special Conditions DIVISION 01 GENERAL REQUIREMENTS 01 00 05 Definitions and Terminology 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 26 00 Change Management 01 29 00 Application for Payment Procedures 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 33 00 Document Management 01 33 01 Document Register 01 33 02 Shop Drawings 01 33 03 Product Data 01 33 04 Operation and Maintenance Data 01 33 05 Construction Progress Schedule 01 33 06 Graphic Documentation 01 34 00 Buy American Requirements 01 35 00 Special Procedures 01 40 00 Quality Management 01 40 00A Quality Management Exhibit Table of Contents TOC-2 LUB19278 - Low Head C Pipeline – 100% 01 45 16.16 Hydrostatic Test 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 57 23 Temporary Stormwater Pollution Control 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements 01 74 23 Final Cleaning 01 75 00 Starting and Adjusting 01 79 00 Training of Operation and Maintenance Personnel DIVISION 02 EXISTING CONDITIONS Section 02 41 00 Demolition DIVISION 03 CONCRETE Section 03 11 00 Concrete Forming 03 21 00 Reinforcing Steel 03 30 00 Cast-in-Place Concrete 03 41 19 Precast Reinforced Concrete Valve Vault DIVISION 7 THERMAL AND MOISTURE PROTECTION Section 07 11 13.01 Concrete Vault Bituminous Dampproofing DIVISION 9 FINISHES Section 09 96 00.01 High-Performance Coatings 09 97 16 Pipeline Coatings and Linings DIVISION 26 ELECTRICAL Section 26 01 26 Testing of Electrical Systems 26 05 00 Common Work Results for Electrical 26 05 19 Low Voltage Electrical Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43.01 Manholes and Concrete Pull Boxes for Electrical Systems 26 05 53 Identification for Electrical Systems 26 05 73.01 Electrical Power System Studies 26 24 16.02 Lighting and Branch Panelboards 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers 26 41 13 Lightning Protection for Structures 26 42 00.01 Corrosion Monitoring System 26 50 00 Lighting Table of Contents TOC-3 LUB19278 - Low Head C Pipeline – 100% DIVISION 27 COMMUNICATIONS Section 27 05 00 Common Work Results for Communications 27 05 26 Grounding and Bonding for Communication Systems 27 15 23.01 Fiber Optic Conduit System Components Along Pipelines DIVISION 31 EARTHWORK Section 31 05 13 Soils for Earthwork 31 05 16 Aggregates for Earthwork 31 11 00 Clearing and Grubbing 31 23 10 Structural Excavation and Backfill 31 23 23.34 Flowable Fill 31 23 33.14 Trench Safety 31 23 33.16 Trenching and Backfill 31 25 13.13 Seeding for Erosion Control DIVISION 32 EXTERIOR IMPROVEMENTS Section 32 01 29 Rigid Paving Repair 32 31 13.53 High-Security Chain Link Fences and Gates DIVISION 33 UTILITIES Section 33 05 01.05 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.09 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 23.33 Pipeline Crossing 33 10 13 Disinfecting of Water Utility Distribution 33 11 13.13 Steel Pipe and Fittings 33 12 16.16 Air Release and Air and Vacuum Valves 33 12 16.23 Gate Valves 33 12 16.26 Butterfly Valves (Double Offset) DIVISION 40 PROCESS INTEGRATION Section 40 90 00 Instrumentation and Controls for Process Systems 40 90 02 Supervisory Control and Data Acquisition (SCADA) System 40 95 43 Communications Interface Equipment APPENDICES Section Appendix A Record Documents – Bailey County Well Field Supply Pipeline – Connections Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 21-15477-JM Low Head C Supply Pipeline 1. X Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. 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. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in 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 changed for the purpose of correcting an error in the bid price. 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 CITY OF LUBBOCK REFERENCE FORM. 4. X Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 5. X Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS 6. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 7. 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. 8. X Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 9. X Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 10. X Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. 11. X Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 12. X Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 13. X Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 14. X Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. 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. Garney Companies, Inc. (Type or Print Company Name) INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM – (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CITY OF LUBBOCK REFERENCE FORM 4-3. CONTRACTOR’S STATEMENT OF QUALIFICATIONS 4-4. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-5. SAFETY RECORD QUESTIONNAIRE 4-6. SUSPENSION AND DEBARMENT CERTIFICATION 4-7. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-8. PROPOSED LIST OF SUB-CONTRACTORS 5. POST-CLOSING DOCUMENT REQUIREMENTS – (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB-CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. CITY OF LUBBOCK WAGE DETERMINATIONS 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 21-15477-JM 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, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, until 3:00 PM on November 19, 2020, 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: Low Head C Supply Pipeline After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. It is the sole responsibility of the proposer to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. The Contractor is only required to submit one original copy of every item listed on the Contractor Checklist in the proposal submittal. Proposals are due at 3:00 PM on November 19, 2020, and the City of Lubbock City Council will consider the proposals on December 15, 2020, at the Citizens Tower, 1314 Avenue K, 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 BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED - Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on November 5, 2020, at 10:00AM. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/j/5840035702?pwd=QzZLTUJJdVhQVH10dFRxZOlobmRGdz09 Meeting ID: 584-003-5702 Passcode: 1314 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, ,Viarta .Alvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY, TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish Low Head C Supply Pipeline per the attached specifications and contract documents. Sealed proposals will be received no later than 3:00 PM, November 19, 2020, at the office listed below. Proposals will be opened via teleconference if date/time stamped on or before 3 :00 p.m. CST at the office listed below. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/I/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdz09 Meeting ID: 584-003-5702 Passcode: 1314 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 21-15477-JM, Low Head C Supply Pipeline" 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 1314 Avenue K, Floor 9 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management 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 Offerors 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 conference will be held at 10:00AM, November 5, 2020, via teleconference. The Zoom meeting information is as follows: Website: https://us02web.zoom.us/i/5840035702?pwd=QzZLTUJJdVhQVHIOdFRxZOlobmRGdzO9 Meeting ID: 584-003-5702 Passcode: 1314 All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 2 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. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsync.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing 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 3 the project. It is further agreed that any request for clarification must be submitted no later than five (5) 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(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 6.4 Pursuant to Section 552.234(c) of the Texas Government Code, the City of Lubbock has designated the following email address for which public information requests may be made by an emailed request: orr@mylubbock.us. Please send this request to this email address for it to be processed. 6.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pages/public-information-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. 4 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 Purchasing and Contract Management Office no later than five (5) 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 FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Jessie Montes, Buyer III, CTCM, CTCD City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: JMontes@mylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 365 Consecutive Calendar Days and final completion within 425 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, 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 5 with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 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 acc eptance, 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. 6 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 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 respons ibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during 7 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 8 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 o fficers 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, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in 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 wr itten in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the 9 extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name ______________________________________________________ 29.3.2 Proposal “RFP 21-15477-JM Low Head C Supply Pipeline" 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 maybe deemed not to meet specifications or the proposal maybe 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 maybe 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 Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 25 points for Contractor Qualifications, 10 points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60 POINTS - 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 of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 10 11 32.2 25 POINTS - 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 = Score). 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 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score). Each evaluator assigns points based upon the responses you provide in your “Safety Record Questionnaire” and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 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 EMR. 32.4 10 POINTS - 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 of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = 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. 32.6 The estimated budget for the construction phase of this project is $11,500,000 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 12 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 33.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 34 ANTI-LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY-SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 35 PROTEST 35.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, 13 proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 36 PREVAILING WAGE RATES 36.1 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 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. Page Intentionally Left Blank TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer 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. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor 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. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory 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. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank Addendum No. 3 PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: November 19, 2020 PROJECT NUMBER: RFP 20-15477-JM LOW HEAD C PIPELINE 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 LOW HEAD C PIPELINE 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 DESCRIPTION QTY U/M UNIT COST EXTENDED COST A AWWA C303 CONCRETE PRESSURE PIPE 1. 36" AWWA C303 BWCCP Class 150 21,400 LF a 1 . o a y 30 2. Corrosion Monitoring Test Stations 27 EA $ t Y 51 , $ 5 y 1 9 q . 01s SUBTOTAL A n y 3 g j 39 .qS B AWWA C200 STEEL PIPE 1. 36" AWWA C200 Steel Pipe & Fittings Class 150 211400 LF -Ao. ('V <0 y, to )S, 1.4 •'to 2. Corrosion Monitoring Test Stations 27 EA 1.3 51. $.5 SUBTOTAL B C AWWA COOS C900 DR-18 PVC Pipe l . 36" AWWA C C900 DR-18 PVC Pipe & Fittings 21 400 LF o�s'� • 3`� S j 5 SUBTOTAL C S, S,a Y 6 %�o2•4 D ITEMS COMMON TO A, B, & C 1. Trench Safety System 195885 LF y • © o o . d a 2. Crossings a. 60" I.D. 26th and Upland Avenue 105 LF 1 1X00.00 r ova. eo b. 60" I.D. 341h and Upland Avenue 110 LF J.,00 •oo i 006.00 c. 60" I.D. Lubbock & Western Railway and Upland Avenue 140 LF 1 �a a .o (o , o00 • eo d. 60" I.D. 50th and Upland Avenue 130 LF o a I SG, ono. 00 e. 60" I.D. 661h and US HWY 82 19030 LF 3. 8" Blow Off Valve Assembly 9 EA ! oeo .ca / (off , ©oo . (Do 4. 4" Combination Air Valve Assembly 19 EA 11 ao .a o �a soo . ® d 5. 8" Combination Air Valve Assembly 1 EA ID I*'? coo _ o a coo- e o 6. Flexible Base Driveway Repair 350 SY Sz . o o g boo_ o 0 7. Concrete Driveway Repair 300 SY l t o • d o 33, oaa.00 8. Asphalt Pavement Repair " 10,340 SY , 0 o -72 d 0.00 8.1 Caliche Pavement Repair P �' 1,428 SY 1o.c>o �' 8 a '00 Addendum No. 3 ITEM DESCRIPTION QTY (+/-) U/M UNIT COST EXTENDED COST 9. Concrete Pavement Repair 21300 SY S 11 L.00 g ,2G4,ioo.ea' 10. Additional CLSM for Utility Protection 250 CY 0.o a -&. ;, soo .00 11. Additional Coarse Gravel for Trench Foundation 250 CY 5 , o o 0 12. Additional Pipe Zone Embedment Material for Unstable Soils 250 CY a5 • o b 4 , ;t 5c . o 0 13. Additional Concrete Encasement 250 LF �v.do 14. Additional Flowable Fill Encasement 250 LF 3 qv-dpo oo 15. Additional Curb and Gutter 250 LF I I S . a o 5 Ig 'tsa.ao 16. Additional 21000 PSI Concrete 250 CY o .o o 3z .1Sd•oo 17. Existing 36-inch Bailey County Pipeline Connection 1 LS r_0 ,000 • o o S* ,o I Coo a o 18. Pressure Testing and Draining Pipeline 1 LS 1 0 , 000 .00 t 0 ,000 . 0 0 19. Chlorinating,, Bac T Testing, and Draining Pipeline 1 LS 3 e 0.00 3;_ Soo . ©a 20. Re -Fill, Chlorinate, and Bac T Test the Pipeline up to 120 Days After Pipeline Completion I LS $ 000.00 3300,001D.06 21. MOBFV Electrical Panel and Communications 1 LS J 315. 000.do 3Z S 000. o0 22. 36" Motor Operated Butterfly Valve 1 EA $ &6, 000- 0 o e, Dod•do 23. Motor Operated Actuator and Manhole for Existing Manual BFV EA '�o coo . p o -� ale , 000. 0 0 24. Fiber O tic Conduit 211400 LF g .o 0 25. Fiber Optic Ground Box 37 EA , 5e o . o 0 26. Seeding 5 AC b 1 o v. o 0 oo O. o 0 27. Mobilization 1 LS y oeo•a� $4,o� • o0 28. 12" CMP Culvert Replacement 90 LF 29. 19" CMP Culvert Replacement 136 LF a 5. o 0 y 30. 24" CMP Culvert Replacement 48 1 LF 31. Demolition of Existing Wooden Light Pole LS -5o00• o v o. © 0 set e o ,o 0 SUBTOTAL D E ALLOWANCES 1. Electric Utility Service Allowance 1 LS 520,000.00 5201000.00 SUBTOTAL E 520,000.00 AMOUNT BID (ITEM A + D + E) 5 q, ** Add (+) or Deduct -) _ TOTAL AMOUNT BID ITEM A + D+ E) AMOUNT BID (ITEM B + D +E) * Add +) or Deduct -) _--- TOTAL AMOUNT BID (ITEM B + D + E) AMOUNT BID ITEM C + D + E) * * Add (+) or Deduct -) TOTAL AMOUNT BID ITEM C + D + E) , f Total: $8,915,699.95 ** 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, B, or C as applicable. Addendum No. 3 PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: 3 O O (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: (to Final Completion) (not to exceed 365 consecutive calendar days to Substantial Completion / 425 consecutive calendar days to Final Completion). 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 365 Consecutive Calendar Days y with final completion within 425 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $2,000.00 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $500.00 for each consecutive calendar day after final completion set forth herein above for completion of this project, all p as more fully set forth in the General Conditions of the Agreement. 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 six 60 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 s after (10) days notice of award of the contract to him. Offeror's Initials Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with �-- this proposal is a Cashier's Check or Certified Check for Dollars or a Proposal Bond in the sum of 51so 0}-.�.^ Dollars (� S� B'� , 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(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. 07, 0MPi .A 00..N... 0 0 Aro. 4' �;• : ,, Z" VOJ4 • if sol (Seal Offeror is a Corporation) ATTEST. _ N ; SEAL • 04 ,, 09 �•......• �0�. i,`���� Secketary Offeror acknowledges receipt of the following addenda: Addenda No. �_ Date 11 /6/2020 Addenda No. 'li Date c I 11, tlyzu Addenda No. � Date �� Addenda No. Date Date: November 19, 2020 Authorized Sign David R. Burkhart (Printed or Typed Name) Garney Companies, Inc. Company 1700 Swift Street Address Kansas City Clay City, County Missouri . 64116 State Zip Code Telephone: 816 - 741-4600 Fax: 816 - 741-4488 Email: dburkhart-garney.com R FEDEAL TAX ID or SOCIAL SECURITY No. 44-0658613 M/WBE Firm: Woman Black American Native American -Hispanic-American Asian Pacific American Other (Specify) 7 City of Lubbock, TX RFP 21-15477-JM Low Head C Supply Pipeline Reference Form Please list three references of current customers who can verify the quality of service your company provides. The City prefers users of similar size and scope of work. Please do not use the City of Lubbock. REFERENCE ONE Government/ Company Name: Lubbock Economic Development Alliance Address: 1500 Broadway St #6, Lubbock, TX 79401 Contact Person and Title: John Osborne - President & CEO Phone: (806) 749-4500 Fax: (806) 749-4501 REFERENCE TWO Government/ Company Name: North Texas Municipal Water District Address: 505 E. Brown Street, Wvlie, TX 75098 Contact Person and Title: Steve Long - Program Manager Phone: (469) 626-4713 Fax: N/A REFERENCE THREE Government/ Company Name: Crane County Water District Address: 115 W 8th Street, Crane, TX 79731 Contact Person and Title: Dru Gravens - City Administrator and Operator of Crane County Water District Phone: (432) 558-3563 Fax: (432) 558-1011 0 Page Intentionally Left Blank 9 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 proj ect 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 irr egularities 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 respo nsibility 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 terminat ion 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: Page Intentionally Left Blank �-A Contractor's General Information Organization Doing Business As Garney Companies, Inc. Business Address of Principle Office 1700 Swift Street North Kansas City, MO 64116 Telephone Numbers Main Number (816) 741-4600 Fax Number (816) 741-4488 Web Site Address https://www.garney.com Form of Business (Check One) If a Corporation Date of Incorporation V/ A Corporation A Partnership An Individual 1961 State of Incorporation Missouri Chief Executive Officer's Name Michael H. Heitmann President's Name Scott Parrish Vice President's Name(s) Timothy Behler Stephen Ford Matthew Foster Greg Harris Wayne O'Brien Jason Seubert Tony Kempf Secretary's Name Tom Roberts Treasurer's Name If a Partnership Date of Organization N/A N/A State whether partnership is general or limited If I Individual Name N/A Business Address Identify ! 1 1 not previously 1 which exert a significant1 of business controlover the organization The list above completes the list of individuals. Garney is a 100% employee owned company. Indicators of Organization ' Average Number of Current Full Time 1 550 Average Estimate of Revenue for the Employees Current Year $1 Billion 10 Contractor's Organizational Experience Organization Doing Business As Garney Companies, Inc. Business Address of Regional Office 1031 Andrews Highway, Ste. 304C Midland, Texas 79701 Name of Regional Office Manager Matt Foster Telephone Numbers Main Number (816) 853-1778 Fax Number N/A Web Site Address j https://www.garney.com Organization History List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related companies presently doing business: Names of Organization From Date To Date Garney Companies, Inc. 1961 Present Garney Pacific, Inc. 2014 Present Garney Federal, Inc. 2015 Present Garney P3, LLC 2017 Present List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Garney Holding Company is the parent organization of all subsidiaries above. 100% Construction Years experience in projects similar to the proposed project: As a General Contractor 59 As a Joint Venture Partner N/A 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. N/A Has this or a predecessor organization been released from a bid or proposal in the past ten years? NO If yes provide full details in a separate attachment. See attachment No. N/A 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 years? No If yes provide full details in a separate attachment. See attachment No. N/A Is this organization or your proposed surety currently in any litigation or contemplating litigation? Yes If yes provide full details in a separate attachment. See attachment No. see Attachment 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. N/A *See attached litigation on the following page CURRENT PENDING LITIGATION Garney has had the following claims arising from a contract that resulted in litigation or arbitration. Details of these circumstances are in the table below. Snyder Washington Snyder Environmental Services brought suit against Garney's sureties to recover $250,000 withheld when Garney Environmental Suburban Sanitary supplemented Snyder's workforce to mitigate certain delays attributable to Snyder. The case was settled on Settlement Services Commission favorable terms before an answer was filed. The City of Olathe Kansas v Carollo/Garney LLC, District Court of Johnson County, Kansas Cas No. 20CV00100: The City of Olathe filed suit against Carotto/Garvey Joint Venture as well as Garney Companies, Inc. in its individual Cityof Olathe, capacity as the contractor and Carollo in its individual capacity as the design engineer related to design related Olathe WTP #3 issues which City alleges required the replacement of a tank. All parties agree that the issue is solely related Pending Kansas to design -related services provided by Carollo, which has agreed to defend and indemnify Garney from any liability. Accordingly, the City has agreed to dismiss Garney in its individual capacity from the lawsuit. Carollo's professional liability insurer is covering the claim and providing a defense. Garney is involved in an arbitration with Michels in which claims it incurred certain costs related to an alleged Vista Ridge water differing site condition experienced on a project located in Texas and in which Michels served as the tunneling Michels Supply Project subcontractor. Garney has denied Michel's claim and has additionally withheld certain monies from Michels for Pending damage it sustained in the form of, among other things, delays and extended general conditions. Contractor's Proposed Key Personnel Organization Doing Business As Garney Companies, Inc. Proposed Project Organization 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. Garney Companies, Inc. is a subsidiary of Garney Holding Company. Corporate functions such as payroll, accounts payable, accounts receivable, risk management, human relations, etc. are provided by Garney Holding Company, which is located in North Kansas City, Missouri. From an operations perspective, the company is organized into three basic regions with officers and area managers located in the various offices within those regions. Each of our projects is staffed and managed on a regional basis with a corporate officer within the region being the designated Principal -in -Charge. 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. Please reference the Team Organizational Chart featuring the proposed project team following the Corporate David Burkhart, Director of Texas Pipe Operations, is responsible for overall management of pipeline projects in the Central region. Taylor Kennedy, Project Manager, will serve as the primary point -of - contact for the City of Lubbock and will be responsible for project management on the site. Superintendent, Justin Kurdupski, will oversee crews during construction. Alonso Gomez, Project Safety Officer, will develop the project -specific site safety plan and work with Justin to ensure safety procedures are being followed by all staff on -site. Although quality control management for the project will be assigned to Quality Control Manager, Sam Parrack, all employee -owners take responsibility for the project's overall quality. Experience 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 Taylor Kennedy Ryan Moloney Project Superintendent Justin Kurdupski Kyle Bienhoff Project Safety Officer Alonso Gomez Dan Stanton Quality Control Manager Sam Parrack Jeremy Bradley If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. Proposed Project Managers Organization Doing Business As Primary Candidate Name of Individual Garney Companies, inc. Taylor Kennedy Years of Experience as Project Manager 4 Years Years of Experience with this organization 4 Years Number of similar projects as Project Manager 6 Projects Number of similar projects in other positions 3 Projects Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Lubbock Pump Station No. 7 70% February 2021 Well Field Expansion and Water System Upgrades 30% May 2021 Reference Contact Information (listing names indicates a proval to contacting the names individuals as a reference) Name Dru Gravens Name Joe Mangrem Title/ Position City Manager Title/ Position Project Manager Organization Crane County Water District Organization Enprotec / Hibbs & Todd, Inc. Telephone (432) 558-3563 Telephone (325) 698-5560 E-mail dru@cityofcranetexas.com E-mail joe.mangrem@e-ht.com Prej ect Well Field Expansion and Water System Upgrades Proj ect Hogan Wadley Elevated Storage Tanks Improvements Candidate role on Project Project Manager Alternate Candidate Name of Individual Candidates role on Project Project Manager Ryan Moloney Years of Experience as Project Manager 8 Years Years of Experience with this organization 8 Years Number of similar projects as Project Manager 10 Projects Number of similar projects in other positions 0 Projects Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Surface Water Supply Project - Segment 3 - Contract S3-A4 100% December 2020 Reference Contact Information (listing names indicates approval to contacting the Alisa Gruber Name names individuals as a reference) Chris Noe Name Title/ Position Pipeline Project Manager Title/ Position Senior Project Manager Organization Chiang, Patel & Yerby, Inc. Organization Pape -Dawson Engineers Telephone (210) 798-2303 Telephone (815) 482-7081 E-mail agruber@cpyi.com E-mail CNoe@page-dawson.com Proj ect Vista Ridge Water Supply Project Proj ect Vista Ridge Water Supply Project Candidate role on Project Assistant Project Manager Candidate role on Project Assistant Project Manager �r N%000011 Proposed Project Superintendent Organization Doing Business As Primary Candidate Name of Individual Garney Companies, Inc. Justin Ku rd u pski Years of Experience as Project Superintendent 15 Years Years of Experience with this organization 5 Years Number of similar projects as Superintendent 13 Projects Number of similar projects in other positions 0 Projects Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date Ranch Creek Canal Improvements 100% November 2020 Reference Contact Information (listing names indicates a proval to contacting the names individuals as a reference) Name Richard Dos Landsheft Name Brian McEwen Title/ Position Inspector Title/ Position Field Welding Division Manager Organization Parkhill Organization Mountain Man Welding and Fabrication Telephone 915 533-6811 Telephone 720 854-8716 E-mail Unknown E-mail bmcewen@mountainmanwelding.com Project T-Bar Extension Project Multiple Projects in Colorado Candidate role on Project Superintendent Alternated. Name of Individual Candidate role on Protect Superintendent Kyle Bienhoff Years of Experience as Project Superintendent 7 Years Years of Experience with this organization 7 Years Number of similar projects as Superintendent 11 Projects Number of similar projects in other positions 0 Projects Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Com letion Date North Garland Pipelines Condition Assessment: North Garland Penefine No- 1 Repairs 100% December 2020 Reference approval to contacting the =vens Name names individuals as a reference) Kyle Krueger Name Title/ Position City Manager Title/ Position General Manage Organization Crane County Water District Organization Parkhill Telephone (432) 558-3563 Telephone (806) 473-3698 E-mail dru@cityofcranetexas.com E-mail kkruger@team-psc.com Proj ect Well Field Expansion and Water System Upgrades Prc j ect Well Field Expansion and Water System Upgrades Candidate role on Project Superintendent Candidate role on Project Superintendent 14 Proposed Project Safety Officer Organization Doing Business As Primary Candidate Name of Individual Garney Companies, Inc. Alonso Gomez Years of Experience as Project Safety Officer 15 Years Years of Experience with this organization 1 Year Number of similar projects as Safety Officer 5 Projects Number of similar projects in other positions 0 Projects Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date Bois d'Arc Lake - Raw Water Pipeline and Leonard WTP to McKinney No. 4 Treated Water Pipeline (CMAR) 1 00% November 2021 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Corie Pyburn Name Randell Hall Title/ Position Safety Director Title/ Position Owner Organization Schwob Energy Services Or anization Safety Fit Tele hone (469) 203-9379 Telephone (682) 351-8611 E-mail cpyburn@schwobenergy.com E-mail randallhall@safetyfitllc.com Pro ect Bois d'Arc Lake - Raw Water Pipeline and Leonard WTP to McKinneyNo. 4 Treated Water Pipeline Pro ect EOG Resources C ro Plant, Cotulla TX y Candidate role on Project Safety Officer AlternateCandidate Name of Individual Candidate role on Project Safety Officer Dan Stanton Years of Experience as Project Safety Officer 21 Years Years of Experience with this organization 13 Years Number of similar projects as Safety Officer 10 Projects Number of similar projects in other positions 0 Projects Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Bois d'Arc Lake - Raw Water Pipeline and Leonard WTP to McKinney No. 4 Treated Water Pipeline CMAR 100% November 2021 Contact (listingReference Information namesindicatesapproval . • the names individuals as a reference) Name Nick Jones Name Carlos Dominguez Title/ Position Safety Manager Title/ Position Director - Risk Managemenet, Claims, and Safety Organization Fort Collins Utilities - City of Fort Collins, CO Organization Kodiak Building Partners Telephone (970) 420-9547 Telephone (720) 202-6410 E-mail njones@fcgov.com E-mail carlos.dominguez@kodiakbp.com Proj ect Various Projects Proj ect Various Projects Candidate role on Proj ect Safety Officer Candidate role on Proj ect Safety Officer 15 Proposed Project Quality Control Manager Organization Doing Business As �Garney Primary Candidate Name of Individual Companies, Inc. Sam Parrack Years of Experience as Quality Control Manager 3 Years Years of Experience with this organization 3 Years Number of similar projects as Quality Manager 3 Projects Number of similar projects in other positions 0 Projects Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date Radium Reduction Project Transmission 1 100% September 2021 Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Scott Humble Name Ricky Pena Title/ Position Senior Asset Optimization Coordinator Title/ Position Project Inspector Organization Center Point Energy Organization Project Surveillance Inc. Telephone (713) 855-7836 Telephone 713 540-0479 E-mail scott.humble@centerpointenergy.com E-mail rickyaprojectsurveillance.com Pr0Surface ect Surface Water Supply Project -Segment 3 -Contract S3-A4 Project Water Supply Project -Segment 3 - Contract S3-A4 Candidate role on Project Quality Control Manager Alternated. Name of Individual Candidate role on Pect Quality Control Manager Jeremy Bradley Years of Experience as Quality Control Manager 4 Years Years of Experience with this organization 4 Years Number of similar projects as Quality Manager 3 Projects Number of similar projects in other positions 1 Project Current Project Assignments Name of Assignment g Percent of Time Used for this Project Estimated Project Completion Date Sabine River Pump Station Project 100% February 2021 ContactReference Name .on (listing names indicatesapproval Coleman Green to contacting• Name 1 / • as • Isaac A Brooks Title/ Position Engineer III Title/ Position Construction Services Organization Pape -Dawson Engineers, Inc. Organization Freese and Nichols Inc. Telephone 210 375-9000 Telephone 832 456-4719 E-mail r n - w n. m E-mail Isaac. Brooks freese.com Project Vista Ridge Water Supply Project Project Sabine River Water Supply Project Candidate role on Project Quality Control Manager Candidate role on Protect Quality Control Manager 16 Contractor's Project Experience and Resources Organization Doing Business As Garney Companies, Inc. Proj ects Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A *See attached Attachment A 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 attached Project Approach 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 Particil2ation Goal Equipment Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project y Own will Buy Lease CAT 349 Excavator Lead excavator X CAT 336 Excavator Backfill excavator X DEERE 624 Loader Material handling_ X CAT D6 Dozer ROW Work X Water Truck Compaction/Dust Control X DEERE 310 Backhoe Misc Work X *Please reference ur Equipment Mastei, List attached following he PrQieQt Apgroach. Division of Work between Organization and Subcontractor What work will the organization complete using its own resources? Excavating trench and pipe installation, appurtenance installation, tunnel carrier pipe installation, easement restoration, hydrostatic testing What work does the organization propose to subcontract on this project? Construction staking, asphalt, tunneling/boring, SWPPP inspection/maintenance, material haul off trucking, electrical works, welding Contractor's Subcontractors and Vendors Organization Doing Business As Garney Companies, Inc. Project Provide a list of subcontractors that will provide more than 10 percent of the work (based on contract amounts Name Work to be Provided Est. Percent of Contract HUB/MWBE Firm j-� V &W J to, oftou1► 4.. Tv now 1p L.-K e c P*,o r o off, t- U G (,4-r u-t = ti d4w-1 i 1 I a +� Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above using the Project Information Forms. Equipment Vendors Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Vendor Name . Equipment / Material Provided Furnish Onlyand Furnish Install HUB/M WBE Firm 13 L h M t„ r" it., A.% l Attachment B Prninet Infnrmatinn Project Owner Midland Co. Fresh Water Supply District No. 1 Project Name T-Bar Extension General Description of Project Installation of 23,662 LF of 48" C303 and L301 mortar -lined steel, 47,450 LF of 16" C905 PVC, and 8,870 LF of 12" C900 PVC water distribution lines. Also included three hand tunnels totaling of 1,047 LF of 66" and 30"; five steel casing horizontal directional drills including totaling 580 LF of 12" and 16"; three HDPE slick horizontal directional drills totaling 55 LF of 2"1411, and 16"; construction of a 2 MG elevated steel water storage tank; installation of 46 manholes ranging from 60" to 96"; chlorination injection facility; flow control valve structure; and two hot taps. Budget History Schedule Performance Amount % of Bid Date Days Amount Bid $21,590,649 Notice to Proceed 09/01/2012 Change Orders Contract Substantial Completion Date at Notice to Proceed 12/31 /2013 486 Owner Enhancements $31728,943 Contract Final Completion Date at Notice to Proceed 11 /22/2016 1543 Unforeseen Conditions Change Order Authorized Substantial Completion Date 11 /22/2016 1543 Design Issues Change Order Authorized Final Completion Date 11 /22/2016 1543 Total $3,728,943 17.3% Actual / Estimated Substantial Completion Date 11 /22/2016 1543 Final Cost 1$25,319,592 Actual / Estimated Final Completion Date 11/22/2016 1543 Project Manager Project Sup Safety Officer Quality Control Manager Name John Sedbrook Justin Kurdu ski Jamie BI stone Daniel Murray Percentage of Time Devoted to the Project 100% 100% 20% 100% Proposed for this Project No Yes No N Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. N/A N/A N/A N/A ' • • • .•• _ Name • • • _ Title/ Position • • Organization Telephone E-mail Owner Kyle Krueger Design Engineer Parkhill (806) 473-3698 kkrueger@team-psc.com Designer Zane Edwards Firm Principal Parkhill (806) 473-2200 zedwards@team-psc.com Construction Manager Matt Foster Principal -in -charge Garney Companies, Inc. (816) 746-7219 mfoster@garney.com Suret Brian Cooper Managing Director Arthur J. Gallagher (415) 288-1620 brian_cooper@ajg.com Number of Issues Total Amount involved in Number of Issues NSA Total Amount involved in N/A NSA NSA N/A Resolved Issues Resolved Issues 16 PrniPvt infnrmntinn Project Owner City of Lubbock, TX Project Name Bailey County Well Field Supply Pipeline - Contract B General Description of Project Installation of 36,645 LF 30" and 7,923 LF 36" C-303 bar wrapped pipe, 14 blow -off valves, 16 air release valves, two butterfly valves, and 990 LF of 54" tunneled bores that includes one railroad crossing and a connection to an existing 45" waterline. Ur.o.,,ject • • hedulQ,• g. Budget History Schedule Performance Amount % of Bid An10Unt Date Days Bid $93144,464 Notice to Proceed 04/14/2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 01 /12/2015 273 Owner Enhancements $527,323 Contract Final Completion Date at Notice to Proceed 02/11 /2015 303 Unforeseen Conditions Change Order Authorized Substantial Completion Date 05/31 /2015 412 Design Issues Change Order Authorized Final Completion Date 06/30/2015 442 Total 5271323 5.7% Actual / Estimated Substantial Completion Date 05/31 /2015 412 Final Cost $9,671,787 Actual / Estimated Final Completion Date 06/30/2015 442 Safety Officer Quality Control Manager Project Manager Project Sup Name John Sedbrook Reg Pare Dan Stanton Jarrod Weber Percentage of Time Devoted to the Project 100% 100% 25% 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. N/A N/A N/A N/A Reason for change. N/A N/A N/A N/A R e feL Conta,c ffifor listing nam. pL ,J� co - • • ` . Q, - ov I to� �ntac� ijb m4,tjqq diQates_ p 1!ng,jL Name Title/ Position Organization Telephone E-mail Owner Josh Kristinek Water Utility Manager City of Lubbock, TX (806) 775-3397 jkristinek@mail.ci.lubbock.tx Designer Nick Lester Principal Freese and Nichols (817) 735-7393 ncl@freese.com Construction Manager N/A N/A N/A N/A N/A Suret Brian Cooper Managing Director Arthur J. Gallagher (415) 288-1620 brian cooper@ajg.com Number of Issues Total Amount involved ill Number of Issues N/A Total A iiluunt involved in Resolved N/�` Resolved Issues N/A PendingResolved Issues N/A 16 Prniect Infnrmatinn Project Owner City of Abilene, TX Project Name PK Second Stage Drought Strategy - Transmission System General Description of Project Installation of 76,895 LF of 12" SDR-21 PVC RO concentrate pipeline, 85,705 LF of 36" C303 bar -wrapped pipe, 53 each 14" HDDs totaling 13,260 LF and a 3,374 LF 36" HDD under Hubbard Creek Reservoir, 15 auger bores totaling 1,811 LF, rock trenching, tie-ins, pressure sustaining valve vault structure, flow meter vault structure, and surge modifications to existing RCCP lines. Project Budget and Schedule Perform.'an-ce Budget History Schedule Performance Amount % of Bid Amount Date Days Bid $35,000,000 Notice to Proceed 12/18/2014 Change Orders Contract Substantial Completion Date at Notice to Proceed 09/25/2015 281 Owner Enhancements $3,5271386 Contract Final Completion Date at Notice to Proceed 12/13/2015 360 Unforeseen Conditions Change Order Authorized Substantial Completion Date 01 /27/2017 771 Design Issues Change Order Authorized Final Completion Date 01 /27/2017 771 Total $3, 527, 386 10% Actual / Estimated Substantial Completion Date 01 /27/2017 771 Final Cost $381527, 386 Actual / Estimated Final Completion Date 01 /27/2017 771 Project Manager Project Sup Safety Officer Quality Control Manager Name John Sedbrook Walt Sinclair Dan Stanton Daniel Murray Percentage of Time Devoted to the Project 100% 100% 100% 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. N/A N/A N/A N/A Reason for change. N/A N/A N/A N/A _ _ . ...,. ..,.. y. .. ,.. .. Nan _,. e Title/ Position Organization Telephone E-mail Owner N/A N/A City of Abilene, TX N/A N/A Designer Colden Rich Project Manager Enprotec/Hibbs & Todd, In.-.. (325) 698-6390 colden.rich@e-ht.com Construction Manager John Sedbrook Senior Project Manager Garney Construction (303) 335-6155 jedbrook@garney.com Surety Brian Cooper I Manaoina Director Arthur J. Gallagher 415 288-1620 brian coo er a.com Issue4 /� Disputes Resolved or Pending J�psolution by Arbitration., Litigation or Dispute Review Boards N/A Total Amount involved in N/A Number of Issues Resolved Issues Pending N/A Total Amount involved in , N/A Resolved Issues Number of Issues Resolved 16 Project Information Project Owner I Crane County Water District Project Name Well Field Expansion and Water System Improvements General Description of Project Rehabilitation of nine steel storage tanks and three well fields consisting of 52 wells which require collection pipe repairs, a new well field with 20 wells, and associated electrical, and road restoration, and pad sites. The installation of 18,131 LF of 6" and 8" PVC from the existing well fields and 37,435 LF of 4" to 12" PVC from the new well field terminating at the City with new manholes and ARVs. The pump station work includes the rebuild of three raw water vertical split case pump stations and pad sites including site clearing, grubbing, new site i in and valve/meter vaults, a enerator and site li htin ,and replacement of all existin um rocess piping,pumps, and HVAC. A. Budget History Schedule Performance Amount % of Bid Date Days Amount Bid $23,000,000 Notice to Proceed 03/08/2016 Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements $6,353,052 Contract Final Completion Date at Notice to Proceed 09/01 /2017 542 Unforeseen Conditions Change Order Authorized Substantial Completion Date 07/31 /2020 1,606 Design Issues Change Order Authorized Final Completion Date 08/28/2020 1,634 Total $67353, 052 27.6% Actual / Estimated Substantial Completion Date 07/31 /2020 11606 Final Cost $2913531052 Actual / Estimated Final Completion Date 08/28/2020 11634 • �.jiiqqig• Project Manager Project Sup Safety Officer Quality Control Manager Name John Taylor Ken bedbed Kyle Bienhoff Dan Stanton Alex Baker Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project Yes 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. N/A N/A N/A N/A Reason for change. N/A N/A N/A N/A UN Name 'Title/ Position Organization Telephone E-mail Owner Dru Gravens City Manager Crane County Water Distr ct (432) 558-3563 dru@cityofcranetexas.com Designer Ryan Kennerly Design Engineer Parkhill, Smith, and Cooper, Inc. 806) 473-3685 rennerly@team-psc.com Construction Manager John Sedrook Senior Project Manager Garney Construction (303) 335-6155 jsedbrook@garney.com Suret Brian Cooper Mana in Director Arthur J. Gallagher1(415)288-1620 brian coo er a .com OR Milk _ NLimber of Issues Total AmoLlnt involved in N/A Number of Issues N/A Total Amount involved in N/A Resolved I N/A Resolved Issues I Pending I Resolved Issues 16 Project Information Project Owner Lubbock Economic Development Alliance Project Name LEDA Monsanto Potable Water Line Extension General Description of Project Installation of 12,500 LF of 12" PVC waterline, seven 1811 8" steel cased horizontal directional drill (HDD) bores totaling 1,260 LF, 220 LF of slick HDD bores, six combination air/vacuum relief valves in 48" manholes, four blow -off appurtenances, and three fire hydrant assemblies. Project Budget and Schedule Performance Budget History Schedule Perfonnance Amount % of Bid Date Days Amount Bid $1, 369, 910 Notice to Proceed 03/04/2016 Change Orders Contract Substantial Completion Date at Notice to Proceed 08/31 /2016 180 Owner Enhancements Contract Final Completion Date at Notice to Proceed 09/08/2016 188 Unforeseen Conditions Change Order Authorized Substantial Completion Date 09/08/2016 188 Design Issues Change Order Authorized Final Completion Date 09/30/2016 210 Total -$27026 0.15% Actual / Estimated Substantial Completion Date 09/08/2016 188 Final Cost $13367, 884 Actual / Estimated Final Completion Date 09/30/2016 210 Key Project Personnel Project Manager Project Sup Safety Officer Quality Control Manager Name John Sedbrook N/A Dan Stanton Brian Rush Percentage of Time Devoted to the Project 100% N/A 100% 100% Proposed for this Project No N/A Yes No Did Individual Start and Complete the Project? Yes N/A Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. N/A N/A N/A 6N/A 7 rNarnk: Title/ Position Organization Telephone E-mail Owner John Osborne President & CEO LEDA (806) 749-4500 john.orsborne@lubbockeda. Designer Ryan Kennerly Design Engineer Parkhill, Smith, and Cooper, Inc. 806 473-3685 rennerly@team-psc.com Construction Manager John Sedbrook Senior Project Manager Garney Construction (303) 335-6155 jedbrook@garney.com Suret Brian Coo er 1 Managing Director Arthur J. Gallagher 415 288-1620 1 brian coo er a .com Number of Issues Total Amount involved ill N/A Number of Issues N/A Total Amount involved in N/A N/A Resolved Resolved Issues Pending Resolved Issues 16 Attachment B PrniPrt infnrmgtinn Project Owner Winkler Midstream LLC Project Name Winkler Services Water Transmission Infrastructure General Description of Project Construction of a raw water pump station with two 500 hp vertical turbine pumps and a rated capacity of 10.5 MGD, as well as 62,970 LF of 24" and 32,675 LF of 20" PVC waterlines. ' • .• • Budget History Schedule Performance AnioLlnt % of Bid Date Days Amount Bid $143357, 000 Notice to Proceed 12/04/2017 Change Orders Contract Substantial Completion Date at Notice to Proceed 06/23/2018 201 Owner Enhancements Contract Final Completion Date at Notice to Proceed 06/23/2018 201 Unforeseen Conditions Change Order Authorized Substantial Completion Date 06/23/2018 201 Design Issues Change Order Authorized Final Completion Date 06/23/2018 201 Total Actual / Estimated Substantial Completion Date 06/23/2018 201 Final Cost $141357, 000 Actual / Estimated Final Completion Date 06/23/2018 201 Project Manager Project Sup Safety Officer Quality Control Manager Name John Sedbrook Kyle Bienhoff Dan Stanton Taylor Kennedy Percentage of Time Devoted to the Project 100% 100% 100% 100% Proposed for this Project No Yes Yes Yes, in a different role Did Individual Start and Complete the Project? Yes Yes Yes Yes If not, who started or completed the project in their place. N/A N/A N/A N/A Reason for change. N/A N/A N/A N/A • ditHlor • mail '• • • •" I 001tiflial I DOMMID61421 I Ito I EPA 141LIRMWOM Name Title/ Position Organization Telephone F-mail Owner Ron Yair Managing Parnter Winkler Midstream LLC (646) 961-3271 ron@corecapital.com Designer Ryan Kennedy Principal, Water Resources Parkhill (817) 649-3216 rkennedy@team-psc.com Construction Manager Matt Foster Principal -in -Charge Garney Companies Inc. (816) 746-7219 mfoster@garney.com Suret Brian Cooper Managing Director Arthur J. Gallagher 415 288-1620 1 brian_cooper@ajg.com mormon, Ito 1 111 - -11, rem ��;ii � Number of Issues NSA Total Amount involved in NSA Number of Issues NSA Total Amount involved in N/A Resolved Resolved Issues Pending Resolved Issues *See Project Profiles on the following pages 16 City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being ngtj iFq of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requ "B r#leo in this proposal. . A 'k -' VORtia David R. Burkhart Contractor (Original iguat'ure) Contractor (Print) ci /,FOF M,��` 11111 CONTRACTOR'S BUSINESS NAME: Garney Companies, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 1700 Swift Street Kansas City, Missouri 64116 NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. RFP 21-15477-JM Low Head C Supply Pipeline Page Intentionally Left Blank Safety Record Questionnaire "'*--'The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) 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 actin for such Y g firm, corporation, partnership or institution, received citations for violations of OSHA within the ree ast th(3)ears? p Y YES X NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock with p ty hits 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 an A� p y, and penalty a c e P Q c Offeror's Initials QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, e of offense final disposition of type p offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: 0.61 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I wit ' o ation in my statements and answers to questions. I am aware that the information given by me in this que4N%-kWarre•Wik 'i vesti ated with my full permission, and that any misrepresentations or omissions may cause my propo�* be r'ected.: e - SEAL . Signa re Director of Texas Pipe Operations Title 2 City of Lubbock, TX RFP 21-15477-JM Suspension and Debarment Certification Federal Law (A- 102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its princi pals pals are suspended or debarred by a Federal agency. COMPANY NAME: • Garne Companies, Inc. •``pN!P AlFS''% Y p oRArt FEDERAL TAX ID or SOCIAL SECURITY No. 44-0658613 CC� Si nature of Company Official: / - •• �� g p Y . Printed name of company official signing above: David R. Burkhart �,, TE 4W % ill Date Signed: November 19, 2020 07� City of Lubbock, TX House Bill 89 Verification RFP 21-15477-JM I, David R. Burkhart (Person name), the undersigned representative � p of (Company or Business Name) Garney Companies, Inc. (hereafter referred to as company) being an adult over the . Y) g age of eighteen (18) years of age, do hereby y depose and verify under oath that the company named -above, under the provisions ' p of Subtitle F, Title 10, Government Code Chapter 2270: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above -named Company, business or individual with the City of Lubbock acting y b and through City of Lubbock. Pursuant to Section 2270.001, Texas Government Code: 1. "Boycott Israel " means refusing to deal with, terminating business activities with , or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relat ions specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -con trolled territory, but does not include an action made for ordinary business and purposes; 2. "Company" means a for profit sole proprietorship, organization, association, ,corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability co mpany, including a wholly owned subsidiary, majority -owned subsidiary,parent company p p y or affiliate of those entities or business associations that exist to make a profit. November 19, 2020 DATE OMPAN/Fs��'. OPLA Tt :. . SIGNA OF MPANY = O REPRESENTATIVE _ (D Av doo i 00 • •0 q rF of �R%% fi111111 PROPOSED LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. 0 U V4 ro ab P_rA Wk I 2. o�wc..�i k-r �v� : L � a 6 o cat, Tx ery ; ❑ 3. I c,-�'c- L- �. b b e cat ?� t Lc.f'.; c.�- '.r'5�' r..,..s...-� ..,-�a•� ❑ ❑1"' 5. ❑ ❑ 6. ❑ ❑ 7. ❑ ❑ 8. ❑ ❑ 9. ❑ ❑ 10. ❑ ❑ 11. ❑ ❑ 12. ❑ ❑ 13. ❑ ❑ 14. ❑ ❑ 15. ❑ ❑ 16. ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Gamey Companies, Inc. (PRINT NAME OF COMPANY) RFP 21-15477-JM Low Head C Supply Pipeline Page Intentionally Left Blank POST-CLOSING DOCUMENT REQUIREMENTS The below-listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB-CONTRACTORS 2 Page Intentionally Left Blank D&H Underground Albuquerque, NM Tunneling X Lonestar Paving Lubbock, TX Asphalt Paving ACME Electric Lubbock, TX Electrical and Instrumentation Garney Companies, Inc X X Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank 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 (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 Eight Million Nine Hundred Fifteen Thousand Six Hundred Ninety Nine Dollars and Ninety Five cents ($8,915,699.95) 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=day of January_, 2021 to RFP 21-15477-JM Low Head C Supply Pipeline and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this _ day of 2021. Surety *By. (Title) (Company Name) By: (Printed Name) (Signature) (Title) 2 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. _____________________________ Surety * By: _________________________ (Title) Approved as to form: City of Lubbock By: ____________________________ City Attorney * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. PERFORMANCE BOND Page Intentionally Left Blank 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 G_y Companies, Inc. (hereinafter called the Principal(s), as Principal(s), and, (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 Eight Million Nine Hundred Fifteen Thousand Six Hundred Ninety Nine Dollars and Ninety Five Cents ($8,915,699.95) 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=day of January, 2021 to RFP 21-15477-JM Low Head C Suppl: Pipeline 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 2021. Surety * By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) 2 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. _______________________ Surety *By:____________________ (Title) Approved as to Form City of Lubbock By: ____________________ City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by -laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE:_____________________ P.O. BOX 2000, LUBBOCK, TX 79401 TYPE OF PROJECT:_________________________ THIS IS TO CERTIFY THAT ___________________________________________ (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisio ns of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon . TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY Commercial General Liability General Aggregate $________________ Claims Made Products-Comp/Op AGG $________________ Occurrence Personal & Adv. Injury $________________ Owner’s & Contractors Protective Each Occurrence $________________ ___________________________ Fire Damage (Any one Fire) $________________ $________________ Med Exp (Any one Person) AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $________________ All Owned Autos Bodily Injury (Per Person) $________________ Scheduled Autos Bodily Injury (Per Accident) $________________ Hired Autos Property Damage $________________ Non-Owned Autos ___________________________ GARAGE LIABILITY Any Auto Auto Only - Each Accident $_______________ ___________________________ Other than Auto Only: Each Accident $_______________ Aggregate $_______________ BUILDER’S RISK 100% of the Total Contract Price $_______________ INSTALLATION FLOATER $_______________ EXCESS LIABILITY Umbrella Form Each Occurrence $_______________ Aggregate $_______________ Other Than Umbrella Form $_______________ WORKERS COMPENSATION AND EMPLOYERS’ LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $_______________ Officers are: Disease Policy Limit $_______________ Disease-Each Employee $_______________ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. C O N T R A C T O R C H E C K L I S T 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 AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. 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 c overage 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. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank Contract 15477 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 12th day of January. 2021 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Gurney Companies. Inc. of the City of Kansas City, County of Clav 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: RFP 21-15477-JM Low Head C Supply Pipeline 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. Gurney Companies, Inc.'s. Proposal dated November 19, 2020 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�. `�%PANlJ''' �o .....FS CONTRACTOR: �G•' !.y CITY OLLUBBK,OWNER): Garnev Companies, Inc. :c ' O�Q F = By: ;< Ati = Daniel M. Pope, Ma3ar By. /Zf _^`C�SATTEST: PRINTED NAME: t>Aw%6 TITLE: 0 irrxcrot< COMPLETE ADDRESS: Gurney Companies, Inc. 1700 Swift Street Kansas City, Missouri, 64116 ATTEST: _ p Corporate Secretary Rebe a Garza, City Secreta APPROVED AS TO CONTENT: Public Works Engineering 1A( ckc. L Q- FA�--rlkv,, 1/7/ IZI Name (Printed) Date P ROVED A TO FORM: elli Leisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84th Leg., Regular Session Businesses and individuals doing business with the City need to file conflict of interest questionnaires with the Office of the City Secretary’s Office. Local government officers are also required to file when a conflict exists. The questionnaire is to be filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001 (1-a) with a local governmental entity and the vendor meets the requirements under Section 176.006(a). By law this questionnaire must be filed with the City Secretary’s Office of the local governmental entity no later than the 7th business day after the date the vendor becomes aware of the facts that require the statement to be filled. Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1314 Avenue K, Floor 10 Lubbock, Texas, 79401 Questionnaire is available at https://ci.lubbock.tx.us/departments/purchasing/vendor-information Page Intentionally Left Blank CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Page Intentionally Left Blank Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. Once the form is received by the Purchasing and Contract Management Department, the Buyer associated with the project will log-in to the Texas Ethics Commission portal and acknowledge receipt of the form not later than the 30th day after the date the contract for which the form was filed binds all parties to the contract. This will complete the form for the contract with which the form is associated. The completed form will be made available via the Texas Ethics Commission website. Form 1295 can be generated via the Texas Ethics Commission web portal. The website and detailed instructions are located at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm PLEASE DO NOT COMPLETE FORM 1295 UNTIL YOU HAVE BEEN NOTIFIED OF CONTRACT AWARD AND REQUESTED TO ELECTRONICALLY FILE FORM 1295 WITH THE TEXAS ETHICS COMMISSION. Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit G_y 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 Josh Kristinek, Assistant City Engineer so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 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. 2 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 ot her facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner’s Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner’s Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner’s Representative’s rights of entry hereunder, the Owner’s Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. 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 carel ess 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. 3 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 performan ce 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 4 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 person or persons on the work, are, in Owner’s Representative’s sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner’s Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers 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 r equire 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. 5 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the 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 6 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 workers, 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, includi ng 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 five (5) calendar days prior to the opening of proposals. In the absence of a 7 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. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. 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. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer’s or payor’s, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. 8 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 AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. 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. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured 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 $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury w/Heavy Equipment XCU B. Owner's and Contractor's Protective Liability Insurance – NOT REQUIRED C. 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 per occurrence, to include all owned and non-owned cars including: Employers Non-ownership Liability Hired and Non-owned Vehicles. D. Builder’s Risk Insurance/Installation Floater Insurance – NOT REQUIRED E. Umbrella Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The Contractor shall have Umbrella Liability Insurance in the amount of $4,000,000 on all contracts with coverage to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverage’s. F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 9 Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: 10 (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 certific ate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal deli very, 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. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: 11 (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. (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: 12 REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (www.tdi.state.tx.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: (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 13 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 pr ovided 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 l oss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner’s Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, 14 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 compensation, the sum of $2,000.00 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 PER CONSECUTIVE CALENDAR 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. 15 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 in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, 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. Additionally, inclement weather shall be the only other reason consistent, daily prosecution o f the work may not take place on those inclement weather days. 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 requi red for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner’s Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner’s Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, 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 16 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 quantities32 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. 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 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 31 st working day after the date of certification of final completion, the balance due Contractor under the terms of this agreement. Neither the certification of final completion nor the final payment, nor any provisions in the contract documents shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the contract documents and/or any warranty or warranties implied by law or otherwise. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year / two (2) years from the date of certification of final completion by Owner's Representative. In the specifications for this project, different warranties are specified for different parts 17 of the project. For example, a one (1) year warranty is specified for the following items: Lighting and Branch Panelboards, and Supervisory Control and Data Acquisition (SCADA) System, and a two (2) year warranty is specified for the following items: Instrumentation and Control for Process Systems, and Communications Interface Equipment. The most stringent warranty will apply in the event of conflicts within the Contract Documents. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 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. 18 In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons 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 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 19 shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS 20 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. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. 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. 21 To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. HOUSE BILL 2015 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). 61. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https:Hci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.15 The Contractor (i) does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, "foreign terrorist organization" shall have the meaning given such term in Section 2252.151, Texas Government Code. 63. CHAPTER 2270 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Section 2270.002, Government Code, (a) This section applies only to a contract that: (1) Is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES 22 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contact as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. The Contractor warrants that it complies with Chapter 2270.001 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. Pursuant to Section 2270.001, Texas Government Code.- 1. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and 2. "Company" means afor-pro/it sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or any limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company or affiliate of those entities or business associations that exist to make a profit. 23 Page Intentionally Left Blank 24 CITY OF LUBBOCK WAGE DETERMINATIONS Page Intentionally Left Blank 25 EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters-Acoustical Ceiling Installation 16.00 Carpenter-Rough 13.00 Carpenter-All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers-Carpet and Resilient 18.00 Floor La yers-Specialty 18.00 Floor La yers-Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers-Mechanical 12.00 Irrigator-Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender-Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 26 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Hourly Rate Power Equipment Operator-Tower Crane 30.00 Hydraulic Crane Operators 60 tons & above 32.00 Operator Backhoe/Excavator/Truck hoe 20.25 Bobcat/Skid Steer/Skid Loader 15.22 Drill 16.00 Grader Blade 18.00 Loader 18.00 Mechanic 22.85 Paver (Asphalt, Aggregate, & Concrete) 17.00 Roller 15.00 Reinforcing Iron & Rebar Workers 14.33 Sheet Metal Workers, Excludes HVAC Duct Installation 21.38 Structural Iron & Steel Workers/Metal Building Erector 15.00 Asphalt Distributor Operator 16.50 Asphalt Paving Machine Operator/Spreader Box Operator 18.75 Backhoe Operator 18.00 Cement Mason/Concrete Finishers (Paving Structures) 15.00 Crane Operator (Hydraulic) 25.00 Electrician 17.50 Laborer 13.50 Laborer, Common 15.64 Laborer, Utility 13.50 Crane, Lattice Boom 80 Tons or Less 30.00 Loader/Backhoe 18.00 Roller/Other 15.00 Welder Certified/Structural Steel Weld 25.00 EXHIBIT C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standard Page Intentionally Left Blank SPECIFICATIONS Page Intentionally Left Blank DIVISION 01 GENERAL REQUIREMENTS Page Intentionally Left Blank Definitions and Terminology 01 00 05 - 1 LUB19278 – Low Head C Pipeline 01 00 05 DEFINITIONS AND TERMINOLOGY 1.00 GENERAL 1.01 SPECIFICATION TERMINOLOGY A. "Engineer" or "Architect" or “Owners Project Team (OPT)” or “Project Construction Manager (PCM)” 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 01 00 05 - 2 LUB19278 – Low Head C Pipeline 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. Definitions and Terminology 01 00 05 - 3 LUB19278 – Low Head C Pipeline 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. 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. Definitions and Terminology 01 00 05 - 4 LUB19278 – Low Head C Pipeline 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. 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 01 33 00, Document Management 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 Summary of Work 01 11 00 - 1 LUB19278 – Low Head C Pipeline 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.01 SUMMARY A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully 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 indicated in the Contract Documents for the operation and maintenance of the Project. 6. The Contract Documents do not indicate or describe all 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 Construction Manager. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Installation of Low Head C Pipeline with pipe, valves, appurtenances, tunnels, vaults, and miscellaneous work associated with the above and as shown on the Drawings and Specifications. 2. Making tie-ins as required to connect to existing Bailey County Pipeline and to Low Head C Pump Station yard piping. 3. Installation of butterfly valves and appurtenances at tie-in location. 4. Replace one 4-inch CAV on the existing Bailey County line with an 8-inch CAV. Includes replacement of an existing flanged outlet, existing 4-inch gate valve, existing 4-inch CAV, and adjustment of vent piping. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling, testing, and startup: Owner Description City of Lubbock Low Head C Pump Station project – The new Low Head C Pump Station will push water into the Low Head C pipeline. The Low Head C Pipeline project will tie into the Low Head C Pump Station yard piping. Summary of Work 01 11 00 - 2 LUB19278 – Low Head C Pipeline Owner Description City of Lubbock 66th Street Drainage Improvements – The City is sponsoring a project to improve drainage and storm water conveyance along 66th Street. B. Bring any discrepancies in the list to the attention of the Construction Manager. It will be deemed that the Contractor included the more expensive listing in the Contract Price if the Contractor fails to bring any discrepancies to the attention of the Construction Manager prior to executing the Agreement. C. 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 Construction Manager. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact construction scheduling, testing, and startup: Owner Description City of Lubbock SCADA operations B. Bring any discrepancies between the projects listed above and those specified elsewhere in the Contract Documents to the attention of the Construction Manager. It will be deemed that the Contractor included the more expensive listing in the Contract Price if the Contractor fails to bring any discrepancies to the attention of the Construction Manager prior to executing the Agreement. C. 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 Construction Manager. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. D. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Utility companies or their contractors will provide new or enhanced utilities for this Project. Coordinate with others performing Work associated with this Project. B. Power and Electrical Services: 1. Provide permanent power connections for the Site through the power utility unless indicated otherwise in the Contract Documents. 2. Pay for permits and for providing permanent power. 3. Coordinate and cooperate with others performing this Work. Summary of Work 01 11 00 - 3 LUB19278 – Low Head C Pipeline 4. Power utility will provide the construction to the point shown on the Drawings. 5. Provide conduit, conductors, pull boxes, manholes, and other appurtenances for the installation of power cable between the property line and the transformer and between the transformer and the main power switch unless the Contract Documents indicate otherwise. 6. Test conductors in accordance with the Specifications and requirements of the power utility and coordinate with the power utility to energize the system when ready. 7. Pay for temporary power including construction cost, meter connection, fees, and permits. 8. Contractor may use the permanent power source in lieu of temporary power source when permanent power is available at the Site. a. Notify Construction Manager and Owner of intent to use the permanent power source. b. Arrange with the power utility and pay the charges for connections and monthly charges for use of this power. 9. Pay for the power consumed until the Project has been accepted as Substantially Complete unless noted otherwise. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. Testing of equipment and appurtenances including specified test periods, training, and startup does not constitute acceptance for operation. C. Owner may accept the facility for continued use after startup and testing at the option of the Owner. If acceptance is delayed at the option of the Owner, shut down facilities per approved operation and maintenance procedures. D. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. E. Provide an endorsement from the insurance carrier permitting use of the Project during the remaining period of construction. F. Conduct operations to insure the least inconvenience to the Owner and general public. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Page Intentionally Left Blank Alternates and Allowances 01 23 10 - 1 LUB19278 – Low Head C Pipeline 01 23 10 ALTERNATES AND ALLOWANCES PART 1 - GENERAL 1.01 SUMMARY A. Alternates: 1. 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 Agreement. 2. The Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Alternate Bids or Proposals may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days of the opening of Contractor’s Bid or Proposal at the prices offered in the Contractor’s Bid or Proposal, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include the specified allowance amounts in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts; b. Delivery to the Site; and c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Section 01 31 00 “Project Management and Coordination.” b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids or proposals from qualified Suppliers. Alternates and Allowances 01 23 10 - 2 LUB19278 – Low Head C Pipeline c. Present available alternates to the Owner through the Construction Manager. Notify Construction Manager of: 1) Any objections to a particular Supplier or product. 2) Effect on the construction schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products will be the same as for products selected by the Contractor. 6. Submit a Change Proposal per Section 01 26 00 “Change Management” to adjust the Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in Section 01 29 00 “Application for Payment Procedures” for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENTATION A. Provide documents for materials furnished as part of each alternate in accordance with Section 01 33 00 “Document Management.” 1.03 DESCRIPTION OF ALLOWANCES A. Allowance D-01 – Electric Utility Service Allowance. 1. Provide electric power services required by the Contract and 01 11 00 Summary of Work. 2. Allowance is for payment of electric utility service charges related to providing power to the Low Head C Pipeline and Bailey County Pipeline tie-in site and power pole relocations. 1.04 DESCRIPTION OF ALTERNATES (NOT USED) PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Change Management 01 26 00 - 1 LUB19278 – Low Head C Pipeline 01 26 00 CHANGE MANAGEMENT PART 1 - GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Construction Manager will initiate Modifications by issuing a Request for Change Proposal (RCP). 1. Construction Manager and Design Professional will prepare a description of proposed Modifications. 2. Construction Manager will issue the Request for Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Construction Manager for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. Submit the Change Proposal and attach the forms provided by the Construction Manager. 1. Use the Change Proposal form provided by the Construction Manager. 2. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours 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; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Change Management 01 26 00 - 2 LUB19278 – Low Head C Pipeline Subcontractor or Supplier. Indicate appropriate Contractor mark ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outlined in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Construction Manager to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Section 01 33 02 “Shop Drawings.” 1.03 CONSTRUCTION MANAGER WILL EVALUATE THE REQUEST FOR A MODIFICATION A. Construction Manager will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Construction Manager will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. Contractor may be informed that the Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON-SPECIFIED PRODUCTS A. The products of the listed manufacturers are to be furnished where the Specifications list several manufacturers and do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers’ products that are in full compliance with the Specifications where Specifications list one or more manufacturers followed by the phrase “or equal” or “or approved equal.” 1. Submit a Shop Drawing as required by Section 01 33 02 “Shop Drawings” to document that the proposed product is equal or superior to the specified product. Change Management 01 26 00 - 3 LUB19278 – Low Head C Pipeline 2. Prove that the product is equal. It is not the OPT’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 Shop Drawing. c. The decision of the Design Professional regarding the acceptability of the proposed product is final. 3. Provide a 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. c. Will provide the same warranties and/or bonds as 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. C. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with documents required for a Shop Drawing as required by Section 01 33 02 “Shop Drawings” to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Design Professional’s responsibility to prove the product is not acceptable as a substitute. 1. 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. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the Shop Drawing. 3. The decision of the Design Professional regarding the acceptability of the proposed substitute product is final. Change Management 01 26 00 - 4 LUB19278 – Low Head C Pipeline C. Provide a certification that, in making the substitution request, the Contractor: 1. 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; 2. 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; 3. 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; and 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with Section 01 33 02 “Shop Drawings.” PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 LUB19278 – Low Head C Pipeline 01 29 00 APPLICATION FOR PAYMENT PROCEDURES PART 1 - GENERAL 1.01 SUMMARY A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials, if any; 3. Providing Work for alternates and allowances, if any; 4. Providing Work for extra work items, if any and if authorized 5. Commissioning, startup, training, and initial maintenance and operation; 6. Acceptance testing at the manufacturer’s facilities or at the Site; 7. All home office overhead costs and expenses, including profit made directly or indirectly from the Project; 8. Project management, contract administration, and field office and field operations staff including supervision, clerical support, and technology system support; 9. Professional services including design fees, legal fees, and other professional services; 10. Bonds and insurance; 11. Permits, licenses, patent fees, and royalties; 12. Taxes; 13. Providing all documentation and Samples required by the Contract Documents; 14. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use and storage facilities for stored materials and equipment including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, and technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all these facilities and equipment. 15. Products, materials, and equipment stored at the Site or other suitable location in accordance with Section 01 31 00 “Project Management and Coordination”; Application for Payment Procedures 01 29 00 - 2 LUB19278 – Low Head C Pipeline 16. Products, materials, and equipment permanently incorporated into the Project; 17. Temporary facilities for managing water including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 18. Temporary facilities for managing environmental conditions and Constituents of Concern; 19. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 20. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 21. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 22. Products, materials, and equipment consumed during the construction of the Project; 23. Contractor labor and supervision to complete the Project including that provided through Subcontractors or Suppliers; 24. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 25. Risk associated with weather and environmental conditions, startup, and initial operation of facilities including equipment, processes, and systems; 26. Contractor safety programs, including management, administration, and training; 27. Maintenance of facilities including equipment, processes, and systems until operation is transferred to Owner; 28. Warranties, extended or special warranties, or extended service agreements; 29. Cleanup and disposal of any and all surplus materials; and 30. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing performance and payment bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the “Consent of Surety Company to Payment Procedures” form provided by the Construction Manager. Payment will not be made without this approval. D. Construction Manager may withhold processing the Applications for Payment if any of the following processes or documentation is not up to date: 1. Progress Schedule per Section 01 33 05 “Construction Progress Schedule.” 2. Project videos and photographs per Section 01 33 06 “Graphic Documentation.” 3. Record Documents per Section 01 31 13 “Project Coordination.” Application for Payment Procedures 01 29 00 - 3 LUB19278 – Low Head C Pipeline 1.02 SCHEDULE OF VALUES A. Divide the Contract Price into an adequate number of line items to allow more accurate determination of the earned value for each line item when evaluating progress payments. Submit a detailed Schedule of Values for the Project at least 10 days prior to submitting the first Application for Payment using forms provided by the Construction Manager. B. Do not apply for payment until the Schedule of Values has been approved by the Construction Manager. C. Divide the cost associated with each line item in the Schedule of Values into installation and materials components. 1. Installation cost is to include all cost associated with the line item except materials cost. 2. Materials cost is the direct cost (as verified by invoice values) for products, materials, and equipment to be permanently incorporated into the Project associated with the line item. 3. Installation cost is to include all direct costs and a proportionate amount of the indirect costs for the Work associated with each line item. Include costs not specifically set forth as an individual payment item but required to provide a complete and functional system. 4. The sum of materials and installation costs for all line items must equal the Contract Price. D. Use each unit price line item in the Agreement as a line item in the Schedule of Values. The sum of materials and installation costs for each line item for unit price contracts must equal the value of the line item in the Agreement. In addition to the installation cost described in Paragraph 1.02.C.3, installation costs for unit price items are to include costs for waste and overages. 1. Installation and materials cost may be left as a single installation component if: a. Contractor does not intend to request payment for stored materials for that line item; or b. Work in the line item will be completed within a single payment period. 2. Provide adequate detail to allow a more accurate determination of the earned value for installation costs, expressed as a decimal fraction of Work completed, for each line item. 3. Installation cost line items may not exceed $50,000.00. Items that are not subdivided into smaller units may only be included in the Application for Payment when Work on the entire unit is complete. 4. Lump sum items may be divided into an estimated number of units to estimate earned value. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. 5. Include Contractor’s overhead and profit in the installation costs each line item in proportion to the value of the line item to the Contract Price. Application for Payment Procedures 01 29 00 - 4 LUB19278 – Low Head C Pipeline 6. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 7. Line items may be used to establish the value of Work to be added or deleted from the Project. E. Include a breakdown of both mobilization and demobilization costs in the Schedule of Values. The total cost for both mobilization and demobilization may not exceed five (5) percent of the total Contract Price. Payment for mobilization and demobilization will be based on the earned value of Work completed. Payment for these costs will only be made for Work completed for the following: 1. Bonds and insurance; 2. Transportation and setup for equipment; 3. Transportation and/or erection of all field offices, sheds, and storage facilities; 4. Salaries for preparation of documents required before the first Application for Payment; and 5. Salaries for field personnel directly related to the mobilization of the Project. 1.03 SCHEDULE OF ANTICIPATED PAYMENTS A. Submit a schedule of the anticipated Application for Payments showing the anticipated application numbers, submission dates, and the amount to be requested for each Application for Payment on the form provided by the Construction Manager. B. Update the schedule of anticipated payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 ALTERNATES, ALLOWANCES, AND EXTRA WORK ITEMS A. Include line items and amounts for specified alternate Work and allowances for Work in the Agreement, if any, and as described in Section 01 23 10 “Alternates and Allowances.” B. Include line items and amounts for Extra Work items in the Agreement, if any, and as described in Section 01 29 01 “Measurement and Basis for Payment.” 1.05 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. B. Reduce payments for set-offs per the General Conditions as directed by the Construction Manager. Application for Payment Procedures 01 29 00 - 5 LUB19278 – Low Head C Pipeline 1.06 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the Construction Manager each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the Construction Manager to determine concurrence with: 1. Values requested for materials and equipment, stored or incorporated into the Project as documented by invoices; 2. The earned value for installation costs for each line item in the Application for Payment form expressed as a percent complete for that line item; 3. The quantity of Work completed for each unit price item; 4. Amount of retainage to be held; and 5. Set-offs included in the Application for Payment. B. Submit Applications for Payment to the Construction Manager after agreement has been reached on the draft Application for Payment with the Construction Manager. C. Provide all information requested in the Application for Payment form. Do not leave any blanks incomplete. If information is not applicable, enter “N/A” in the space provided. 1. Number each application sequentially and include the dates for the application period. 2. Complete the “Contract Time Summary” section on the Application for Payment form. If the Final Completion date shows the Project is more than 30 days behind schedule, revise the Schedule of Anticipated Payments to correspond to the updated schedule required per Section 01 33 05 “Construction Progress Schedule.” 3. Complete the “Summary of Earned Value and Set-offs” section on the Application for Payment form. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage and set-offs. 4. Sign and date the Contractor’s Certification on the Application for Payment form that all Work, including materials, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous Payment has been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. 5. Include “Attachment A - Tabulation of Earned Value of Original Contract Performed” to show the value of materials stored and successfully incorporated into the Project and the earned value for installation of the Work for each line item in the Application for Payment for Work. Attachment A includes Work on the original Contract Price and on approved Contract Amendments and Change Orders. 6. Include “Attachment B - Tabulation of Values for Materials and Equipment” to track invoices used to support amounts requested as materials in Attachment A. Enter materials to show the amount of the invoice assigned to each item in Attachment A if an invoice includes materials used on several line items. Application for Payment Procedures 01 29 00 - 6 LUB19278 – Low Head C Pipeline 7. Include “Attachment C - Summary of Set-offs” to document set-offs made per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. 8. Include “Attachment D - Retainage Calculation” to show method for calculating retainage. The amount of retainage with respect to progress payments is stipulated in the Agreement. Any request for a reduction in retainage must be accompanied by a Consent of Surety to Reduction or Partial Release of Retainage. 9. Include “Attachment E - EVA Calculation” and the EVA Chart showing the anticipated and actual total earned value of fees, Work, and materials. Create a graphic representation (curve) of the anticipated progress on the Project each month. Compare the anticipated cumulative total earned value of fees, Work, and materials to the actual total earned value of fees, Work, and materials to determine performance on budget and schedule. Adjust the table and curve to incorporate Modifications. D. Submit attachments in Portable Document Format (PDF). 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided by the Construction Manager. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.07 ADJUSTMENTS TO THE SCHEDULE OF VALUES IN THE APPLICATION FOR PAYMENT A. Submit a Change Proposal to request any changes to the Schedule of Values incorporated into the Application for Payment once approved. A Field Order will be issued by the Construction Manager to modify the Application for Payment form if approved. B. Payment for materials and equipment shown in the Application for Payment will be made for the total of associated invoice amounts, up to the value shown for materials in the Application for Payment for that line item. 1. If the total amount for invoices for materials and equipment for a line item are less than the amount shown for the materials component of that line item in the Application for Payment, and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item, the difference between the total invoice for materials and equipment and the materials component for that line item can be added to the installation component of that Work item. 2. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be paid for under other line items. 1.08 CONSTRUCTION MANAGER’S RESPONSIBILITY A. Construction Manager will review each draft Application for Payment with Contractor to reach an agreement on the amount to be recommended to Owner for payment. Contractor is to revise the Application for Payment to incorporate changes, if any, resulting from this review process. Application for Payment Procedures 01 29 00 - 7 LUB19278 – Low Head C Pipeline B. Construction Manager will review the Application for Payment to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. Construction Manager will either recommend payment of the Application for Payment to Owner or notify the Contractor of the reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment. Construction Manager will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. Construction Manager’s recommendation of the Application for Payment constitutes a representation that based on its experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. Construction Manager does not represent by recommending payment that: 1. Inspections made to check the quality or the quantity of the Work as it was performed were exhaustive or extended to every aspect of the Work in progress; or 2. Other matters or issues that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor exist. G. Neither Construction Manager’s review of Contractor’s Work for the purposes of recommending payments nor Construction Manager’s recommendation of payment imposes responsibility on the Construction Manager or Owner: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.09 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments; Application for Payment Procedures 01 29 00 - 8 LUB19278 – Low Head C Pipeline 2. Allowances not previously adjusted by Change Order; 3. Deductions for Defective Work that have been accepted by the Owner; 4. Penalties and bonuses; 5. Deduction for all final set-offs; and 6. Other adjustments if needed. B. Construction Manager will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and, if necessary, to reconcile estimated unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the final Application for Payment: 1. Evidence of payment or release of Liens on the forms provided by the Construction Manager and as required by the General Conditions. 2. Consent from surety to final payment. D. Final payment will also require additional procedures and documentation per Section 01 70 00 “Execution and Closeout Requirements.” 1.10 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the Construction Manager’s recommended Application for Payment. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 1 LUB19278 – Low Head C Pipeline 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT PART 1 - GENERAL 1.01 PAYMENT FOR MATERIALS AND EQUIPMENT A. Payment will be made for materials and equipment materials properly stored and successfully incorporated into the Project less the specified retainage. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Remove items from the tabulation of materials and equipment if this documentation is not provided with the next Application for Payment. C. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. D. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until final acceptance in accordance with the General Conditions. E. Payment for materials and equipment does not constitute acceptance of the product. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Measurement for progress payments is the invoice value for stored materials and the earned value for all other cost for constructing each item. Earned value is expressed as the value of the Work completed divided by the total value of installation cost. The total amount paid will be equal to the total lump sum amount for that item. 1.03 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Measure the Work using the unit of measure indicated in this Section for each unit price line item. Payment will be made only for the actual measured unit and/or computed length, area, solid contents, number, and weight unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside dimensions shown in the Contract Documents. B. Payment will be made for the actual quantity of Work completed and for materials and equipment stored during the payment period. Payment amount is the Work quantity measured per Paragraph A above multiplied by the unit price for that line item in the Agreement. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE ITEMS A. Item D-01 – Trench Safety. 1. Measurement and payment for Trench Safety shall be made on the basis of the price bid per linear foot for a trench depth of (5) five feet or greater for all the trenching and improvements on the project. Measurement and Basis for Payment 01 29 01 - 2 LUB19278 – Low Head C Pipeline 2. Payment shall be full compensation for all materials, equipment, labor and other incidentals necessary to furnish, install and remove the Trench Safety. Included in this item will be all soil borings necessary for preparation of this safety plan. B. Item D-02 – Bored Crossings 1. Measurement and payment for Bored 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. 2. 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. C. Item D-03 , 04, & 05 – Blow Offs and Air Valve Assemblies 1. 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. D. Item D-06 – Flexible Base Driveway Repair 1. Measurement and payment for the Crushed Stone Road Base shall be per Square Yard at the unit price bid. Measurement will be made per SY replaced as shown in plans. E. Item D-07 – Concrete Driveway Repair 1. Measurement and payment for the concrete driveway repair shall be 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. F. Item D-08 – Asphalt Pavement Repair 1. Measurement and payment for the asphalt pavement replacement shall be 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. G. Item D-09 – Concrete Pavement Repair 1. Measurement and payment for the concrete pavement replacement shall be 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. H. Item D-17 – Existing 36-Inch Bailey County Pipeline Connection 1. 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, Measurement and Basis for Payment 01 29 01 - 3 LUB19278 – Low Head C Pipeline 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. I. Item D-18 – Pressure Testing and Draining Pipeline 1. Measurement and payment for Pressure Testing and Draining Pipeline shall be made at the lump sum price bid for all work associated with the initial pressure testing and draining of the pipeline. J. Item D-19 – Chlorinating, Bac T Testing, and Draining Pipeline 1. Measurement and payment for Chlorinating, Bac T Testing, and Draining Pipeline shall be made at the lump sum price bid for all work associated with the Chlorinating, Bac T Testing, and Draining Pipeline. K. Item D-20 – Re-Fill, Chlorinate, and Bac T Test the Pipeline up to 120 Days After Pipeline Completion 1. Measurement and payment for Re-Fill, Chlorinate, and Bac T Test the Pipeline up to 120 Days After Pipeline Completion shall be made at the lump sum price bid for all work associated with the Re-Fill, Chlorinate, and Bac T Test the Pipeline up to 120 Days After Pipeline Completion. L. Item D-21 – MOBFV Electrical Panel and Communications 1. Measurement and payment for MOBFV Electrical Panel and Communications shall be per each at the price bid. Payment shall include all costs for the complete construction the panel and communications as shown in the plans. M. Item D-22 – 36” Motor Operated Butterfly Valves 1. 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, 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. N. Item D-23 – Motor Operated Actuator and Manhole for Existing Manual BFV 1. Measurement and payment for Motor Operated Actuator and Manhole for Existing Manual BFV shall be per each at the price bid. Payment shall include all costs for the actuator and manhole including support, coupling, flowable fill, vaults, and accessories. O. Item D-24 - Fiber Optic Conduit 1. Includes the complete installation of the fiber conduit and associated accessories. Fiber optic cable for this conduit is not included in the scope of work. 2. Payment made at unit price Bid and shall be measured in linear feet by station. Item includes materials, labor, equipment, and incidentals for complete installation of the Measurement and Basis for Payment 01 29 01 - 4 LUB19278 – Low Head C Pipeline fiber optic system including conduit, posts, tracer wire, grounding, trenching / plowing, backfill, compaction, surface restoration, testing, installation of pull tape and all other items as indicated in the Contract. P. Item D-25 - Fiber Optic Ground Box 1. Includes the complete installation of the ground boxes for fiber optic conduit. 2. Payment made at unit price Bid and shall be measured per each. Item includes materials, labor, equipment, and incidentals for complete installation of the fiber optic pull boxes as a part of the fiber optic system. Item includes locate post, bedding, wire connections, excavation, backfill, testing, and all other items as indicated in the Contract. Q. Item D-26 – Seeding 1. 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. 2. 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. 3. 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. R. Item D-27 – Mobilization 1. Include the following costs in this offer item: 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 documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; and f. Mobilization may not exceed 5 percent of the total Contract Price. 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. 3. Measuring for payment is on a lump sum basis. Measurement and Basis for Payment 01 29 01 - 5 LUB19278 – Low Head C Pipeline 1.05 MEASUREMENT AND BASIS FOR PAYMENT FOR ALLOWANCES A. Item E-01 – Electric Utility Service Allowance. 1. Provide electric power and electrical services described in 01 11 00 Summary of Work. 2. There is no measurement for this item. Payment will be made on the invoiced cost from the utility. 1.06 MEASUREMENT AND BASIS FOR PAYMENT FOR EXTRA WORK ITEMS A. Item D-10 – Additional CLSM for Utility Protection. 1. Measurement will by the cubic yard based on hauled volumes and truck tickets. 2. Payment will be made at the unit price per cubic yard. B. Item D-11 – Additional Coarse Gravel for Trench Foundation. 1. Measurement will by the cubic yard based on hauled volumes and truck tickets. 2. Payment will be made at the unit price per cubic yard. C. Item D-12 – Additional Pipe Zone Embedment Material for Unstable Soils. 1. Measurement will by the cubic yard based on hauled volumes and truck tickets. 2. Payment will be made at the unit price per cubic yard. D. Item D-13 – Additional Concrete Encasement 1. Measurement will by the lineal foot for each foot that concrete encasement is extended beyond the stations indicated in the Contract Documents and as approved by the Engineer/PCM. 2. Payment will be made at the unit price per lineal foot. E. Item D-14 – Additional Flowable Fill Encasement 1. Measurement will by the lineal foot for each foot that flowable fill encasement is extended beyond the stations indicated in the Contract Documents and as approved by the PCM. 2. Payment will be made at the unit price per lineal foot. F. Item D-15 – Additional Curb and Gutter 1. 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. G. Item D-16 – Additional 2,000 PSI Concrete 1. 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 Measurement and Basis for Payment 01 29 01 - 6 LUB19278 – Low Head C Pipeline the Owner. The quantity will be based on actual volume deposited in accordance with delivery tickets from concrete supplier. 1.07 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES A. Description of Pipe Alternates: 1. Item A-01 – 36” AWWA C303 BWCCP Class 150 2. Item B-01 – 36” AWWA C200 Steel Pipe & Fittings Class 150 3. Item C-01 – 36” AWWA C905 DR-18 PVC Pipe & Fittings B. Measurement and payment for pipe of each pipe material 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, replacement of 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. C. Description of Corrosion Alternates 1. Item A-02 - Corrosion Monitoring Test Stations 2. Item B-02 – Corrosion Monitoring Test Stations D. 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. 1.08 PRODUCTS (NOT USED) PART 2 - EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 LUB19278 – Low Head C Pipeline 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.01 SUMMARY A. Furnish resources required to complete the Project in accordance with the Contract Documents and within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollution, management of water, and management of excess earth as required in Section 01 57 00 “Temporary Controls.” 1.02 STANDARDS A. Perform Work to comply with: 1. Requirements of the Contract Documents; 2. Laws and Regulations; and 3. Specified industry standards. 1.03 DOCUMENTATION A. Provide documents in accordance with Section 01 33 00 “Document Management.” B. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. C. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings per Section 01 31 13 “Project Coordination.” 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. The Owner will pay building permit fees. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work and include the cost for these inspections and certifications in the Contract Price. F. Make arrangements with private utility companies and pay fees associated with obtaining services or inspections. G. Retain copies of permits and licenses at the Site and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 2 LUB19278 – Low Head C Pipeline 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Maintain a supply of personal protective equipment for visitors to the Site. E. Comply with latest provisions of the Occupational Health and Safety Administration (OSHA) and other Laws and Regulations. F. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injuries, or deaths related to the Project to the Construction Manager as Record Data per Section 01 31 13 “Project Coordination.” 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Construction Manager as Record Data per Section 01 31 13 “Project Coordination.” 1.07 CONTRACTOR’S USE OF THE SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the Construction Manager. Coordinate the use of the Site with the Construction Manager. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Park construction equipment in designated areas only and provide spill control measures as discussed in Section 01 57 00 “Temporary Controls.” D. Park employees’ vehicles in designated areas only. E. Obtain written permission of the property owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. F. Cooperate with public and private agencies with facilities operating within the limits of the Project. Provide 48 hours’ notice to any applicable agency when Work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. Project Management and Coordination 01 31 00 - 3 LUB19278 – Low Head C Pipeline G. Conduct of Contractor’s or Subcontractor’s Employees: 1. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. 2. Do not allow the use of offensive language or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. 3. Require workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, or any exceedingly torn, ripped, or soiled clothing to be worn on the Site. 4. Do not allow the use, possession, concealment, transportation, promotion, or sale of the following prohibited items anywhere on the Site: a. Firearms (including air rifles and pistols and BB or pellet guns) and ammunition; b. Bows, crossbows, arrows, bolts, or any other projectile weapons; c. Explosives of any kind, including fireworks; d. Illegal knives; e. Other weapons prohibited by state Laws and Regulations; and f. Any other item that has been designed or intended to be used as a weapon. No exceptions will be made for the possession of a firearm by a person that has a valid state-issued license to carry a firearm. Remove any of the prohibited items listed above from the Site immediately and permanently. Any person found to be in possession of any prohibited item must also be removed from the Site and may be reported to local law enforcement. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, underground facilities, and existing structures. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the Construction Manager before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per Section 01 31 13 “Project Coordination.” Coordinate Work with local utility company and others for the relocation or replacement. C. Protect utilities, underground facilities and existing structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the Owner and utility or property owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or Project Management and Coordination 01 31 00 - 4 LUB19278 – Low Head C Pipeline approved by the Construction Manager. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. Mark trees that may be removed during construction and review with the Construction Manager for approval before removing. Protect trees to remain from damage limiting activity, including stockpiling of materials within the drip line of the tree. F. 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, if needed. 1.09 DISRUPTION TO SERVICES/CONTINUED OPERATIONS A. Owner’s facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves, operators, or electrical panels. 2. Do not store material or products inside structures unless authorized by the Construction Manager. 3. Limit operations to the minimum amount of space needed to complete the specified Work. 4. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the Work in a manner that flow is not restricted. B. Provide a Plan of Action in accordance with Section 01 35 00 “Special Procedures” if facilities must be taken out of operation. 1.10 FIELD VERIFICATION A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. 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 Documents as required in Section 01 31 13 “Project Coordination.” 1.11 REFERENCE DATA AND CONTROL POINTS A. Construction Manager will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. Project Management and Coordination 01 31 00 - 5 LUB19278 – Low Head C Pipeline B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the Construction Manager. Notify Construction Manager when a reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Control points or benchmarks damaged, disturbed or destroyed as a result of the Contractor’s negligence will be restored by the Construction Manager. Owner will impose a set-off as compensation for the effort required. 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. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established by the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Provide Record Data per Section 01 31 13 “Project Coordination” and measurements per standards. 1.12 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. 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 properly until used. Leave products in original packages or other containers until installed. If original packages or containers are damaged, repackage in containers and include packing slips, labels and other information from the original packaging. 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 or pallets. D. Assume full responsibility for the protection and safekeeping of products stored at the Site. E. Store products at locations acceptable to the Construction Manager and to allow Owner access to maintain and operate existing facilities. F. Store products in accordance with the Supplier’s storage instructions immediately upon delivery. Leave 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. G. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier’s instructions. Remove storage facilities at the completion of the Project. H. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Project Management and Coordination 01 31 00 - 6 LUB19278 – Low Head C Pipeline I. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, 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 products to prevent wind damage. J. Protect and maintain mechanical and electrical equipment in storage. 1. Provide Supplier’s service instructions on the exterior of the package. 2. Service equipment on a regular basis as recommended by the Supplier. Maintain a log of maintenance services. Submit the log as Record Data per Section 01 31 13 “Project Coordination” when Owner assumes responsibility for maintenance and operation. 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. K. 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. Supplier’s required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. L. Replace any stored item damaged by inadequate protection or environmental controls. M. Payment may be withheld for any products not properly stored. 1.13 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. Project Management and Coordination 01 31 00 - 7 LUB19278 – Low Head C Pipeline B. Clean the Site as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers at the Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish, and debris from the Site and legally dispose of these at public or private disposal facilities. 1.14 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Coordinate and arrange for emergency vehicle access when streets are to be closed. B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request must state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Obtain permits and permissions of the entity that owns the road prior to any Work and provide a copy of the permit or permission Record Data per Section 01 31 13 “Project Coordination.” D. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. 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). E. Assume responsibility for any damage resulting from construction along roads or drives. 1.15 BLASTING A. Blasting is not allowed for any purpose. 1.16 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact of the sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for working in these areas from regulatory agencies. 2. Maintain confidentiality regarding the site(s) of artifacts. 3. Adhere to the requirements of applicable local, state, and federal Laws and Regulations. Project Management and Coordination 01 31 00 - 8 LUB19278 – Low Head C Pipeline 4. Notify the Construction Manager and any local, state, or federal agency as required by applicable Laws and Regulations. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist 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. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such sites by construction personnel, and pay all penalties assessed by state or federal agencies for non- compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.17 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to destroy or adversely modify the habitat or jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA) or applicable state Laws and Regulations. B. Cease Work immediately in the area of the encounter and notify the Construction Manager if a threatened or endangered species is encountered during construction. Construction Manager will implement actions in accordance with the ESA and applicable state statutes. Resume construction in the area of the encounter when authorized to do so by the Construction Manager. 1.18 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 Construction Manager. B. Submit Notification by Contractor in accordance with Section 01 31 13 “Project Coordination” to the Construction Manager 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; Project Management and Coordination 01 31 00 - 9 LUB19278 – Low Head C Pipeline 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; or 5. Appearance of any structure or surfaces exposed occasionally or constantly to view. C. Include in request: 1. Location and description of affected Work; 2. Reason for cutting, alteration, or excavation; 3. Effect on the Work of any separate contractor or Owner; 4. Effect on the structural or weatherproof integrity of the Work; 5. Description of proposed Work, including: a. Scope of cutting, patching, or alteration; b. Trades that will perform the Work; c. Products proposed for use; and d. Extent of refinishing to be performed. 6. Alternatives to cutting and patching; 7. Written authorization from any separate Contractor whose Work would be affected; and 8. Date and time Work will be uncovered or altered. D. Inspect existing conditions prior to starting the Work, including elements subject to damage or movement during cutting and patching. Uncover elements where required for an adequate inspection. Notify the Construction Manager of any conditions that negatively impact the ability to perform cutting and patching. Contractor is deemed to have accepted the existing conditions and assumed the risk associated with completing the Work when cutting or patching is started after the inspection. E. Provide adequate support to maintain the structural integrity of facilities, structures, or elements that could be affected by cutting, patching or installing new Work. Provide devices and methods to protect facilities, structures, or elements from damage that could be affected by Contractor’s efforts. Provide protection from the weather for portions of the Project that may be exposed by cutting and patching. F. Make cuts or penetrations using methods that prevent damage to other Work and provide proper surfaces for patching and repairs. G. Fit and adjust installed products to comply with specified products, functions, tolerances, and finishes. H. Patch or repair facilities, structures or elements to provide completed Work per the Contract Documents. I. 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 with materials with physical characteristics equivalent to fire resistance requirements of Project Management and Coordination 01 31 00 - 10 LUB19278 – Low Head C Pipeline penetrated surface. Provide firestop inserts inside pipes, sleeves, ducts, conduit, and other penetrations when required by fire resistance requirements. J. Patch finished surfaces and building components using new products specified for the original installation. 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. 1.19 OCCUPANCY A. Owner has the right to occupy or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. Testing of equipment and appurtenances including specified test periods, training, and startup does not constitute acceptance for operation. C. Owner may accept the facility for continued use after startup and testing at the option of the Owner. If acceptance is delayed at the option of the Owner, shut down facilities per approved operation and maintenance procedures. D. The execution of bonds is understood to indicate the consent of the surety to these provisions for occupancy of the structures and use of equipment. E. Provide an endorsement from the insurance carrier permitting occupancy of the structures and use of equipment during the remaining period of construction. F. Conduct operations to ensure the least inconvenience to the Owner and general public. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 LUB19278 – Low Head C Pipeline 01 31 13 PROJECT COORDINATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Administer contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENTATION A. Provide documents in accordance with Section 01 33 00 “Document Management.” 1.03 COMMUNICATION DURING THE PROJECT A. Construction Manager is to be the first point of contact for all parties on matters concerning this Project. B. Construction Manager will coordinate correspondence concerning: 1. Contract administration; 2. Clarification and interpretation of the Contract Documents; 3. Contract modifications; 4. Observation of Work and testing; and 5. Claims. C. Construction Manager will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the Construction Manager at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner; 2. Project name; 3. Contract title; 4. Project number; 5. Date; and 6. A reference statement. E. Submit communications on the forms referenced in this Section or in Section 01 33 00 “Document Management.” 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference; 2. The location of the conference will be determined by the Construction Manager; Project Coordination 01 31 13 - 2 LUB19278 – Low Head C Pipeline 3. The time of the conference will be determined by the Construction Manager, but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued; 4. The OPT, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference; and 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Section 01 33 05 “Construction Progress Schedule”; b. Preliminary Schedule of Documents per Section 01 33 00 “Document Management”; c. Schedule of Values and anticipated schedule of payments per Section 01 29 00 “Application for Payment Procedures”; d. List of Subcontractors and Suppliers; e. Contractor’s organizational chart as it relates to this Project; and 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 Construction Manager, Design Professional, and Owner. a. Meet monthly or as requested by the Construction Manager to discuss the Project. b. Meet at the Site or other location as designated by the Construction Manager. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the Construction Manager of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the Construction Manager, Design Professional or Owner concerning this Project. Prepare to discuss: a. Status of overall project schedule; b. Contractor’s detailed schedule for the next month; c. Anticipated delivery dates for equipment; d. Coordination with the Owner; e. Status of documents; f. Information or clarification of the Contract Documents; g. Claims and proposed modifications to the Contract; h. Field observations, problems, or conflicts; and Project Coordination 01 31 13 - 3 LUB19278 – Low Head C Pipeline i. Maintenance of quality standards. 3. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. C. Pre-Documentation and Pre-Installation Meetings: 1. Conduct pre documentation and pre installation meetings as required in the individual technical Specifications or as determined necessary by the Construction Manager (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Construction Manager will prepare a record of meeting proceedings. Review the record of the meeting and notify the Construction Manager of any discrepancies within 10 days of the date the record of the meeting is provided. The record will not be corrected after the 10 days have expired. Corrections will be reflected in the record of the following meeting. 5. Conduct pre-installation meetings for: pipeline laying and backfill; high performance coatings. D. Weekly Coordination Meetings: Meet on a weekly basis with the Construction Manager or designated on-site representative of the OPT to discuss Work planned for the following week, review coordination issues, testing required, or other issues. Records of these meetings are not required. 1.05 REQUESTS FOR INFORMATION A. Submit a Request for Information to the Construction Manager to obtain additional information or clarification of the Contract Documents. 1. Submit a separate Request for Information for each item on the form provided by the Construction Manager. 2. Attach adequate information to permit a response without further clarification. Construction Manager will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple reviews due to inadequate information. 3. A response will be made when adequate information is provided. The response will be made on the Request for Information form provided by the Construction Manager. B. Response to a Request for Information is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. Project Coordination 01 31 13 - 4 LUB19278 – Low Head C Pipeline 1. Submit a Change Proposal per Section 01 26 00 “Change Management” if a contract modification is suggested or required. C. Use the Decision Register to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. D. Use the Action Item Register to document assignments for actions to be taken in accordance with Paragraph 1.06. 1.06 DECISION AND ACTION ITEM REGISTER A. Construction Manager will maintain a Decision Register to document key decisions made during meetings, telephone conversations, or visits to the Site using the format provided by the Construction Manager: 1. Review the Decision Register prior to each regular meeting. 2. Report any discrepancies to the Construction Manager for correction or discussion at the next monthly meeting. B. Construction Manager will maintain an Action Item Register in conjunction with the Decision Register to track assignments made during meetings, telephone conversations or visits to the Site using the format provided by the Construction Manager: 1. Review the Action Item Register prior to each regular meeting. 2. Report actions taken after the previous progress meeting on items in the register assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the Construction Manager. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow Construction Manager to update the register prior to the Progress Meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the register that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the Construction Manager 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 Construction Manager, Engineer, or inspection agencies prior to covering Work; and 6. Training. B. Provide notification a minimum of 2 weeks in advance to allow OPT time to respond appropriately to the notification. Project Coordination 01 31 13 - 5 LUB19278 – Low Head C Pipeline C. Use the Notification by Contractor form provided by the Construction Manager. 1.08 REQUESTS FOR MODIFICATIONS A. Submit requests for Modifications per Section 01 26 00 “Change Management.” 1.09 PLAN OF ACTION A. Submit a written Plan of Action for approval for shutting down essential services. These include: 1. Electrical power; 2. Control power; 3. Process piping; 4. Process equipment; 5. Communications equipment; and 6. Other designated functions. B. Describe the following in the Plan of Action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; and 9. Contingency plan that will be used if the original schedule cannot be met. C. Submit plan 2 weeks prior to beginning the Work. 1.10 RECORD DATA A. Submit information required by the Contract Documents that is not related to a product as Record Data using the form provided by the Construction Manager. 1.11 RECORD DOCUMENTS A. Maintain one complete set of printed Record Documents at the Site including: 1. Drawings; 2. Specifications; 3. Addenda; 4. Modifications; Project Coordination 01 31 13 - 6 LUB19278 – Low Head C Pipeline 5. Product Data and approved Shop Drawings; 6. Construction photographs; 7. Test Reports; 8. Clarifications and other information provided in Request for Information responses; and 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor’s field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain an electronic record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain an electronic record of Drawings in PDF format. 1. Reference the Product Data number, Shop Drawing number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark drawings to record actual construction. a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed, and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping; 2) Ductwork; 3) Equipment and control devices requiring periodic maintenance or repair; 4) Valves, unions, traps, and tanks; 5) Services entrance; Project Coordination 01 31 13 - 7 LUB19278 – Low Head C Pipeline 6) Feeders; and 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Requests for Information or included in the Decision Register. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to Requests for Information. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue. b. Highlight mark ups for new or revised Work (lines added) in yellow. c. Highlight items deleted or not installed (lines to be removed) in red. d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Construction Manager for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment 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 complete Record Documents. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Page Intentionally Left Blank Document Management 01 33 00- 1 LUB19278 – Low Head C Pipeline 01 33 00 DOCUMENT MANAGEMENT PART 1 - GENERAL 1.01 SUMMARY A. Submit documentation as required by the Contract Documents and as requested by the Construction Manager. B. Use the Project Management Information System (PMIS) provided by the Owner. Software for the PMIS is FNiManager which has the following system requirements: 1. Operating Systems: Windows 7 or later and OS X v10.8 or later. 2. Supported Internet Browsers: Internet Explorer 11.0 or later, Google Chrome 70.0 or later, Firefox 63.0 or later, Safari 11.0 or later, and Microsoft Edge 17.0 or later. 3. Screen Resolution: The recommended screen resolution is 1280 x 1024 or higher. The minimum screen resolution required to support all features is 1024 x 768. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review as “Not Approved.” 1.03 CONTRACTOR’S RESPONSIBILITIES A. Review documents prior to submission. Make certifications as required by the Contract Documents and as indicated on Construction Manager provided forms. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Construction Manager for review. Use the form provided by the Construction Manager for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by Section 01 33 05 “Construction Progress Schedule.” 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14-day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Construction Manager and Contractor. 3. Schedule delivery of review documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. Document Management 01 33 00- 2 LUB19278 – Low Head C Pipeline 1.04 FORMS AND WORKFLOWS A. Use the forms or workflow process provided by the Construction Manager for project documentation. 1.05 DOCUMENT PREPARATION AND DELIVERY PROCEDURES A. Deliver documents in electronic format as directed by the Construction Manager. 1. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Deliver all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Provide PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata”. Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the name of the Project. B. Software Requirements: 1. OPT and Contractor will each acquire the software and software licenses necessary to create and transmit Electronic Documents and to read and to use any Electronic Documents received from the other party (and if relevant from third parties), using the following software formats: Document Document Format Email .htm, .rtf, or .txt without formatting that impairs legibility of content on screen or in printed copies Submittals Bluebeam PDF Applications for Payment Bluebeam PDF and Microsoft® Excel Progress Schedules PDF and Schedule in Native Format Document Management 01 33 00- 3 LUB19278 – Low Head C Pipeline Document Document Format Layouts and drawings to be submitted to Owner for future use and modification.Autodesk® AutoCAD .dwg format Document submitted to OPT for future word processing use and modification.Microsoft® Word Spreadsheets and data submitted to OPT for future data processing use and modification.Microsoft® Excel 2. Software will be the version currently published at the time Contract is signed, unless a specific software version in listed in the Supplementary Conditions. Prior to using any updated version of the software required in this Section for sending Electronic Documents to the other party, the originating party will first notify and receive concurrence from the other party for use of the updated version or convert to comply with this Paragraph 1.05.B. 1.06 DOCUMENT NUMBERING (NOT USED) 1.07 DOCUMENTATION A. Furnish documents as indicated in Section 01 33 01 “Document Register” or in the individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Sections shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Change Management 01 26 00 Equipment Installation Report 01 75 00 Graphic Documentation 01 33 06 Notification by Contractor 01 31 13 Operation & Maintenance Manuals 01 33 04 Product Data 01 33 03 Progress Schedules 01 33 05 Record Data 01 31 13 Request for Information 01 31 13 Schedule of Values 01 29 00 Shop Drawing 01 33 02 Substitutions 01 26 00 Suppliers and Subcontractors 01 31 13 01 33 03 1.08 Electronic Documents Protocol A. The parties shall follow the provisions in this Section, referred to as the Electronic Documents Protocol (“EDP”), for exchange of electronic transmittals. Document Management 01 33 00- 4 LUB19278 – Low Head C Pipeline B. Basic Requirements: 1. Except as otherwise stated elsewhere in the Contract Documents, the OPT and Contractor will send and accept Electronic Documents sent by Electronic Means using the protocols provided in this Section. 2. The contents of the information in any Electronic Document will be the responsibility of the transmitting party. Electronic Documents may be used in the same manner as the printed versions of the same documents that are exchanged using non-electronic format and methods, and are subject to the same governing requirements, limitations, and restrictions, set forth in the Contract Documents. 3. Provisions of this Contract regarding Electronic Documents must be incorporated into other agreements or subcontracts on the Project. Nothing in this paragraph reduces or eliminates requirements: a. to create, provide, or maintain an original printed record version of Drawings and Specifications, signed and sealed according to applicable Laws and Regulations; b. to comply with any applicable Law or Regulation governing the signing and sealing of design documents and related Modifications or the signing and electronic transmission of any other documents; or c. to comply with the notice requirements. 4. When sending Electronic Documents by Electronic Means the sending party makes no representations as to long-term compatibility, usability, or readability of the Electronic Documents resulting from the recipient’s use of software application packages, operating systems, or computer hardware differing from those used in the drafting or sending Electronic Documents. C. System Infrastructure for Electronic Document Exchange: 1. Contractor will provide hardware, operating system(s) software, internet, e-mail, and large file transfer functions (“System Infrastructure”) at its own cost. System Infrastructure must comply with these requirements. 2. The maximum size of an email attachment for exchange of Electronic Documents under this EDP is 100 MB. Attachments larger than that may be exchanged in parts or by using large file transfer functions or physical media. 3. Contractor assumes full and complete responsibility for its own costs, delays, deficiencies, and errors associated with converting, translating, updating, verifying, licensing, or otherwise enabling its System Infrastructure, including operating systems and software. 4. Contractor is responsible for its own system operations, security, back-up, archiving, audits, printing resources, and other Information Technology (“IT”) for maintaining operations of its System Infrastructure during the Project, including coordination with individual(s) or entity responsible for managing its System Infrastructure and capable of addressing routine communications and other IT issues affecting the exchange of Electronic Documents. 5. Contractor will operate and maintain industry-standard, industry-accepted, ISO standard, commercial-grade security software and systems that are intended to Document Management 01 33 00- 5 LUB19278 – Low Head C Pipeline protect others from: software viruses and other malicious software like worms, trojans, adware; data breaches; loss of confidentiality; and other threats in the transmission to or storage of information from the other parties, including transmission of Electronic Documents by physical media such as CD/DVD/flash drive/hard drive. Contractor will not be liable to others for any breach of system security to the extent that Contractor maintains and operates required security software and systems. 6. In the case of disputes, conflicts, or modifications to the use of Electronic Documents required to address issues affecting System Infrastructure, Contractor and OPT will cooperatively resolve the issues; but, failing resolution, OPT is authorized to make and require reasonable and necessary changes meet its original intent. Contractor may submit a Change Proposal if the changes cause additional cost or time to Contractor that could not have reasonably been anticipated. 7. Contractor and OPT are both responsible for their own back-up and archive of documents sent and received during the term of the contract. Contractor and OPT remain solely responsible for its own post-Project back-up and archive of Project documents after the term of the Contract as each party deems necessary for its own purposes. 8. If a Contractor or OPT receives an obviously corrupted, damaged, or unreadable Electronic Document, the receiving party will advise the sending party of the incomplete transmission. The parties will attempt to complete a successful transmission of the Electronic Document or use an alternative delivery method to complete the communication. 9. OPT will operate a project information management system (Project Website) for use of OPT and Contractor during the Project for exchange and storage of Project-related communications and information. Except as otherwise provided in this Contract, use of the Project Website will be mandatory for exchange of Project documents, communications, submittals, and other Project-related information. D. Software Requirements: 1. OPT and Contractor will each acquire the software and software licenses necessary to create and transmit Electronic Documents and to read and to use any Electronic Documents received from the other party (and if relevant from third parties), using the following software formats: Document Document Format Email .htm, .rtf, or .txt without formatting that impair legibility of content on screen or in printed copies Submittals Bluebeam PDF Applications for Payment Bluebeam PDF and Microsoft® Excel Progress Schedules PDF and Schedule in Schedule in Native Format Layouts and drawings to be submitted to Owner for future use and modification Autodesk® AutoCAD .dwg format Document Management 01 33 00- 6 LUB19278 – Low Head C Pipeline Document Document Format Document submitted to OPT for future word processing use and modification Microsoft® Word Spreadsheets and data submitted to OPT for future data processing use and modification Microsoft® Excel 2. Software will be the version currently published at the time Contract is signed, unless a specific software version in listed in the Supplementary Conditions. Prior to using any updated version of the software required in this section for sending Electronic Documents to the other party, the originating party will first notify and receive concurrence from the other party for use of the updated version or convert to comply with this Section. 3. The parties agree not to intentionally edit, reverse engineer, decrypt, remove security or encryption features, or convert to another format for modification purposes any Electronic Document or information contained therein that was transmitted in a software data format, including Portable Document Format (PDF), intended by sender not to be modified, unless the receiving party obtains the permission of the sending party or is citing or quoting excerpts of the Electronic Document for Project purposes. E. Requests by Contractor for Electronic Documents in Other Formats: 1. Release of any Electronic Documents developed during the design process (including Contract Documents, Technical Data, Drawings, and computer models) in formats other than those identified in this Section will be at the discretion of the OPT. 2. To the extent determined by OPT, release of Electronic Documents and other project information requested by Contractor (“Request”) in formats other than those identified in this Section will be subject to the provisions of Owner’s response to the Request, and to the following conditions: a. The content included in the Electronic Documents covered by the Request was prepared by Design Professional as an internal working document or electronic computer model solely for Design Professional’s purposes and not for any construction processes, and is being provided to Contractor on an “AS IS” basis without any warranties of any kind, including, any implied warranties of fitness for any purpose. As such, Contractor is advised and acknowledges that the content may not be suitable for Contractor’s application, or may require substantial modification and independent verification by Contractor. The content may include limited resolution of models, not-to-scale schematic representations and symbols, use of notes to convey design concepts in lieu of accurate graphics, approximations, graphical simplifications, undocumented intermediate revisions, and other devices that may affect subsequent reuse. b. Electronic Documents containing text, graphics, metadata, or other types of data that are provided by Design Professional to Contractor under the Request are only for convenience of Contractor. Any conclusion or information obtained or derived from such data will be at the Contractor’s sole risk and Contractor waives any claims against the Design Professional or Owner arising from use of data in Electronic Documents covered by the Request. Document Management 01 33 00- 7 LUB19278 – Low Head C Pipeline c.CONTRACTOR SHALL INDEMNIFY AND HOLD HARMLESS THE OWNER AND DESIGN PROFESSIONAL AND THEIR SUBCONSULTANTS FROM ALL CLAIMS, DAMAGES, LOSSES, AND EXPENSES, INCLUDING ATTORNEYS’ FEES AND DEFENSE COSTS ARISING OUT OF OR RESULTING FROM THE CONTRACTOR’S USE, ADAPTATION, OR DISTRIBUTION OF ANY ELECTRONIC DOCUMENTS PROVIDED UNDER THE REQUEST. d. Contractor agrees not to sell, copy, transfer, forward, give away or otherwise distribute this information (in source or modified file format) to any third party without the direct written authorization of Design Professional, unless such distribution is specifically identified in the Request and is limited to the Contractor’s subcontractors. Contractor warrants that subsequent use by the Contractor’s subcontractors complies with all terms of the Contract Documents and the Owner’s response to Request. 3. In the event that Owner elects to provide or directs Design Professional to provide to Contractor any Contractor-requested Electronic Document versions of project information that is not explicitly identified in the Contract Documents as being available to Contractor, Owner shall be reimbursed by Contractor on an hourly basis for any costs necessary to create or otherwise prepare the data in a manner deemed appropriate by Design Professional in accordance with the General Conditions. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Page Intentionally Left Blank Document Register LUB19278 – Low Head C Pipeline 01 33 01-1 9/16/2020 01 33 01 DOCUMENT REGISTER Specification Section Specification Description Paragraph No. Types of Documents Required Product Information Sample or Mockup Operation Data Other 03 11 00 CONCRETE FORMING 1.03 Shop Drawing & Product Data Sample 03 21 00 REINFORCING STEEL 1.03 Shop Drawing & Product Data Sample Certified Test Reports 03 30 00 CAST-IN-PLACE CONCRETE 1.03 Shop Drawing & Product Data Sample Certified Test Reports 03 41 19 PRECAST REINFORCED CONCRETE VALVE VAULT 1.03 Product Data Concrete Mix and Test Results 07 11 13.01 CONCRETE VAULT BITUMINOUS DAMPPROOFING 1.03 Product Data Letter of Recommendation 09 96 00.01 HIGH-PERFORMANCE COATINGS 1.03 Product Data Sample Certified Test Reports 09 97 16 PIPELINE COATINGS AND LININGS 1.02 Shop Drawing Quality Control Submittals 13 47 13 CATHODIC PROTECTION 1.03 Shop Drawing & Product Data Sample O&M Manual Cerfications of Equipment and Materials, Certification of Experience, Schedule, Well Drilling Permits 26 01 26 TESTING OF ELECTRICAL SYSTEMS 1.03 Electrical Qualifications, Testing Plan, Testing Report 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.03 Shop Drawing & Product Data Sample O&M Manual Master Electrician's and Journeyman's Licenses 26 05 19 LOW-VOLTAGE ELECTRICAL CONDUCTORS AND CABLES 1.03 Product Data Sample Product Schedule 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.02 Shop Drawing & Product Data 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.03 Product Data 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.04 Product Data Pull and Junction Boxes Sizing Calculations 26 05 43.01 MANHOLES AND CONCRETE PULL BOXES FOR ELECTRICAL SYSTEMS 1.03 Shop Drawing Manhole and Concrete Pull Box Calculations 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.02 Product Data Identification Schedule 26 05 73.01 ELECTRICAL POWER SYSTEM STUDIES 1.04 Shop Drawing & Product Data 26 24 16.02 LIGHTING AND BRANCH PANELBOARDS 1.03 Shop Drawing 26 27 26 WIRING DEVICES 1.03 Shop Drawing 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1.03 Shop Drawing O&M Manual 26 41 13 LIGHTNING PROTECTION FOR STRUCTURES 1.03 Shop Drawing Continuity Test Report, Copy of U.L. Master Label 26 42 00.01 CORROSION MONITORING SYSTEM 1.05 Product Data Quality Assurance Submittals 26 50 00 LIGHTING 1.03 Product Data Bill of Material 27 05 00 COMMON WORK RESULTS FOR COMMUNICATIONS 1.03 Shop Drawing & Product Data System Installer's Resumes, Field Test Reports 27 05 26 GROUNDING AND BONDING FOR COMMUNICATION SYSTEMS 1.02 Shop Drawing & Product Data Field Quality-Control Test Reports 27 15 23.01 FIBER OPTIC CONDUIT SYSTEM COMPONENTS ALONG PIPELINES 1.03 Shop Drawing Field Test Reports, Record Drawings 31 05 16 AGGREGATES FOR EARTHWORK 1.02 Classification Testing, Contamination Certification 31 23 10 STRUCTURAL EXCAVATION AND BACKFILL 1.03 Qualification Data, List of Compaction Equipment, Backfill Material Classifications, Compaction Test Results 31 23 23.34 FLOWABLE FILL 1.03 Historical or Trial Mix Data and Test Results 31 23 33.16 TRENCHING AND BACKFILL 1.02 Certified Test Reports 32 01 29 RIGID PAVING REPAIR 1.02 Record Data 32 31 13.53 HIGH-SECURITY CHAIN LINK FENCES AND GATES 1.03 Shop Drawing & Product Data Sample Samples for Initial Selection, Samples for Verification, Product Certificates, Preinstallation Conference Document Register LUB19278 – Low Head C Pipeline 01 33 01-2 9/16/2020 33 05 01.05 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 1.03 Shop Drawing & Product Data Sample 33 05 23.33 PIPELINE CROSSING 1.03 Shop Drawing Sample 33 11 13.13 STEEL PIPE AND FITTINGS 1.03 Shop Drawing Certification of Compliance with Contract Documents, Certified Test Reports, Record Data 33 12 16.16 AIR RELEASE AND AIR AND VACUUM VALVES 1.02 Shop Drawing 33 12 16.23 GATE VALVES 1.03 Shop Drawing O&M Manual Certified Test Reports 33 12 16.26 BUTTERFLY VALVES 1.03 Shop Drawing O&M Manual Manufacturer's Data 40 90 00 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS 1.06 Shop Drawing & Product Data O&M Manual Spare Parts List 40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM 1.02 Shop Drawing & Product Data Sample O&M Manual Factory Test Reports, Equipment Installation Report 40 95 43 COMMUNICATIONS INTERFACE EQUIPMENT 1.02 Shop Drawing O&M Manual 01 33 01 DOCUMENT REGISTER Specification Section Specification Description Paragraph No. Types of Documents Required Product Information Sample or Mockup Operation Data Other Shop Drawings 01 33 02 - 1 LUB19278 – Low Head C Pipeline 01 33 02 SHOP DRAWINGS PART 1 - GENERAL 1.01 SUMMARY 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 Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the Construction Manager to: 1. Record the products incorporated into the Project; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Design Professional to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. D. Submit a Change Proposal per Section 01 26 00 “Change Management” to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will not be approved. B. Demonstrate that the proposed products are in full compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.11 are approved. C. Furnish and install products that fully comply with the information included in the Shop Drawings. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Furnish Shop Drawings for products as indicated in Section 01 33 01 “Document Register” or in the individual Specification Sections. B. Include Shop Drawings in the Document Register required by Section 01 33 00 “Document Management” to indicate the Shop Drawings to be submitted, the dates on which Shop Drawings are to be sent to the Construction Manager for review, and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by Section 01 33 05 “Construction Progress Schedule.” Shop Drawings 01 33 02 - 2 LUB19278 – Low Head C Pipeline 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Submit Shop Drawings for interrelated Work at one time. 3. Allow adequate time for ordering, fabricating, delivering, and installing products so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare and review the Shop Drawing or Sample. Coordinate the Shop Drawing or Sample with other Shop Drawings and Samples, with the requirements of the Work, and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Shop Drawing and are accurate; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products, existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Shop Drawing is complete for its intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Construction Manager. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Construction Manager’s attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.11. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Defective products may be rejected at the Owner’s option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Construction Manager and Design Professional. Shop Drawings 01 33 02 - 3 LUB19278 – Low Head C Pipeline 1.04 DOCUMENTATION A. Provide adequate information in Shop Drawings and with Samples so the Design Professional can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings for fabrication at the same time. Shop Drawings requiring coordination with other Shop Drawings will not be approved until a complete package is submitted, unless approved by the Construction Manager. D. Submit information for all of the components and related equipment required for a complete and operational system in one Submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. Shop Drawings 01 33 02 - 4 LUB19278 – Low Head C Pipeline 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required special certifications, reports, and other documentation with the Shop Drawings as specified in the individual Specification Sections which may include: 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. This report is to demonstrate that the product, when installed, will meet the requirements of the Contract Documents and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 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 Site. Include the names, addresses, and telephone numbers of approved service organizations with the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that the equipment has been designed 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 must state that mechanical and electrical components have been adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 4. 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. 1.06 (NOT USED) 1.07 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of Substantial Completion. B. Identify all extended warranties which are defined as any guarantee of performance for the product or system beyond the one-year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a warranty bond for extended warranties if required by the individual Specification Sections. C. Include an additional copy of equipment warranties in operation and maintenance manuals. D. Provide a copy of all warranties in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” 1.08 EXTENDED SERVICE AGREEMENTS A. Provide Extended Service Agreements and related documents with the Product Data. An Extended Service Agreement is a contract between the Owner and an approved Shop Drawings 01 33 02 - 5 LUB19278 – Low Head C Pipeline Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. An Extended Service Agreement does not relieve the Contractor from obligations under the one-year correction period or warranty provisions specified in the General Conditions. C. An Extended Service Agreement does not relieve the Contractor from obligations under the maintenance bond, if a maintenance bond is required by the Contract. D. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. E. Enter into a contract with the service provider and assign the service contract to the Owner on the date Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. F. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor’s performance bond if required. The bond will be in the amount of the Extended Service Agreement. G. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. H. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” 1.09 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 01 33 00 “Document Management.” Provide color PDF documents where color is required to interpret the Shop Drawing. Provide Samples and color charts per Paragraph 1.10. 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one independent system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. 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. Shop Drawings 01 33 02 - 6 LUB19278 – Low Head C Pipeline 6. Mark Shop Drawings to reference: a. Related Specification Sections; b. Drawing number and detail designation; c. Equipment designation or name; d. Schedule references; e. System into which the product is incorporated; and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black (redact) that are not being furnished when the Supplier’s standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action requested of the Design Professional. 4. Make comments in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix “FD” to indicate field verified dimensions on the Shop Drawings. C. Designate a document as requiring priority treatment to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. D. Complete the certification required by Paragraph 1.03.G. 1.10 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. Shop Drawings 01 33 02 - 7 LUB19278 – Low Head C Pipeline 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project. 6. Notify the Construction Manager that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have not been approved. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Construction Manager. At Owner’s option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per the detailed specifications. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Construction Manager that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for Construction Manager to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have not been approved. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the Construction Manager. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Construction Manager. 1.11 REQUESTS FOR DEVIATION A. Submit a Change Proposal per Section 01 26 00 “Change Management” to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. B. Provide a Shop Drawing with the Change Proposal that clearly identifies deviations for any product or component of the product that does not fully comply with the Contract Documents using the Shop Drawing Deviation Request form provided by the Construction Manager. Mark deviations on the Shop Drawing per Paragraph 1.09.B. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. Shop Drawings 01 33 02 - 8 LUB19278 – Low Head C Pipeline D. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. E. Construction Manager will issue a Field Order or Change Order to approve acceptable deviations. Approval of a requested Shop Drawing deviation by the Design Professional on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification issued by the Construction Manager. 1.12 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Shop Drawings will be received by the Construction Manager. Construction Manager will log the documents and forward to the Design Professional for review per this Section for general conformance with the Contract Documents. 1. Design Professional’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Design Professional’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Design Professional’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Design Professional for review and comment. Any marks made by the Design Professional do not constitute a blanket review of the document or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Design Professional will respond to Contractor’s markups by either making markups directly in the Shop Drawing file using the color red or by attaching a Document Review Comments form with review comments keyed to the Drawings or Shop Drawing Deviation Request. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is approved so long as corrections or notations made by Design Professional are incorporated into the Shop Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. d. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. Shop Drawings 01 33 02 - 9 LUB19278 – Low Head C Pipeline 3. Shop Drawings will also be designated for one of the following actions: a. Documents Filed: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing Not Required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Section 01 33 03 “Product Data.” c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and Resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. Actions “a” through “c” will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Action “d” requires follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted.” These drawings are to be revised to provide a clean record of the document. Proceed with ordering products as the documents are revised. 5. 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 the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Design Professional for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviation, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as a possible Modification to the Contract Documents. 1. A requested deviation will be marked as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Construction Manager for deviations approved by the Design Professional if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will not be approved if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires a change in Contract Shop Drawings 01 33 02 - 10 LUB19278 – Low Head C Pipeline Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit a complete Shop Drawing incorporating revisions until it is acceptable and marked “Approved” or “Approved as Noted” and is assigned an action per Paragraph 1.12.B.3 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawing that should be submitted as Product Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.13 RESUBMISSION REQUIREMENTS A. Make all corrections or changes required by the Design Professional in the document and resubmit to the Construction Manager until approved. B. Resubmit a complete Shop Drawing for each resubmittal. The last approved Shop Drawing must not rely on previous submissions. The final Shop Drawing is to provide a complete record for the Owner’s records. C. Revise initial drawings or data and resubmit as specified for the reviewed document. 1. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Design Professional. This will include changes previously highlighted or clouded in yellow to direct attention to Design Professional to items requiring selections, decisions by the Design Professional or highlighted or clouded in orange for a requested deviation from the Contract Documents, or comments in red made by the Construction Manager. 2. Highlight and cloud new items in yellow where selections or decisions by the Design Professional are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Design Professional. 3. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. D. Pay for excessive review of Shop Drawings. 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. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Design Professional for the actual hours required for the review of Shop Drawings by Design Professional Shop Drawings 01 33 02 - 11 LUB19278 – Low Head C Pipeline and in accordance with the rates listed in Section 00 73 00 “Supplementary Conditions.” 4. A set-off will be included in each Application for Payment to pay the cost for the additional review. The set-off will be based on invoices submitted to the Owner for these services. 5. Need for more than one resubmission or any other delay in obtaining Design Professional’s approval of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Page Intentionally Left Blank Product Data 01 33 03 - 1 LUB19278 – Low Head C Pipeline 01 33 03 PRODUCT DATA PART 1 - GENERAL 1.01 SUMMARY A. Submit Product Data as required by the Contract Documents and as reasonably requested by the Construction Manager. Provide Product Data for all products unless a Shop Drawing is required for the same item. B. Submit Product Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project; 2. Record detailed information about products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of products at some future date. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Product Data. D. Submit a Change Proposal per Section 01 26 00 “Change Management” to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be made by an approved Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Product Data not meeting these criteria will not be accepted and must be resubmitted. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Furnish Product Data for products as indicated in Section 01 33 01 “Document Register” or in the individual Specification Sections. B. Include Product Data in the Document Register required by Section 01 33 00 “Document Management” to indicate the Product Data to be submitted, the dates on which documents are to be sent to the Construction Manager for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Product Data: 1. Prepare Product Data and coordinate with Shop Drawings, Samples, Product Data for related products, and with the requirements of the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Product Data 01 33 03 - 2 LUB19278 – Low Head C Pipeline 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Field measurements, quantities, and dimensions are shown on the Product Data and are accurate; 2. Location of existing structures, utilities, and equipment related to the Product Data have been shown and conflicts between the products, existing structures, utilities, and equipment have been brought to the attention of the Construction Manager; 3. Conflicts that impact the installation of the products have been brought to the attention of the Construction Manager; 4. Product Data is complete for its intended purpose; and 5. Conflicts between the Product Data related to the various Subcontractors and Suppliers have been resolved. E. Review Product Data prior to submitting to the Construction Manager. Certify that all Product Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Product Data. 1.04 DOCUMENTATION A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components; 4. All applicable standards; 5. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 6. Wiring and piping diagrams and related controls; 7. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 8. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document that the measurements represent actual dimensions obtained at the Site. B. Submit information for all components and related equipment required for a complete and operational system in one submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function together as a system. Product Data 01 33 03 - 3 LUB19278 – Low Head C Pipeline 2. Provide certifications, warranties, and written guarantees and service contracts with the document package for review when these are required. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Product Data as specified in the individual Specification Sections: 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. This report is to demonstrate that the product when installed will meet the requirements of the Contract Documents and is part of the Product Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Product Data. 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 Site. Include the names, addresses, and telephone numbers of approved service organizations with the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that the equipment has been designed 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 must state that mechanical and electrical components have been adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 4. 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. 1.06 (NOT USED) 1.07 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Product Data. The effective date of warranties and guarantees will be the date of Substantial Completion. B. Identify all Extended Warranties which are defined as any guarantee of performance for the product or system beyond the one-year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a warranty bond for extended warranties if required by Specification Sections. C. Include an additional copy of equipment warranties in operation and maintenance manuals. D. Provide a copy of all warranties in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” Product Data 01 33 03 - 4 LUB19278 – Low Head C Pipeline 1.08 EXTENDED SERVICE AGREEMENTS A. Provide Extended Service Agreements and related documents with the Product Data. An Extended Service Agreement is a contract between the Owner and an approved Subcontractor or Supplier to provide service and or maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the one-year correction period specified in the General Conditions. B. An Extended Service Agreement does not relieve the Contractor from obligations under the one-year correction period or Warranty provisions specified in the General Conditions. C. An Extended Service Agreement does not relieve the Contractor from obligations under the maintenance bond, if a maintenance bond is required by the Contract. D. Requirements for the Extended Service Agreement are described in the Specification Sections for each piece of equipment or system requiring an Extended Service Agreement. E. Enter into a contract with the service provider and assign the service contract to the Owner on the date of Substantial Completion. Once assigned to the Owner, Contract requirements for the Extended Service Agreement will be complete and will not extend the Contract between the Owner and Contractor. F. Owner may require that a performance bond be provided for the Extended Service Agreement. Provide a separate bond meeting the same requirements as those for the Contractor’s performance bond if required. The bond will be in the amount of the Extended Service Agreement. G. Include an additional copy of Extended Service Agreements in operation and maintenance manuals. H. Provide a copy of Extended Service Agreements in a separate document in accordance with Section 01 70 00 “Execution and Closeout Requirements.” 1.09 PRODUCT DATA SUBMITTAL PROCEDURES A. Submit Product Data to the Construction Manager. Send all documents in digital format for processing. 1. Provide all information requested. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. Submit all documents in Portable Document Format (PDF) as required by Section 01 33 00 “Document Management.” Provide color PDF documents where color is required to interpret the Product Data. 3. Submit each specific product, class of material, or equipment system separately so these can be tracked and processed independently. Do not submit Product Data for more than one system in the same Submittal. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Product Data. a. Use terms and symbols in Product Data consistent with the Contract Drawings. Product Data 01 33 03 - 5 LUB19278 – Low Head C Pipeline b. Provide a list of abbreviations and their meaning as used in the Product Data. c. Provide a legend for symbols used on Product Data. 6. Mark Product Data to reference: a. Related Specification Sections; b. Drawing number and detail designation; c. Equipment designation or name; d. Schedule references; e. System into which the product is incorporated; and f. Location where the product is incorporated into the Project. B. Complete the certification required by Paragraph 1.03.F. 1.10 CONSTRUCTION MANAGER AND DESIGN PROFESSIONAL RESPONSIBILITIES A. Product Data will be received by the Construction Manager, logged, and provided to Owner as the Project record. 1. Product Data may be reviewed to see that the information provided is adequate for the purpose intended. Product Data not meeting the requirements of Paragraph 1.02 may not be approved. 2. Product 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. 3. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Product Data. Contract modifications can only be approved by a Change Order or Field Order. B. Construction Manager may take the following action in processing Product Data: 1. File Product Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be marked “Filed as Received” and “Documents Filed.” No further action is required on that Product Data. 2. Not approve the Product Data for one of the following reasons: a. The documentation requirements of the Contract Documents indicate that the document submitted as Product Data should have been submitted as a Shop Drawing. The Product Data will be marked “Not Approved” and “Submit as Shop Drawing.” No further action is required on this document as Product Data and the Product Data process will be closed. Resubmit the document as a Shop Drawing per Section 01 33 02 “Shop Drawings.” b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Product Data will be marked “Not Approved” and “Revise and Resubmit.” Contractor is to resubmit the Product Data until it is acceptable and marked “Filed as Received.” When Product Data is filed, no further action is required and the Product Data process will be closed. Product Data 01 33 03 - 6 LUB19278 – Low Head C Pipeline c. The Product Data is not required by the Contract Documents nor is applicable to the Project. The Product Data will be marked “Not Approved” and “Cancelled.” No further action is required and the Product Data process will be closed. C. Contractor is to resubmit the Product Data until it is acceptable and marked “Filed as Received.” PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Operation and Maintenance Data 01 33 04 - 1 LUB19278 – Low Head C Pipeline 01 33 04 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.01 SUMMARY A. Prepare a complete and detailed operation and maintenance manual (manual) for each type and model of equipment or product furnished and installed under this Contract. B. Prepare manuals in the form of an instruction manual for the Owner. The manuals are to be suitable for use in providing the operation and maintenance instructions required by Section 01 79 00 “Training of Operation and Maintenance Personnel.” 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 provided in addition to any information packed with or attached to the product when delivered. Remove information packed with or attached to the product and include this information as an attachment to the manual. E. Include cost for manuals provided by Suppliers and Subcontractors as described in this Section in the Cost of Work for that equipment item. 1.02 DOCUMENTATION A. Submit manuals in accordance with Section 01 33 00 “Document Management.” Attach a copy of the Operation and Maintenance Manual Review Report form provided by the Construction Manager to each manual with pertinent information completed. B. Provide one preliminary electronic copy of the manual to the Construction Manager for review within 15 days after review of any equipment submittal by the OPT. C. Provide one electronic copy and three printed copies of the final manual after: 1. Preliminary manuals have been approved; 2. Field test records have been incorporated into the manual; and 3. Record Documents per Section 01 31 13 “Project Coordination” have been approved and have been incorporated in the final manual. D. Provide copies of the manufacturer’s warranties, guarantees, or service agreements in accordance with Section 01 70 00 “Execution and Closeout Requirements.” PART 2 - PRODUCTS 2.01 MATERIALS A. Provide digital files for each manual as specified in Paragraph 2.02. 1. Use filenames that correspond to the equipment designation shown in the Contract Documents or other equipment designations provided by the OPT. 2. Submit a preliminary version of the electronic manual for review. Provide a final version of the manual incorporating OPT’s comments. Operation and Maintenance Data 01 33 04 - 2 LUB19278 – Low Head C Pipeline B. Provide printed copies of each manual as specified in Paragraph 2.03. 2.02 ELECTRONIC MANUAL FORMAT A. Manual contents are to be submitted in electronic format to the Construction Manager. B. Provide individual electronic files for each manual. 1. Maximum file size is 75 MB. 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 Portable Document File (PDF) or provide manual text in Microsoft Word. Provide drawings in native format and PDF format. All files must be compatible with the latest software version available. 3. Filename must identify the equipment location, equipment manufacturer, and date equipment placed in service, e.g. JCC1-Pump Room-Manufacturer-200503.pdf. 4. Each electronic file must 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 must be transferable to other documents. 6. Drawing files must have the ability to turn on/off drawing layers within the file. 2.03 PRINTED MANUAL FORMAT A. Printed copies of each manual are to be submitted as follows: 1. Print manuals on heavy, first quality 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 three-ring binder use. Provide a typed identification label on each sheet protector. c. Punch paper for standard three-ring binders. 2. Place manuals in heavy duty presentation, d-ring binders with clear front, back, and spine covers. 3. 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: a. Name of Owner; b. Project name; c. Volume number; and d. Table of contents. 4. Insert the name of the Project and volume number into the spine covers. Operation and Maintenance Data 01 33 04 - 3 LUB19278 – Low Head C Pipeline 5. Sheet lifters are to be provided. 6. Minimum size is 2-inch capacity. Maximum size is 3-inch capacity. Fill binders to only three-fourths of its indicated capacity to allow for addition of materials to each binder by the Owner. 7. Provide index tabs for each section of the manual. Indexes are to be constructed of heavy-duty paper with a reinforced binding edge. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. 8. Manuals for several products or systems may be provided in the same binder. Correlate the data into related groups when multiple products or systems are included in the same binder. a. Sections for each product or system must be included in the same binder. b. Sections must be in numerical order from volume to volume. PART 3 - 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. Assign a number and letter to each section in the manual. a. The number is to correspond to the Owner’s equipment numbering system or other system designated in the Contract Documents. b. The letter assigned will represent the part of the manual, consistent with the manual contents as required by this Section. 2. Identify each product or system using the nomenclature shown in the Contract Documents. Provide a cross reference to the Owner’s numbering system and designations for equipment indicated in the Contract Documents if these are different. 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; and 3. Delete or strike through references 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. Manuals for several products or systems may be provided in the same binder. E. Fill binders to only three-fourths of its indicated capacity to allow for addition of information by the Owner. 3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT A. Provide the following information in the first tabbed section of each manual: 1. A description of the unit and component parts and how it functions. Operation and Maintenance Data 01 33 04 - 4 LUB19278 – Low Head C Pipeline 2. Operating instructions for pre-startup, startup, normal operations, regulation, control, shutdown, emergency conditions, and limiting operating conditions. 3. The sequence of operation by the controls manufacturer. Provide control diagrams by the manufacturer, modified to reflect the as-built, as-installed condition. 4. Include general assembly contract drawings, sections, and photographic views as necessary to completely depict and properly identify the equipment. Indicate the dimensions, weight, capacity, and design conditions for the equipment. B. Include detailed information to allow for the proper installation, calibration, testing, preventative, and corrective maintenance procedures in the second section of the manual or of each section of the manual information if the manual covers a multi-component equipment system. This information should include the following: 1. Maintenance instructions including assembly, installation, alignment, clearances, tolerances, and interfacing equipment requirements, adjustment, and checking instructions. Include any special rigging required to place the equipment into place, and any special test equipment required to place the equipment in service. 2. A safety subsection which addresses all safety and tag-out procedures necessary to safely operate and maintain the equipment. 3. Lubrication schedule and lubrication procedures. Include a cross reference for recommended lubrication products. 4. Troubleshooting guide. 5. A table showing the schedule of routine maintenance requirements and seasonal work which is not performed at a set frequency. Preventative maintenance tasking must address: a. Daily/weekly inspections performed by operations personnel; b. Routine preventative maintenance scheduled weekly, monthly, quarterly, semi- annually, or annually through major overhauls by maintenance personnel; and c. Predictive maintenance work such as alignment, analysis of the equipment, vibration, flow, oil sampling, etc. 6. Description of sequence of operation by the control manufacturer. 7. Warnings for detrimental maintenance practices. 8. Detailed corrective maintenance procedures including: a. Detail equipment for complete disassembly and assembly; b. Cross-sectional drawings or exploded views with all parts numbered to correspond with the numbers in the parts list to permit identification of the various parts; c. A table of normal clearances, diameters, thickness of new parts, and limits permissible for wearing parts; and d. List torque settings for nuts, bolts, and fasteners when critical to the equipment’s performance. Operation and Maintenance Data 01 33 04 - 5 LUB19278 – Low Head C Pipeline C. Include all necessary diagrammatic piping and wiring diagrams and miscellaneous contract drawings and equipment in the third section of the manual or of each section of the manual if the manual covers a multi-component equipment system. D. Provide spare parts information in the fourth section of the manual 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; and 7. Complete list of spare parts, spare equipment, tools, and materials that are turned over to the Owner. E. Provide statistical information from the original equipment manufacturer as to performance such as pump curves, flow charts insulation resistance, calibration, or test data sheets in the fifth section of the manual, including all field testing records used to verify actual performance. F. Provide equipment name plate data installed on equipment and valves and equipment data sheets as required and furnished by the Owner in the sixth section of the manual. G. Provide a copy of warranties and the date the warranty expires for equipment in the seventh section of the manual. 3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL A. Provide all of the information listed in Paragraph 3.02 as appropriate and include the following information: 1. Control schematics and point to point wiring diagrams prepared for field installation; 2. Circuit directories of panel boards and terminal strips and as installed color coded wiring diagrams; and 3. Other information as may be required by the individual Specification Sections. 3.04 ARCHITECTURAL PRODUCTS MANUAL A. Provide the following information: 1. Information required for ordering replacement products; 2. Instructions for care and maintenance; 3. List of the manufacturer’s recommended lubricants; 4. The manufacturer’s recommendations for types of cleaning agents and methods; Operation and Maintenance Data 01 33 04 - 6 LUB19278 – Low Head C Pipeline 5. Cautions against cleaning agents and methods that are detrimental to the product; and 6. Recommended maintenance and cleaning schedule. B. Final balancing reports for mechanical systems. C. Other information as may be required by the individual Specification Sections. 3.05 LIST OF SERVICE ORGANIZATIONS A. Provide a directory of authorized service organizations with company name, address, telephone number, email address, and the contact person for warranty repair. END OF SECTION Construction Progress Schedule 01 33 05 - 1 LUB19278 – Low Head C Pipeline 01 33 05 CONSTRUCTION PROGRESS SCHEDULE PART 1 - GENERAL 1.01 SUMMARY 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 Progress Schedule in adequate detail to allow Owner to monitor progress and to relate submittal processing to sequential activities of the Work. C. Incorporate Contract Milestones into the schedule and show activities leading to achievement of these milestones. D. Assume complete responsibility for maintaining the progress of the Work per the Progress Schedule submitted. 1.02 DOCUMENTATION A. Submit the schedules to the Construction Manager. Send all documents in digital format for processing. B. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. C. Provide schedules, schedule updates and revisions to the Construction Manager in electronic format in its originating software and in Portable Document Format (PDF) as required by Section 01 33 00 “Document Management.” D. Submit a preliminary Progress Schedule at the pre-construction conference. E. Submit a detailed Progress Schedule at least 10 days prior to the first payment request. F. Submit Progress Schedule updates monthly within 10 days after submitting Applications for Payment to indicate the progress made on the Project to the closing date for the Application for Payment. Failure to submit Progress Schedules will cause delay in the review and approval of subsequent Applications for Payment. 1.03 PROGRESS SCHEDULE REQUIREMENTS A. Progress Schedule is to be in adequate detail to: 1. Ensure adequate planning, scheduling, and reporting during the execution of the Work; 2. Ensure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Monitor the progress of the Work; and 4. Evaluate the impact of proposed changes to the Contract Times and Project Schedule. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. Prepare the Progress Schedule using acceptable scheduling software. Construction Progress Schedule 01 33 05 - 2 LUB19278 – Low Head C Pipeline C. Provide the Progress Schedule in the form of a computer-generated critical path schedule which includes Work to be performed on the Project. It is intended that the Progress Schedule accomplish the following: 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor’s program for the completion of the Project. 6. Permit schedules to be revised when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Provide a time-scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart 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; and production rates used to determine the duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. E. Provide a Progress Schedule for Submittals: 1. Indicate the specific dates each document is to be delivered to the Construction Manager. 2. Allow a reasonable time to review each document, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 3. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for at least a second review. 4. Assume a 14-day review cycle for each time a Shop Drawing is submitted for review unless a longer period is indicated in the Contract Documents or provided by the Construction Manager. 5. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet specification requirements. Construction Progress Schedule 01 33 05 - 3 LUB19278 – Low Head C Pipeline 1.04 PROGRESS SCHEDULE REVISIONS A. Revise the Progress Schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a Plan of Action for schedule recovery if the Progress Schedule or earned value analysis indicates that the Project is more than 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; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised Progress Schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the Progress Schedule to indicate any adjustments in Contract Times approved by a Modification. 1. Include a revised Progress Schedule with Change Proposals if a change in Contract Times is requested. 2. Construction Manager will deem any Change Proposal that does not have a revised Progress Schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Progress Schedule to reflect actual progress is not considered a revision to the schedule. D. Applications for Payment will not be recommended for payment without a revised Progress 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. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. 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 float time. 1.06 MODIFICATION OF CONTRACT TIMES A. Contract Times cannot be changed by the submission of a Progress Schedule. Contract Times can only be modified by a Change Order or Contract Amendment. B. Submit a Change Proposal for any proposed change in Contract Times, and include justification for the change in accordance with the provisions of the Contract Documents. Construction Progress Schedule 01 33 05 - 4 LUB19278 – Low Head C Pipeline 1.07 NEAR-TERM LOOK AHEAD SCHEDULES A. Provide a near-term look ahead schedule (NTLA Schedule) every 30 days, typically at periodic coordination meetings, using the form provided by the Construction Manager which shows the days of planned activity for the following: 1. Submittals to be provided and day of anticipated return; 2. Equipment and material deliveries; 3. Arrival and departure of key construction equipment; and 4. Activities for the Contractor and each Subcontractor. B. Coordinate NTLA Schedule with Project Schedule. Submit a report with each NTLA Schedule identifying deviations from the Project Schedule. C. Submit a report of near-term work planned in the previous NTLA Schedule that was delayed or not executed by marking actual activity on the previous near term look ahead schedule. Provide explanation of why planned work was not executed and plan to execute in the future and regain time lost. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Graphic Documentation 01 33 06 - 1 LUB19278 – Low Head C Pipeline 01 33 06 GRAPHIC DOCUMENTATION PART 1 - GENERAL 1.01 SUMMARY A. Provide aerial photographs of the completed Project. Include one photograph for each 1/4 mile of the Project with adequate overlap to provide a continuous photograph of the Project without gaps. Each photograph should be taken from approximately the same distance above ground and that the same angle to provide a consistent perspective. B. Provide a video recording of the Site. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including streets, curbs and gutter, utilities, driveways, fencing, landscaping, etc., prior to the beginning of construction. Record after construction staking is complete but prior to any clearing. Provide one copy of the dated and labeled recording to the Construction Manager before the start of construction. Provide additional recording as directed by the Construction Manager if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. 2. Provide a video recording of the completed Project. Make the recording from approximately the same distance above ground and that the same angle to provide a consistent perspective. Record the Project while flying the same direction for all segments. 3. Format must allow photographic still shots to be extracted from the video recording. C. All photographs and video recordings are to become the property of the Owner. Photographs or recordings may not be used for public or private publication or display without the written consent of the Owner. 1.02 DOCUMENTATION A. Submit photographic documentation and two DVDs of the video recording in accordance with Section 01 33 00 “Document Management.” 1.03 QUALITY ASSURANCE A. Provide clear photographs and video recordings taken with proper exposure. View photographs and video recordings in the field and take new photographs or video recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. Graphic Documentation 01 33 06 - 2 LUB19278 – Low Head C Pipeline PART 2 - PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280x960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the Construction Manager. C. Provide digital copy on a DVD of each photograph taken. D. Identify each with: 1. Name of the Project. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. 2.02 VIDEO RECORDING A. Provide video recordings in digital format on a DVD that can be played with Windows Media Player in common format in full screen mode without loss of resolution. B. Identify Project on video by audio or visual means. C. Provide video with file size that does not exceed 1 GB. D. Provide video resolution of at least 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest; do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. Label the DVD with construction stationing. Stationing is to be annotated in the video. G. The entire construction area recording must be submitted at once. Sections submitted separately will not be accepted. H. Linear projects should be recorded linearly from beginning to end. PART 3 - EXECUTION (NOT USED) END OF SECTION Buy American Requirements 01 34 00 - 1 LUB19278 – Low Head C Pipeline 01 34 00 BUY AMERICAN REQUIREMENTS PART 1 - GENERAL 1.01 REQUIREMENTS TO BUY AMERICAN A. Funding for this Project is derived in part or entirely from the Federal Government under the American Recovery and Reinvestment Act (ARRA) of 2009. Comply with Laws and Regulations related specifically to ARRA. This requirement applies regardless of other Laws and Regulations. 1.02 DOCUMENTATION A. Provide documentation of compliance with Buy American provisions. B. Provide a tabulation of the manufactured goods to be provided under this Project in the Form provided by the Construction Manager to indicate compliance with Buy American requirements. C. Provide information and certifications required by Section 01 33 02 “Shop Drawings” and Section 01 33 03 “Product Data” to demonstrate compliance with the Buy American requirements. 1.03 PROVIDING PRODUCTS A. Obtain certifications from Subcontractors and Suppliers to indicate that products offered for incorporation into the Project comply with Buy American Provisions. 1.04 NONCOMPLIANT PRODUCTS A. Noncompliant products are Defective. Unless a Late Waiver is obtained, products are to be removed and replaced with products meeting the Buy American Provisions. B. Owner may elect to accept the Defective Work under provisions of the General Conditions, provided the Contract Price is reduced to reimburse the Owner for money lost from funding agencies. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Page Intentionally Left Blank Special Procedures 01 35 00 - 1 LUB19278 – Low Head C Pipeline 01 35 00 SPECIAL PROCEDURES PART 1 - GENERAL 1.01 CRITICAL OPERATIONS A. 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. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation Can Be Shut Down Liquidated Damages ($/hour) Shutdown of Bailey County Well Field Supply Line 72-hours All day 100 1. Work shall start no earlier than November 15th 2020 and mush be complete by February 28th 2021 for the tie-in to the existing Bailey County Well Field Supply Line. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. 2. Following the work above, work shall proceed to the South. B. Submit a written Plan of Action per Section 01 31 13 “Project Coordination” for approval for critical operations. C. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. D. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the supply of potable water for the customers in the City of Lubbock. 2. Loss of potable water supply can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. 1.02 OWNER ASSISTANCE A. The Owner will assist the Contractor in shutting down and filling the Bailey County Well Field Supply Pipeline. The Contractor will be responsible for the tie-in between the Low Head C Pipeline and the Bailey County Well Field Supply Pipeline. The Contractor is responsible for the means and methods to dewater part of the Bailey County Well Field Supply Pipeline to complete the tie-in. Special Procedures 01 35 00 - 2 LUB19278 – Low Head C Pipeline PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 LUB19278 – Low Head C Pipeline 01 40 00 QUALITY MANAGEMENT PART 1 - GENERAL 1.01 OVERVIEW A. Quality management refers to the overall process of delivering a completed Project to the Owner that complies with the requirements of the Contract Documents. Quality management applies to documentation, products, services and the Work. B. The Contractor is responsible for the quality of documentation, products, services and the Work provided. 1. Contractor is to integrate quality control procedures into the execution of the Work that are adequate to produce a Project that meets the requirements of the Contract Documents while minimizing loss of time and increased cost. Contractor is solely responsible for time and cost impacts of correcting Defective Work. 2. Contractor is to provide all testing and inspection required to control the quality of the Work in progress to determine that completed Work will comply with the requirements of the Contract Documents. 3. Contractor is to provide verification or acceptance testing as required by the Contract Documents to demonstrate that the completed Work complies with the requirements of the Contract Documents, except for those test that the OPT has determined are to be conducted independent of the Contractor and identified as OPT testing in the Owner’s Quality Management Plan. 1.02 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) “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 Transportation, ASTM International (American Society for Testing and Materials), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.03 DOCUMENTATION A. Provide documentation which includes: 1. Contractor’s Quality Management Plan that establishes the methods of ensuring compliance with the Contract Documents. Submit this plan as Product Data per Section 01 31 13 “Project Coordination.” 2. A statement of qualifications for any proposed testing laboratory that includes 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. Quality Management 01 40 00 - 2 LUB19278 – Low Head C Pipeline 3. Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that the proposed products comply with the Contract Documents or indicate that the proposed products do not comply with the Contract Documents and why those products do not comply. Submit Certified Test Reports as part of a Shop Drawing submitted per Section 01 33 02 “Shop Drawings.” 4. Certified Test Reports for inspections and testing required in this Section and in other Sections of the Specifications. Provide reports to indicate that the Work complies with the Contract Documents or indicate that the Work does not comply with the Contract Documents and why the Work does not comply. Submit these test reports on forms provided by the Construction Manager per Section 01 33 00 “Document Management.” 5. Certified Test Reports of Defective Work and Certified Test Reports documenting that successful corrective action has produced Work that complies with the Contract Documents. Construction Manager will maintain a Defective Work register. Progress on correction of Defective Work will be discussed at progress meetings as described in Paragraph 1.05.E. The final Defective Work register will be incorporated into closeout documentation required per Section 01 70 00 “Execution and Closeout Requirements” as a record that all Defective Work has been corrected. 1.04 OWNER’S QUALITY MANAGEMENT ACTIVITIES A. OPT may perform its own verification testing independent of the Contractor. Owner’s Quality Management Plan describes the OPT’s anticipated verification testing program for this Project. The preliminary testing plan is provided as Exhibit A to the Quality Management section. This plan outlines the anticipated testing in general terms and may not reflect the actual testing performed by the OPT. Actual testing will depend on the Contractor’s means, methods, and procedures of construction which will not be known until the Contractor submits the Contractor’s Quality Control Plan (CQCP) to the OPT. There is no guarantee that all testing in the preliminary OQMP included in the Bidding/Proposal Documents will be performed by the OPT. Contractor will arrange and pay for all production control testing deemed necessary by the Contractor to produce quality results. B. Quality management activities of the OPT are for verifying the results of the Contractor’s Work complies with the requirements of the Contract Documents. Performance or non- performance of verification activities by the OPT: 1. Does not relieve the Contractor of its responsibility to provide Work and furnish products that comply with the requirements of the Contract Documents; 2. Does not relieve the Contractor of its responsibility to provide adequate quality control measures to produce quality documents, products, services or Work; 3. Does not relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT’s acceptance; and 4. Does not affect the continuing rights of the Owner after OPT’s acceptance of the completed Work. C. The Work is subject to OPT’s observations or testing at any time. Products which have been tested or inspected and accepted by the OPT at a supply source or staging area may be inspected or tested again by the OPT before, during, or after incorporation into the Work Quality Management 01 40 00 - 3 LUB19278 – Low Head C Pipeline and rejected if products do not comply with the Contract Documents. Verification testing performed by the OPT will be paid for by the Owner, except for testing related to Defective Work as discussed in Paragraph 3.03. 1.05 CONTRACTOR’S RESPONSIBILITIES A. Review the OQMP and provide a Contractor’s Quality Control Plan (CQCP) outlining testing to be provided by the Contractor per Paragraph 1.07. B. Implement the CQCP to provide Work that complies with the requirements of the Contract Documents. 1. Provide quality documents meeting the requirements of the Contract Documents. 2. Provide services meeting the requirements of the Contract Documents. 3. Provide the services of a Construction Materials Inspection and Testing (CMIT) provider meeting the requirements of this Section to provide testing required by the Contract Documents to demonstrate that products proposed for the Project in Shop Drawings and Product Data fully comply with the Contract Documents. 4. Inspect and test products to be incorporated into the Project to identify defects before installing them. Do not install Defective products. Conspicuously mark Defective products and remove from the Site. If products are installed before the defect is recognized, remove the Defective products, mark them as Defective and remove them from the Site when the defect is recognized. 5. Integrate production quality control measures into construction activities to produce Work meeting the requirements of the Contract Documents. Inspect self-performed Work and the Work of Subcontractors and Suppliers to identify defects. Correct or replace Defective Work. 6. Provide facilities, equipment, and Samples required for inspections and tests. a. Give the Construction Manager adequate notice before proceeding with Work that would interfere with inspections or testing. b. Notify the Construction Manager and CMIT provider prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be performed. c. Do not proceed with Work that would impact the ability to correct defects, or with Work that would require that it be removed to correct defects, until testing is complete, and test results indicate that the corrected Work is acceptable. d. Provide safe access for all CMIT activities, including those to be conducted as part of the Owner’s Quality Management Program. e. Cooperate fully with the performance of sampling, inspection, and testing. Provide personnel to assist with sampling or to assist in making inspections and field tests. f. Provide Samples and products in adequate quantities for testing at the Site or at the production source of the product for testing. g. Provide facilities required to store and cure test Samples. Quality Management 01 40 00 - 4 LUB19278 – Low Head C Pipeline h. Provide calibrated scales and measuring devices for OPT’s use in performing inspections and testing. i. Provide adequate lighting to allow OPT observations. j. Make Contract Documents available to testing agencies when requested. C. Perform tests as indicated in Contract Documents. All verification testing is to be observed by the Construction Manager or its designated representative. D. Submit test reports to the Construction Manager. E. Provide an update on quality control activities performed the previous month and planned for the coming month at monthly progress meetings required by Section 01 31 13 “Project Coordination.” F. Determine testing or inspections required to implement the CQCP. Include costs for additional testing and inspections required to meet Contractor’s quality control obligations in the Contract Price. 1.06 CONTRACTOR’S QUALITY CONTROL MANAGER A. The resident superintendent or an approved assistant can serve as Quality Control Manager, provided other duties will allow adequate time to serve in this capacity. 1.07 CONTRACTOR’S QUALITY CONTROL PLAN A. Provide a CQCP that describes testing and inspections for Work performed at the Site and at remote locations. Include Work by Subcontractors and Suppliers. The CQCP is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager.; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Incorporate the testing specified in the OQMP into the CQCP, specifically identifying the tests or inspections that will be provided by the OQMP; Quality Management 01 40 00 - 5 LUB19278 – Low Head C Pipeline 7. Procedures for tracking and documenting quality management efforts per Paragraph 1.03. 8. Reporting procedures which incorporate the use of forms provided by the Construction Manager. 9. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.03. B. Use the Contractor’s Quality Control Plan Checklist provided by the Construction Manager to review the CQCP before submitting and include a copy of the completed checklist with the CQCP. Do not begin Work until the CQCP is accepted. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the complete CQCP for the Project. Do not begin Work on other parts of the Project until the complete CQCP is accepted. C. Meet with the OPT 7 days after CQCP is submitted and before start of construction to discuss the CQCP. D. Notify the Construction Manager of any changes to the CQCP or quality control personnel. 1.08 CONTRACTOR’S USE OF OWNER’S TEST REPORTS A. Contractor will receive copies of all test reports documenting Owner’s verification tests. Contractor is entitled to rely on the accuracy of these tests results and use these as part of its quality control efforts. B. Contractor may submit a Change Proposal if the Owner’s testing program deviates significantly from the OQMP. Contractor must demonstrate that actual testing and inspection costs were incurred implementing the CQCP as a result of OPT’s decision to not provide testing described in the OQMP. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. 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; or 4. Direct or stop the Work. 1.10 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT using the process directed by the Construction Manager. These reports must include the following: a. Name of the Owner, Project title and number, and name of the Contractor; Quality Management 01 40 00 - 6 LUB19278 – Low Head C Pipeline b. Name, address, and telephone number of the laboratory; 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; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors, or Suppliers on the as directed by the Construction Manager. 3. OPT will prepare test reports on tests performed by the OPT. B. Submit test reports as directed by 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. Notify the Construction Manager using acceptable means other than the test report, immediately of any test that fails to comply with the Contract Documents. 1.11 DELIVERY, STORAGE, AND HANDLING A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, and processing test specimens as required by test standards to maintain the integrity of Samples. Transport test specimens in a manner to prevent damage to specimens while in transit. PART 2 - PRODUCTS 2.01 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. 2.02 SAMPLE PRODUCTS A. Provide Samples of products in adequate quantity for testing. Quality Management 01 40 00 - 7 LUB19278 – Low Head C Pipeline PART 3 - EXECUTION 3.01 IMPLEMENTING CONTRACTOR’S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Include the following phases for each definable work task. A definable work task is 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 Contract Documents. b. Review documents the Contractor will submit and determine that they are complete in accordance with the Contract Documents. c. Check to ensure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to ensure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and sample Work to ensure that they are on hand, conform to Contract Documents, Shop Drawings and Product Data, 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 document review comments. i. Discuss results of planning phase with the Construction Manager. Conduct a meeting attended by the Construction Manager, Quality Control 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 to meet the requirements of the Contract Documents. Document the results of the planning 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 1 week in advance of beginning the Work and discuss the review of the planning phase effort to indicate that requirements have been met. Quality Management 01 40 00 - 8 LUB19278 – Low Head C Pipeline 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. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-Up Phase: Perform daily checks to ensure 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 and correct all defects prior to the start of additional work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work at least 1 month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision, or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. 3.02 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the Construction Manager why the Work is not to be corrected immediately and when corrective action will be completed. B. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all costs associated with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. C. Document Defective Work, corrective actions taken to correct defects and that corrected Work complies with the Contract Documents. D. Implement countermeasures to prevent future Defective Work. E. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. F. Owner will withhold payment for Defective Work or Work that has not been tested or inspected in accordance with the CQCP, OQCP, or the Contract Documents. Quality Management 01 40 00 - 9 LUB19278 – Low Head C Pipeline 3.03 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on corrected Work when corrective action is complete to demonstrate that the corrected Work complies with the Contract Documents. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. Document that Defective Work has been corrected with the Construction Manager. B. Pay for verification testing until Work meets quality requirement set forth in the Contract Documents. OPT may perform verification testing as part of its Quality Management Program and impose a Set-off to recover the cost for this testing. END OF SECTION Page Intentionally Left Blank Quality Management - Exhibit A LUB19278 – Low Head C Pipeline 01 40 00A-1 Section 01 40 00 Quality Management Exhibit A - Quality Management Plan Division 3 - Concrete 03 11 00 Concrete Forming Visual Inspection of Final Placement of Forms OPT 03 21 00 Reinforcing Steel Visual Inspection of Final Placement of Reinforcing Steel OPT 03 30 00 Cast-in-Place Concrete Mix Design Contractor Compressive Strength OPT Field Test - Air / Slump OPT Batch Plant / truck Inspection OPT Temperature Test OPT 03 41 19 Precast Reinforced Concrete Valve Vault Mix Design Contractor Compressive Strength Contractor Visual Inspection of Valve Vault OPT Division 7 - Thermal and Moisture Protection 07 11 13.01 Concrete Vault Bituminous Dampproofing Visual Inspection of Substrates, Areas, and Conditions OPT Division 9 - Finishes 09 96 00.01 High-Performance Coatings Ambient and Surface Temperature OPT Surface Preparation Visual Inspection OPT Coating Thickness OPT Concrete Surface Adhesion Testing OPT Concrete Soundness Testing OPT Concrete Moisture Content Testing OPT Field - Holiday Testing Contractor 09 97 16 Pipeline Coatings and Linings Surface Profile Testing OPT Surface Preparation Visual Inspection OPT Coating Thickness OPT Factory - Adhesion testing OPT Field - Adhesion Testing OPT Field - Holiday Testing Contractor Division 26 - Electrical 26 01 26 Testing of Electrical Systems Low Voltage Cables - Insulation Resistance Contractor Low Voltage Cables - Continuity Contractor Low Voltage Cables - Connection Resistance Contractor Low Voltage Cables - Visual Inspections Contractor Low Voltage Cables - Mechanical Inspections Contractor Low Voltage Cables - NETA Acceptance Testing Contractor Low Voltage Cables - Thermographic Scanning Contractor Low Voltage Equipment - NETA Acceptance Testing Contractor Grounding - Resistance to Ground Testing Contractor Power System Testing - Power Operational Test Contractor 26 05 29 Hangers and Supports for Electrical Systems Expansion Anchor Testing OPT 26 27 26 Generator Docking Station Visual and Mechanical Inspection OPT Electrical Test OPT 26 28 16 Low Voltage Enclosed Switches and Circuit Breakers Switch Test and Inspections Contractor Division 31 - Earthwork 31 05 13 Soils for Earthwork Classification Testing Contractor Quality Management - Exhibit A LUB19278 – Low Head C Pipeline 01 40 00A-2 31 05 16 Aggregates for Earthwork Classification Testing Contractor 31 11 00 Clearing and Grubbing Inspection of Clearing and Grubbing Limits OPT Inspection of Removal of Trees and Brush OPT 31 23 10 Structural Excavation and Backfill In place density OPT 31 23 13.34 Flowable Fill Mix Design Contractor In place comp. strength OPT Fluidity Testing OPT 31 23 33.16 Trenching and Backfill In place density OPT Division 32 - Exterior Improvements 32 01 29 Rigid Paving Repair Mix Design Contractor Plant Check OPT In Place Density OPT Compressive Strength OPT 32 31 13.53 High-Security Chain Link Fences and Gates Fabric Testing Contractor Fence Post Rigidity Testing Contractor Division 33 - Utilities 33 05 01.05 Bar-Wrapped Concrete Cylinder Pipe and Fittings Absorption Test Contractor Hydrostatic Pressure Test Contractor Charpy V-Notch Test Contractor Elongation Test Contractor Strength of Coating Contractor Mill Test Contractor 33 10 13 Disinfecting of Water Utility Distribution Pipe Disinfection Testing Contractor 33 11 13.13 Steel Pipe and Fittings Pipe and Material Testing OPT Factory - CWI - verification OPT Field - CWI OPT Factory - Coating Inspection OPT Field - Holiday Testing Contractor Field - Deflection Testing OPT Field - Shrink Sleeve Integrity Test OPT Factory - Mortar Thickness Measurement OPT Coating System - Field Holiday Detection Contractor Coating system - Field Adhesion Testing OPT Temperature verification OPT Welding procedure OPT Visual Inspection OPT Pipe Disinfection Testing Contractor 33 12 16.23 Gate Valves Field Acceptance Test Contractor 33 12 16.26 Butterfly Valves Field Acceptance Test Contractor Hydrostatic Test 01 45 16.16 - 3 LUB19278 – Low Head C Pipeline 01 45 16.16 HYDROSTATIC TEST 1.00 GENERAL 1.01 WORK INCLUDED After piping modifications are installed and backfilled, they shall be subjected to hydrostatic pressure test by raising the pressure to the test pressure indicated in Paragraph 3.02. Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. The Contractor shall install temporary internal test plugs or bulkheads for hydrostatic tests, except where valves are available for testing. Do not test against a closed valves if differential pressure exceeds 75 psi. 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. 1.02 SUBMTTALS A. Submit Hydrostatic Pipe Test Reports per Section 01 33 00 “Document Management.” 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: American Water Works Association (AWWA) AWWA M9 Concrete Pressure Pipe AWWA M11 Steel Pipe – A Guide for Design and Installation AWWA M23 PVC Pipe – Design and Installation 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 GENERAL A. Perform hydrostatic test on steel pipe in accordance with AWWA M11 and the pipe Supplier’s recommendations. B. Perform hydrostatic test on PVC pipe in accordance with AWWA M23 and the pipe Supplier’s recommendations. Hydrostatic Test 01 45 16.16 - 3 LUB19278 – Low Head C Pipeline 3.02 TEST CONDITIONS A. Test pipe at the test pressure for the duration as indicated below for the various pipe materials: Pipe Type Duration (hours)Test Pressure (psi) Steel Pipe 8 1.2 Times Pipe Pressure Class Bar-Wrapped Pipe 8 1.2 Times Pipe Pressure Class PVC 8 1.2 Times Pipe Pressure Class 3.03 PROCEDURE A. Pipe: 1. Hydrostatically test the pipe after installation. Test the section of pipe after it has been installed for no less than 7 days. Slowly fill the line with water and vent all air from the pipeline during filling. 2. For mortar lined pipe, allow the pipe to stand under a slight pressure for at least 48 hours to allow the lining to become saturated and/or to allow the escape of remaining air trapped in the line. Examine bulkheads, valves, manholes, flanges, and connections for leaks during this period. 3. Stop leaks before continuing with the test. 4. Measure water volume during the test if existing valves in the main line leak during the test. Measure the water volume leaking from the valve through a meter or by other means approved by the Owner. Furnish all necessary equipment and include the cost for this effort in the Contract Price. 5. Expel all air from the pipe before applying the specified test pressure. Provide taps in the line to expel air from high points where air valves are not provided. These taps must be made by the pipe manufacturer and approved by the Engineer. Tightly plug the tap after tests are complete. Include the cost for these taps in the Contract Price. 3.04 EXAMINATION UNDER PRESSURE A. Inspect the pipe during the test to locate any leaks or breaks, defective joints, cracked or defective pipe, fittings, or valves. Correct defective Work identified during the pressure test. B. Correct all identified leaks even if leakage is within the parameters for permissible make up water per Paragraph 3.05. C. Test the pipe again after defective Work has been corrected. Repeat the test and correction of defective Work until satisfactory test results are obtained. D. 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 the water to regain the test pressure. Hydrostatic Test 01 45 16.16 - 3 LUB19278 – Low Head C Pipeline 3.05 PERMISSIBLE MAKEUP WATER A. Measure make up water required for the section of pipe being tested. Makeup water is the volume of water pumped into the test section of pipe necessary to maintain the specified test pressure after the pipe has been filled with water and the air expelled. There is no allowable leakage on steel or bar-wrapped pressure pipe. END OF SECTION Page Intentionally Left Blank Temporary Facilities and Controls 01 50 00 - 1 LUB19278 – Low Head C Pipeline 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.01 SUMMARY A. Provide temporary facilities, including OPT’s field office, Contractor’s field offices, storage sheds, workshops, and other facilities needed to complete the Work. B. Provide temporary utilities needed to support the operation of the facilities and construction activities. C. Provide and maintain temporary project identification signs for Owner. D. Provide temporary informational signs to identify key elements of construction and direct the flow of traffic. E. Provide a weatherproof kiosk for display of permits and other notices required by Laws and Regulations. 1.02 DOCUMENTATION A. Submit a Shop Drawing, in accordance with Section 01 33 02 “Shop Drawings,” showing a scaled office floor plan prior to installation of OPT’s field office. Include details for: 1. Telephone equipment; 2. Internet equipment; 3. Computer equipment; 4. Security/alarm systems; and 5. Office furniture and appliances. 1.03 QUALITY ASSURANCE A. Inspect and test each utility before using facilities. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use of facilities. 1.04 DELIVERY, STORAGE, AND HANDLING A. Transport, unload, and set up all temporary buildings and utilities. 1.05 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Provide Contractor’s temporary facilities and utilities in time to avoid delays in the performance of the Work. Temporary Facilities and Controls 01 50 00 - 2 LUB19278 – Low Head C Pipeline D. Provide OPT’s field office, complete and ready for occupancy, and use no later than 7 days after the Notice to Proceed. Applications for Payment will not be processed until OPT’s field office facilities are completed and approved. E. Provide and maintain temporary facilities and utilities. F. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on utilities to operate within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain site security and protection of the facilities. G. Remove temporary facilities and utilities when construction is complete and removal is approved by the Construction Manager. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Provide wood or metal signs in sound condition, structurally adequate to withstand wind and weather. B. Provide 3/4-inch exterior grade A/D face veneer plywood with medium density overlay for sign surface. C. Provide galvanized or stainless steel bolts, brackets, fasteners, and other hardware. D. Provide exterior quality coatings. 2.02 OPT FIELD OFFICES A. Provide and continuously maintain OPT’s field office separate from Contractor’s field office. Provide an office with a minimum nominal size of 10 feet by 36 feet. 1. Office and/or materials of construction may be new or slightly used but must be serviceable, adequate for the intended purpose, acceptable to the Construction Manager, and must not violate codes or regulations. 2. Offices are to be structurally sound, weather-tight, insulated and have floor raised above the ground. Brace and anchor offices to prevent movement. 3. Skirt around perimeter of structures with the same material as structure siding. 4. Divide the office into two separate spaces (two offices, restroom, and conference). Provide one 10-foot by 10-foot offices at both ends with full height walls and interior 3-foot by 6-foot-8-inch doors. 5. Provide an ADA compliant restroom with door in the center section of the office. 6. Provide vinyl or VCT tile on floors. 7. Provide burglar bar security on doors and windows. 8. Provide outside doors with padlocks and door locks. Temporary Facilities and Controls 01 50 00 - 3 LUB19278 – Low Head C Pipeline 9. Provide operable, screened windows with locks. 10. Provide Venetian type window blinds. 11. Provide mounted boot brush / cleaner / scraper on porch at entrances. B. Construct a wood porch with steps and a covered overhang at doors that ensures that rain will be completely diverted from doors. Provide wooden railing around porch and on the steps. C. Provide electricity to the field office adequate to power equipment, appliances, and heating and cooling systems. 1. Provide sufficient lighting for office environment using fluorescent light fixtures with lenses energized by wall switches. Provide separate switches just inside exterior doors for the main area, inside of offices and inside the restroom. 2. Provide outside security lighting. 3. Provide three duplex receptacles in each office and five duplex receptacles in remainder of building at locations designated by Construction Manager. D. Provide an electric heating and cooling system for the field office capable of maintaining the following conditions: 1. Heat to a minimum of 75 deg. F inside when outside temperatures are 10 deg. F. 2. Cool to a minimum 72 deg. F inside temperature when outside temperatures are 105 deg. F. 3. Maintain relative humidity between 48 to 54 percent. E. Provide fully plumbed indoor restroom with flush toilet, sink, hot water, mirror, and storage cabinet for paper goods. Connect fixtures to complete potable water, sanitary, and vent systems. F. Provide an electric water cooler and a supply of bottled water. G. Provide furnishings at the field office as follows: Qty.Furnishing 2 2’-6” x 5’-0” office desks with credenzas 2 Fabric covered cushioned arm chairs with swivel/tilt/roll capabilities 10 Folding chairs (Lifetime Commercial Grade white granite) 3 3’-0” x 8’-0” folding tables (Lifetime Commercial Grade white granite) 2 Legal size, four-drawer metal filing cabinets 2 6’' X 48” x 12” book shelves 1 Full-size drafting/plan table 2 Plastic waste cans for each office 2 Large waste cans for open area and restroom H. Provide Bluetooth digital teleconference speaker with microphone; Jabra or similar. I. Provide internet service at the field office with the following features: 1. Minimum 10 Mbps download, 3 Mbps upload speed; Temporary Facilities and Controls 01 50 00 - 4 LUB19278 – Low Head C Pipeline 2. Maximum file transfer size of 100 MB; and 3. Unlimited email/storage size. J. Provide wireless router for internet services with adequate range to reach all areas of the office. K. Provide color copier with the following capabilities: 1. Provide service and maintenance agreement throughout the Project. Provide toner, paper supply for the duration of the Project, and other supplies as needed to operate the copier. 2. Ability to scan to email/file/folder. 3. Ability to print, sort and collate. 4. Produce up to 45 copies per minute in black and white. 5. Ability to scan and print in black and white, grayscale, or color. 6. Ability to auto feed and auto duplex. 7. Provide a minimum of two paper trays with 500-sheet capacity. 8. Reduction and enlargement capability with range from 25 to 400 percent. 9. Ability to scan, copy, and print up to 11 x 17 format. L. Provide external hard drive with the following capabilities: 1. Dual drive storage system with mirroring. 2. 2 terabyte total capacity with 1 TB capacity in RAID configuration. 3. Provides automatic data backup software. 4. USB 3.0 Connection with serial bus. M. One projector capable of displaying a computer image 5 feet by 3 feet and projector screen. N. Provide a fire extinguisher and commercially serviced first aid kit. O. Furnish a microwave unit with a minimum cooking volume of 1.5 cubic feet. P. Furnish a refrigerator/freezer with minimum storage capacity of 3.5 cubic feet. Q. Provide a digital camera with 40X zoom lens capable of taking photographs at 20 MP minimum. Camera should provide date stamp capability. Provide camera accessories including battery charger and leather carrying case. R. Furnish and maintain office supply stock, including but not limited to, pens, pencils, markers, staples, notepads, paper, posted notes, CD-WR computer disks, file folders, paper clips, binder clips, etc., for duration of Project. Pay for OPT’s office supply purchases up to $50 per month. S. Field office and furniture will remain the property of the Contractor. Computer equipment must be turned over to the Owner at the end of the Project. Temporary Facilities and Controls 01 50 00 - 5 LUB19278 – Low Head C Pipeline T. Provide access to reserved parking spaces for six vehicles adjacent to the OPT’s field offices. Provide a durable parking area surface to prevent erosion, mud, dust, or rutting caused by vehicles. Provide a minimum of 4 inches of flexible crushed limestone base material. 2.03 CONTRACTOR’S FIELD OFFICE A. Furnish a field office of adequate size for Contractor’s use. B. Subcontractors may provide their own field offices only when space is available on the Site and the OPT agrees to its size, condition, and location. 2.04 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.05 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site for the entire duration of the Project. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations so that no point at the Site will be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.06 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.07 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and startup of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the Construction Manager for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide temporary water. Potable water may be purchased from City of Lubbock. 3. Provide telephone service to the Site and install telephones inside the Contractor’s and OPT’s field offices. B. Provide power for construction and storage. Provide power to energize space heaters for stored electrical equipment. Temporary Facilities and Controls 01 50 00 - 6 LUB19278 – Low Head C Pipeline 2.08 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. PART 3 - EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the Construction Manager. Construct and install signs at locations approved by the Construction Manager. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION SIGNS A. Arrange for a professional sign painter to paint and erect a sign for the Site in accordance with the sign information provided in the Contract Documents or provided by Owner.. Sign will include identification of the OPT and Contractor (including appropriate logos, as required) and other Project information as determined by the Construction Manager. Paint sign on a 4-foot by 8-foot by 3/4-inch exterior grade plywood board. Frame plywood with 2 x 4 wood frame and mount on not less than two 4 x 4 posts. House plywood board in a channel routed 1/2 inch deep in the 2 x 4 frame. Shoulder, glue, and screw corners. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide exterior security lighting. C. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. D. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a chain-link construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished condition in accordance with the Drawings. Temporary Facilities and Controls 01 50 00 - 7 LUB19278 – Low Head C Pipeline B. Remove informational signs upon completion of construction. C. Remove project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Page Intentionally Left Blank Temporary Controls 01 57 00 - 1 LUB19278 – Low Head C Pipeline 01 57 00 TEMPORARY CONTROLS PART 1 - GENERAL 1.01 SUMMARY A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. 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 DOCUMENTATION A. Provide Shop Drawings in accordance with Section 01 33 02 “Shop Drawings.” B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Product Data in accordance with Section 01 31 13 “Project Coordination.” 1.03 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.04 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. Do 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 an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 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. Temporary Controls 01 57 00 - 2 LUB19278 – Low Head C Pipeline 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or contaminated soil is considered contaminated. Do not allow contaminated water to enter streams or water courses, leave the Site in a non-contained form, or enter non- contaminated areas of the Site. 1. Construct temporary holding ponds or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 2. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.05 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property as Product Data per Section 01 31 13 “Project Coordination.” Obtain approval of the OPT if this disposal impacts the use of Site or other easements. 1.06 AIR POLLUTION CONTROL A. Air Pollution Watch Days: 1. Air Pollution Watch Days (APWD) may occur in the following times: a. Typical Ozone Season: May 1 through October 31. b. Critical Emission Time: 6:00 a.m. to 10:00 a.m. 2. Watch Days: a. State or local environmental regulatory agencies, in coordination with the National Weather Service, may designate the following day as an APWD by 3:00 p.m. on the prior afternoon. b. Begin work after 10:00 a.m. on designated APWD if work requires the use of heavy construction equipment for run times in excess of 1 hour prior to 10:00 a.m. Heavy construction equipment may be used prior to 10:00 a.m. if equipment is certified by EPA as “Low Emitting” or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. B. Obtain air permit for construction activities per requirements of Laws and Regulations. 1.07 TEMPORARY STORMWATER POLLUTION CONTROL A. Provide temporary stormwater pollution control per Section 01 57 23 “Temporary Stormwater Pollution Control.” Temporary Controls 01 57 00 - 3 LUB19278 – Low Head C Pipeline 1.08 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain 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. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the Construction Manager and to match surrounding material at the conclusion of the Work. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. PART 3 - EXECUTION 3.01 CONSTRUCTING, MAINTAINING, AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable or in accordance with the requirements of the Contract Documents. C. Remove temporary control when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Page Intentionally Left Blank Temporary Stormwater Pollution Control 01 57 23 - 1 LUB19278 – Low Head C Pipeline 01 57 23 TEMPORARY STORMWATER POLLUTION CONTROL PART 1 - GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, and incidentals necessary to provide stormwater 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. B. Develop, implement, and maintain a stormwater pollution prevention plan (SWPPP) in compliance with local, state, and federal Laws and Regulations. Provide preventive measures to keep sediment and other pollutants from the construction activity from entering any stormwater system, including open channels. C. Comply with the Texas Commission on Environmental Quality General Permit, TXR150000, (General Permit) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. D. File all required legal notices and obtain required permits prior to beginning any construction activity. E. This Section provides guidelines and Best Management Practices information for the Contractor to use in adhering to all local, state, and federal environmental Laws and Regulations with respect to stormwater pollution prevention during construction activities. 1.02 DOCUMENTATION A. Documentation must be provided in accordance with Section 01 33 00 “Document Management.” B. Submit copies of required notices and reports to the Construction Manager as Product Data in accordance with Section 01 33 03 “Product Data.” Retain copies of these documents at the Site for review and inspection by the OPT or regulatory agencies at all times. C. Submit copies of required notices to local, state, and federal authorities and any other entity as required by the General Permit and applicable Laws and Regulations. D. Post a copy of required notices at the Site in a location where it is readily available for viewing by the general public and local, state, and federal authorities prior to starting construction activities and maintain the posting until completion of the construction activities. E. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP required under the General Permit. F. Provide schedules in accordance with Paragraph 3.05. G. Submit a hard copy of the SWPPP and the NOI to the City of Lubbock, for review, approval, and signature before any field work is started. Temporary Stormwater Pollution Control 01 57 23 - 2 LUB19278 – Low Head C Pipeline 1.03 QUALITY ASSURANCE A. Comply with applicable requirements of all governing authorities having jurisdiction. The Specifications and the Drawings are not intended to be prescriptive but rather to convey the intent to provide complete slope protection, erosion control, and stormwater pollution prevention for both the Owner's property and adjacent properties. B. Perform Work to comply with “Best Practices” as established by the local agency of jurisdiction. C. Contractor must develop and implement a SWPPP in accordance with the General Permit prior to the beginning of construction activity. D. Contractor assumes solely responsible for implementing, updating, and modifying the General Permit per Laws and Regulations for the SWPPP and Best Management Practices. E. Stormwater pollution prevention measures must 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. F. All land-disturbing activities must 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. G. Surface water runoff originating upgrade of an exposed area must be managed to minimize erosion and sediment loss during the period of exposure. H. 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 OPT. I. 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 stormwater pollutants at the time of completion of the Work. 1.04 JOB CONDITIONS, CODES AND ORDINANCES A. Comply with the local codes and ordinances. If local codes and ordinances require more stringent or additional stormwater pollution prevention measures during construction beyond those required by state and federal Laws and Regulations, the Contractor must provide such measures at no additional cost. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials used for stormwater pollution prevention must meet the minimum design and specification requirements identified below for commonly used sediment loss prevention The Contractor must use appropriate control devices to protect against stormwater pollution from construction site activities. Temporary Stormwater Pollution Control 01 57 23 - 3 LUB19278 – Low Head C Pipeline B. Erosion control blankets (ECBs) 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, the flow rate (sheet flow on cut/fill slopes) or velocity (concentrated flow in swales) of stormwater runoff in contact with the ECB, 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 percent or less soil by weight passes the U.S. Standard sieve No. 200, select the apparent opening size (A.O.S.) to retain 85 percent of the soil. 2. If 85 percent or more of soil by weight passes the U.S. Standard sieve No. 200, silt fences must 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 pounds. b. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 60 pounds. 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 must be 1-1/2-inch washed stone containing no fine material. Angular shaped stone is preferable to rounded shaped stone. 5. Fence posts must 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 must be supported by galvanized steel wire fence fabric as follows: a. 4-inch by 4-inch mesh size, W1.4/1.4, minimum 14-gauge wire fence fabric; b. Hog wire, 12-gauge wire, small openings installed at bottom of silt fence; Temporary Stormwater Pollution Control 01 57 23 - 4 LUB19278 – Low Head C Pipeline c. Standard 2-inch by 2-inch 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 must be designed and maintained in a manner similar to a silt fence. 2. Where applicable, filter fabric, posts, and wire backing must meet the material requirements specified in Paragraph 2.01.C. 3. Filter gravel must be 3/4-inch washed stone containing no fines. Angular shaped stone is preferable to rounded shapes. 4. Concrete blocks must be standard 8-inch by 8-inch by 16-inch concrete masonry units. 5. When organic filter tubes are used, the designer must specify the type of material to be used (or excluded) on a particular site: a. Straw filter material must be Certified Weed Free Forage. The straw must be in good condition, air-dried, and not rotten or moldy. b. Compost must conform to the requirements for Erosion Control Compost in TxDOT Special Specification 1001 Compost. Compost may provide some oil and grease removal; however, the large percentage of fines in compost will result in less filtering and more ponding of stormwater. c. Wood chips must be 100 percent untreated chips and free of inorganic debris, such as plastic, glass, metal, etc. Wood chip size must not be smaller than 1 inch and must not exceed 3 inches in diameter. Shavings must not be more than 5 percent of the total mass. 6. Bags used to secure inlet protection devices on pavement must be filled with aggregate, filter stone, or crushed rock that is less likely than sand to be washed into an inlet if the bag is broken. Filled bags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Bags must be polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard and meet the following criteria: a. Greater than 300 psi Mullen Burst Strength using ASTM D3786 Standard Test Method for Hydraulic Bursting Strength of Textile Fabrics-Diaphragm Bursting Strength Tester Method. b. Greater than 70 percent UV Stability using ASTM D4355 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon Arc Type Apparatus. Temporary Stormwater Pollution Control 01 57 23 - 5 LUB19278 – Low Head C Pipeline E. Stone outlet sediment traps (bermed or excavated) used in situations where flows are concentrated in a drainage swale or channel are subject to the following design criteria: 1. The embankment must 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 pounds. b. Puncture Rating, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 135 pounds. 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). 2. Fill placed to constrict the swale for construction of the excavated stone outlet sediment trap and fill placed for the berm in the bermed stone outlet sediment trap must consist of clay material, minimum Plasticity Index of 30, using ASTM D4318 Standard Test for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 3. The embankment must be comprised of well graded stone riprap with a size range of 6 to 12 inches in diameter. 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 embankment must be constructed with clay soil, minimum Plasticity Index of 30 using ASTM D4318 Standard Test for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 2. Texas Administrative Code Title 30, Chapter 299 (30 TAC 299), Dams and Reservoirs, contains specific requirements for dams that: a. Have a height greater than or equal to 25 feet and a maximum storage capacity greater than or equal to 15 acre-feet; b. Have a height greater than 6 feet and a maximum storage capacity greater than or equal to 50 acre feet; c. Are a high- or significant-hazard dam as defined in Chapter 299, regardless of height or maximum storage capacity; or d. Are used as a pumped storage or terminal storage facility. 3. If the size of the detention basin meets or exceeds the above applicability, the design must be in accordance with state criteria, and the final construction Drawings and Specifications must be submitted to the TCEQ for review and approval. 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 12 inches in height. The fabric must meet the material specified for the Stone Outlet Sediment Trap discussed above. Temporary Stormwater Pollution Control 01 57 23 - 6 LUB19278 – Low Head C Pipeline 2. Loose, unconfined soil, wood chips, compost, and other material that can float or be transported by runoff must not be used to construct check dams. 3. Sand bags must not be used for check dams, due to their propensity to break and release sand that is transported by the concentrated flow in the drainage swale or ditch. 4. Rock Check Dams: a. Stone must be well graded with stone size ranging from 3 to 6 inches in diameter for a check dam height of 24 inches or less. b. The stone size range for check dams greater than 24 inches is 4 to 8 inches in diameter. 5. Rock Bag Check Dams Bags: a. Fill material should be pea gravel, filter stone or aggregate that is clean and free of deleterious material. b. Bag material must comply with the requirements of Inlet Protection above. 6. Sack Gabion Check Dams: a. Sack gabions must be wrapped in galvanized steel, woven wire mesh. The wire must be 20 gauge with 1-inch diameter, hexagonal openings. b. Stone must be well graded with a minimum size range from 3 to 6 inches in diameter. 7. Organic Filter Tube Check Dams: a. Filter material used within tubes to construct check dams must be limited to coir, straw, aspen fiber and other organic material with high cellulose content. b. The material should be slow to decay or leach nutrients in standing water and comply with the requirements for Inlet Protection above. H. Stabilized construction exits used for sites in which significant truck traffic occurs on a daily basis are subject to the following design criteria: 1. The construction exit material must be a minimum thickness of 6 inches. The stone or recycled concrete used must be 3 to 5 inches in size with little or no fines. 2. 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 pounds. b. Puncture Strength, ASTM D4833 Test Method for Index Puncture Resistance of Geotextiles, Geomembranes, and Related Products, 120 pounds. 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). Temporary Stormwater Pollution Control 01 57 23 - 7 LUB19278 – Low Head C Pipeline I. Alternative pollution prevention measures selected by the Contractor must be identified from one or more of the following reference sources, as appropriate for the region of the construction activity: 1. City of Austin Environmental Criteria Manual. 2. North Central Texas Council of Governments (NCTCOG) integrated Stormwater Management (iSWM) Design Manual for Construction. 3. Harris County/Harris County Flood Control District/City of Houston Stormwater Management Handbook for Construction Activities. PART 3 - EXECUTION 3.01 PREPARATION A. Prepare a SWPPP in accordance with applicable permit requirements for construction activity. Develop the SWPPP in conformance with the General Permit and any applicable local requirements. B. Prepare and implement the SWPPP prior to the beginning of construction activity in accordance with local, state, and federal Laws and Regulations. C. OPT may require Contractor to install stormwater pollution prevention devices and/or practices during construction in addition to those required under the approved SWPPP. Contractor must remain solely responsible for complying with all local, state, and federal Laws and Regulations. 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 must be removed. 2. Anchor trenching must be located along the entire perimeter of the installation area, except for small areas with less than 2 percent slope. 3. Installation and anchoring must conform to the recommendations shown within the manufacturer's published literature for the erosion control blanket. 4. Anchors (staples) must be a minimum of 6 inches in length and 1 inch wide. They must be made of 11-gauge wire, or equivalent, unless the ECB is intended to remain in place with final stabilization and biodegrade. 5. Particular attention must be paid to joints and overlapping material. Overlap along the sides and at the ends of ECBs should be per the manufacturer’s recommendations for site conditions and the type of ECB being installed. At a minimum, the end of each roll of ECB must overlap the next roll by 3 feet and the sides of rolls must overlap 4 inches. 6. After installation, check blankets for uniform contact with the soil, security of the lap joints, and flushness of the staples with the ground. Temporary Stormwater Pollution Control 01 57 23 - 8 LUB19278 – Low Head C Pipeline 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 must be 0.25 acres per 100 linear feet of silt fence. 3. Maximum flow to any 20-foot section of silt fence must be 1 cfs. 4. Maximum distance of flow to silt fence must be 200 feet or less. If the slope exceeds 10 percent, the flow distance must be less than 50 feet. 5. Maximum slope adjacent to the fence must be 2:1. 6. Stone overflow structures or other outlet control devices must 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 must overlap at abutting ends a minimum of 3 feet and must be joined such that no leakage or bypass occurs. If soil conditions prevent a minimum toe-in depth of 6 inches or installation of support post to depth of 12 inches, silt fences must not be used. 8. Sufficient room for the operation of sediment removal equipment must be provided between the silt fence and other obstructions in order to properly maintain the fence. 9. The last 10 feet (or more) at the ends of a line of silt fence must be turned upslope to prevent bypass of stormwater. Additional upslope runs of silt fence may be needed every 200 to 400 linear feet, depending on the traverse slope along the line of silt fence. 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 must be 8 inches or less. 3. A 2-inch overflow gap or weir is required on all curb inlet protection devices. 4. Positive drainage is critical in the design of inlet protection. If overflow is not provided for at the inlet, excess flows must be routed through established swales, streets, or other watercourses to minimize damage due to flooding. 5. Filter Fabric Protection: a. Filter fabric protection is appropriate where the drainage area is less than 1 acre and the basin slope is less than 5 percent. b. Filter fabric, posts, and wire mesh must meet the material requirements specified in Paragraph 2.01.C. Temporary Stormwater Pollution Control 01 57 23 - 9 LUB19278 – Low Head C Pipeline c. 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. d. Stone overflow structures must be installed where flow to the inlet is concentrated and more than 1 cfs according to the criteria in Paragraph 2.01. 6. Block and Gravel Protection (Curb and Drop Inlets): a. Concrete blocks are to be placed on their sides in a single row around the perimeter of the inlet, with ends abutting. b. Openings in the blocks should face outward, not upward. 1/2-inch by 1/2-inch wire mesh must then be placed over the outside face of the blocks covering the holes. c. Filter stone must 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. d. Alternatively, where loose stone is a concern (streets, etc.), the filter stone may be placed in appropriately sized geotextile fabric bags. 7. Excavated Impoundment Protection: a. Excavated impoundment protection is only applicable to drop inlets. b. It should not be applied to Y inlets because it will undermine the concrete pad surrounding the inlet opening. Nor can it be used for inlets on pavement. c. With this protection method, it is necessary to install weep holes to allow the impoundment to drain completely. d. The impoundment must be sized such that the volume of excavation is equal to or exceeds the runoff volume from the temporary control design storm (2-year, 24- hour) for the inlet’s drainage area. e. The trap must have a minimum depth of 1 foot and a maximum depth of 2 feet as measured from the top of the inlet and must have side slopes of 2:1 or flatter. 8. Organic Filter Tube Protection (Curb and Drop Inlets): a. Organic filter tubes may be used on paved or unpaved surfaces. On paved surfaces, tubes must be secured in place by rock bags. On unpaved surfaces, the tubes must be embedded in the ground a minimum of 3 inches and staked at 4- foot spacing. b. Designer must provide calculations and specify the diameter of tube to be used based on the inlet’s drainage area and the flow rate of runoff to the inlet. c. The minimum allowable diameter is 12 inches. d. For curb protection, the diameter of the tube must be at least 2 inches less than the height of the inlet opening. The tube should not be allowed to block the entire opening, since it will clog. e. The tube must be placed on 4-inch by 4-inch or 2-inch by 4-inch wire mesh to prevent the tube from sagging into the inlet. The tube should be long enough to extend a minimum of 12 inches past the curb opening on each side of the inlet. Temporary Stormwater Pollution Control 01 57 23 - 10 LUB19278 – Low Head C Pipeline D. Stone outlet sediment traps (excavated or bermed) 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 must be less than 10 acres for the excavated trap, and 5 acres or less for the bermed trap. For larger drainage areas a sediment basin must be used. 2. The minimum storage volume must be the volume of runoff from the temporary control design storm (2-year, 24-hour) for the sediment trap’s drainage area. 3. The surface area of the design storage must be 1 percent of the area draining to the device. 4. The maximum embankment height must be 6 feet as measured from the toe of the slope on the downstream side. 5. Minimum width of the embankment at the top must be 2 feet. 6. Embankment slope must be 1:5:1 or flatter. 7. The embankment must have a depressed area to serve as the outlet with a minimum width of 4 feet. 8. A 6-inch minimum thickness layer of 1-1/2-inch filter stone must be placed on the upstream face of the embankment when stormwater runoff contains fine silt and clay particles. 9. The embankment must consist of stone riprap or a combination of compacted fill with stone riprap. The stone may be enclosed in wire mesh or a gabion basket and anchored to the channel bottom to prevent washing away. 10. Fill must be placed in 8-inch loose lifts (maximum) and compacted to 95 percent Standard Proctor Density at optimum moisture content using ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort. 11. Geotextile fabric, covered with a layer of stone, must extend past the base of the embankment on the downstream side a minimum of 2 feet. 12. The outlet must be designed to have a minimum freeboard of 6 inches at design flow. 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. Design of the sediment basin should be coordinated with design of the permanent drainage infrastructure for the development. Sediment basin sizing and discharge volumes should be calculated using the NCTCOG iSWM Technical Manual or similar technical manual in accordance with the design criteria of the locality where the basin is constructed. 2. Minimum capacity of the basin must be the calculated volume of runoff from a 2-year, 24-hour duration storm event plus sediment storage capacity of at least 1000 cubic feet. 3. The basin must be laid out such that the effective flow length to width ratio of the basin is a minimum of 4:1. The effectiveness of sediment basins may be increased by using baffles to prevent short-circuiting of flow through the basin. Temporary Stormwater Pollution Control 01 57 23 - 11 LUB19278 – Low Head C Pipeline 4. Top width of the embankment must be determined by the Design Professional based on the total height of the embankment as measured from the toe of the slope on the downstream side. 5. Embankment side slopes must be 3:1 or flatter. 6. Clay soil for the embankment must be placed in 8-inch lifts and compacted to 95 percent Standard Proctor Density at optimum moisture content using ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort. 7. The primary outlet must have a minimum design dewatering time of 36 hours for the temporary control design storm (2-year, 24-hour). 8. Whenever possible, the outlet must be designed to drain the basin in less than 72 hours to minimize the potential for breeding mosquitoes. 9. The basin’s primary outlet and spillway must be sized to pass the difference between the conveyance storm (25-year, 24-hour) and the temporary control design storm without causing damage to the embankment and structures. 10. Unless infeasible, the primary outlet structure should withdraw water from the surface of the impounded water. Outlet structures that do this include surface skimmers, solid risers (non-perforated), flashboard risers, and weirs. 11. The outlet of the outfall pipe (barrel) must be stabilized with riprap or other materials designed using the conveyance storm flow rate and velocity. Velocity dissipation measures must be used to reduce outfall velocities in excess of 5 feet per second. 12. Risers used to discharge high flows must be equipped with an anti-vortex device and trash rack. 13. Spillways must be constructed in undisturbed soil material (not fill) and must not be placed on the embankment that forms the basin. F. Check dams for long drainage swales or ditches to reduce erosive velocities are subject to the following installation criteria: 1. Typically, the dam height should be between 9 inches and 36 inches, depending on the material of which they are made. The height of the check dam must always be less than one-third the depth of the channel. 2. Dams should be spaced such that the top of the downstream dam is at the same elevation as the toe of the upstream dam. On channel grades flatter than 0.4 percent, check dams should be placed at a distance that allows small pools to form between each check dam. 3. The top of the side of the check dam must be a minimum of 12 inches higher than the middle of the dam. In addition, the side of the dams must be embedded a minimum of 18 inches into the side of the drainage ditch, swale or channel to minimize the potential for flows to erode around the side of the dam. 4. Larger flows (greater than 2-year, 24-hour design storm) must pass the check dam without causing excessive upstream flooding. Temporary Stormwater Pollution Control 01 57 23 - 12 LUB19278 – Low Head C Pipeline 5. Check dams should be used in conjunction with other sediment reduction techniques prior to releasing flow off-site. 6. Rock Check Dams: Rock check dams must have a minimum top width of 2 feet with side slopes of 2:1 or flatter. 7. Rock Bag Check Dams: a. Rock bag check dams should have a minimum top width of 16 inches. b. Bag length must be 24 to 30 inches, width must be 16 to 18 inches, and thickness must be 6 to 8 inches and having a minimum weight of 40 pounds. c. Minimum rock bag dam height of 12 inches would consist of one row of bags stacked on top of two rows of bag. The dam must always be one more row wide than it is high, stacked pyramid fashion. d. PVC pipes may be installed through the dam to allow for controlled flow through the dam. Pipe should be schedule 40 or heavier polyvinyl chloride (PVC) having a nominal internal diameter of 2 inches. 8. Sack Gabion Check Dams: a. Sack gabion check dams may be used in channels with a contributing drainage area of 5 acres or less. b. Wire mesh must be one piece, wrapped around the rock, and secured to itself on the downstream side using wire ties or hog rings. c. Sack gabions must be staked with 3/4-inch rebar at a maximum spacing of 3 feet. Each wire sack must have a minimum of two stakes. 9. Organic Filter Tube Check Dams: a. Organic filter tubes may be used as check dams in channels with a contributing drainage area of 5 acres or less. b. Organic filter tubes must be a minimum of 12 inches in diameter. c. Staking of filter tubes must be at a maximum of 4-foot spacing and must alternate through the tube and on the downstream face of the tube. G. Stabilized construction exits for sites in which significant truck traffic occurs on a daily basis are subject to the following installation criteria: 1. Limit site access to one route during construction, if possible; two routes for linear and larger projects. 2. Prevent traffic from avoiding or shortcutting the full length of the construction exit by installing barriers. Barriers may consist of silt fence, construction safety fencing, or similar barriers. 3. Design the access point(s) to be at the upslope side of the construction site. Do not place construction access at the lowest point on the construction site. 4. Stabilized Construction Exits 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. Temporary Stormwater Pollution Control 01 57 23 - 13 LUB19278 – Low Head C Pipeline 5. The exit must be sloped away from the paved surface so that stormwater is not allowed to leave the Site onto roadways. 6. Minimum width of exit must be 15 feet. 7. Vehicles must 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 exit onto paved areas. When washing is required, it must be done on a constructed wheel wash facility that drains into an approved sediment trap or sediment basin or other sedimentation/filtration device. 8. Minimum dimensions for the exit must be as follows: Tract Area Min. Width of Exit Min. Length of Exit <1 Acre 15 feet 20 feet ≥ 1 acre but <5 Acres 25 feet 50 feet ≥5 Acres 30 feet 50 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 must include any necessary repair or replacement of items which have become damaged or ineffective. Remove sediment and other pollutants which accumulate in pollution control devices as necessary to maintain the intended design efficiency for the pollution prevention measure. B. Dispose properly of trash, debris, and other pollutants. C. Place sediment material in approved earth spoil areas or return the sediment material to the area from which it eroded. 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 OPT. F. Erosion control blankets must be inspected regularly (at least as often as required by the 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 to control the erosion. G. Silt fences must be inspected regularly (at least as often as required by the 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, Temporary Stormwater Pollution Control 01 57 23 - 14 LUB19278 – Low Head C Pipeline determine the source of excess sediment and implement appropriate Best Management Practices to control the erosion. If the fabric becomes damaged or clogged, it must be repaired or replaced as necessary. H. Inlet protection must be inspected regularly (at least as often as required by the General Permit). Floatable debris and other trash caught by the inlet protection should be removed after each storm event. Sediment should also be removed from curb inlet protection after each storm event because of the limited storage area associated with curb inlets. Sediment collected at inlet protection should be removed before it reaches half the height of the protection device. Sediment should be removed from inlets with excavated impoundment protection before the volume of the excavation is reduced by 50 percent. In addition, the weep holes should be checked and kept clear of blockage. Concrete blocks, 2-inch by 4-inch boards, stakes, and other materials used to construct inlet protection should be checked for damaged and repaired or replaced if damaged. When filter fabric or organic filter tubes are used, they should be cleaned or replaced when the material becomes clogged. 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. Because of the potential for inlet protection to divert runoff or cause localized flooding, remove inlet protection as soon as the drainage area contributing runoff to the inlet is stabilized. Ensure that all inlet protection devices are removed at the end of the construction. I. The stone outlet sediment trap should be inspected regularly (at least as often as required by the General Permit) to check for clogging of the void spaces between stones. If the filter stone appears to be clogged, such that the basin will not completely drain, then the filter stone will require maintenance. If the filter stone is not completely clogged it may be raked with a garden rake to allow the water to release from the basin. If filter stone is completely clogged with mud and sediment, then the filter stone will have to be removed and replaced. Failure to keep the filter stone material properly maintained will lead to clogging of the stone riprap embankment. When this occurs, the entire stone rip-rap structure will need to be replaced. If the aggregate appears to be silted in such that efficiency is diminished, the stone should be replaced. Trash and debris should be removed from the trap after each storm event to prevent it from plugging the rock. Deposited sediment must be removed before the storage capacity is decreased by one-third, or sediment has reached a depth of 1 foot, whichever is less. The removed sediment must be stockpiled or redistributed in areas that are protected with erosion and sediment controls. J. Sediment basins should be inspected regularly (at least as often as required by the General Permit) to check for damage and to ensure that obstructions are not diminishing the effectiveness of the structure. Sediment must be removed and the basin must be re-graded to its original dimensions when the sediment storage capacity of the impoundment has been reduced by 20 percent. The removed sediment may be stockpiled or redistributed on- site in areas that are protected by erosion and sediment controls. Inspect temporary stabilization of the embankment and graded basin and the velocity dissipaters at the outlet and spillway for signs of erosion. Repair any eroded areas that are found. Install additional erosion controls if erosion is frequently evident. K. Check dams should be inspected regularly (at least as often as required by the General Permit). Silt must be removed when it reaches approximately one-third the height of the dam or 12 inches, whichever is less. Inspectors should monitor the edges of the dam where it meets the sides of the drainage ditch, swale, or channel for evidence of erosion due to Temporary Stormwater Pollution Control 01 57 23 - 15 LUB19278 – Low Head C Pipeline bypass or high flows. Eroded areas must be repaired. If erosion continues to be a problem, modifications to the check dam or additional controls are needed. Care must be used when taking out rock check dams in order to remove as much rock as possible. Loose rock can create an extreme hazard during mowing operations once the area has been stabilized. L. Stabilized construction exits should be inspected regularly (at least as often as required by the General Permit). The stabilized construction exit must be maintained in a condition that prevents tracking or flow of sediment onto paved surfaces. Periodic re-grading and top dressing with additional stone must be done to keep the efficiency of the exit from diminishing. The rock must be re-graded when ruts appear. Additional rock must be added when soil is showing through the rock surface. Additional controls are needed if inspections reveal a properly installed and maintained exit, but tracking of soil outside the construction area is still evident. Additional controls may be daily sweeping of all soil spilled, dropped, or tracked onto public rights-of-way or the installation of a wheel cleaning system. 3.04 FIELD QUALITY CONTROL A. In the event of conflict between the specified requirements and stormwater pollution control laws, rules, or regulations or other local, state, or federal agencies, the more restrictive laws, rules, or regulations will apply. 3.05 SCHEDULES A. Prior to start of construction, submit schedules to the OPT 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 Page Intentionally Left Blank Product Requirements 01 60 00 - 1 LUB19278 – Low Head C Pipeline 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Provide products for this Project that comply with the requirements of this Section. Specific requirements of the detailed equipment specifications govern in the case of a conflict with the requirements of this Section. B. Comply with applicable specifications and standards. 1.02 DOCUMENTATION A. Provide documents in accordance with the Contract Documents. 1.03 QUALITY ASSURANCE A. Design Criteria: 1. Provide products designed for structural stability and operational capability. 2. Provide members designed to withstand all loads imposed by installation, erection, and operation of the product without deformation, failure, or adversely affecting the operational requirements of the product. Size and strength of materials for structural members are specified as minimums only. 3. Design mechanical and electrical components for all loads, currents, stresses, and wear imposed by startup and normal operations of the equipment without deformation, failure, or adversely affecting the operation of the unit. Mechanical and electrical components specified for equipment are specified as the minimum acceptable for the equipment. B. Coordination: 1. Provide coordination of the entire Project, including verification that structures, piping, and equipment components to be furnished and installed for this Project are compatible. 2. Determine that the equipment furnished for this Project is compatible with the requirements of the Contract Documents and with the equipment and materials furnished by others. 3. Provide electrical components for equipment that comply with all provisions of the Contract Documents. 4. Apply protective coatings and paints to equipment in the shop that are fully compatible with the final coatings to be field applied in accordance with the Contract Documents. C. Adapting Substitute Products: 1. The Drawings and Specifications are prepared for the specified products. Make modifications to incorporate the products into the Project if a substitution is requested Product Requirements 01 60 00 - 2 LUB19278 – Low Head C Pipeline for a product is and approved in accordance with Section 01 26 00 “Change Management.” 2. Do not provide a product with a physical size that exceeds the available space. Consideration may be given to the acceptance of these products or equipment if the Contractor assumes all costs necessary to incorporate the item and the OPT approves such revisions. 3. Coordinate electrical requirements for the products to be installed in the Project, including revisions in electrical equipment components wiring and other elements necessary to incorporate the component. 1.04 STANDARDS A. The applicable industry standards referenced in the Specifications apply as if written here in their entirety. B. Provide equipment manufactured using structural and miscellaneous fabricated steel conforming to the standards of the American Institute of Steel Construction, except where indicated otherwise. 1.05 WARRANTIES AND GUARANTEES A. Normal warranty provisions are as stated in the General Conditions. B. Correct Defective Work under the provisions of the General Conditions. C. Provide warranties and guarantees for periods as defined in the Contract Documents. Individual Sections of the Specifications may have more stringent warranty requirements than stated in the General Conditions. The most stringent warranty will apply in the event of conflicts within the Contract Documents. D. The Contract Documents may require special warranties that guarantee performance at a specified capacity, power consumption, efficiency, or other operating parameter. Correct defects that prevent products from meeting the specified performance parameters. The requirements of the special warranty that guarantee performance will be satisfied when the specified performance parameters have been met for a period of 1 calendar year of operation, unless Owner elects to accept Defective Work under the provisions of the General Conditions. E. The Contract Documents may require special warranties for periods extending beyond the one-year correction period specified in the General Conditions. The full warranty provisions and requirements for correction of Defective Work stated in the General Conditions apply throughout the extended warranty period. F. Provide a warranty bond to provide the same protection as the Contractor's performance bond for extended special warranties. The warranty bond will become effective on the day the performance bond expires which is 1 year after the date of final payment per the General Conditions. The warranty bond will remain in effect until the extended warranty period has expired. G. In the event that products are repaired, modified, or replaced under the warranty bond, then the warranty period will continue on the date of completion of these repairs for a period of 6 months or until the end of the original warranty period, whichever is later. In no Product Requirements 01 60 00 - 3 LUB19278 – Low Head C Pipeline event will the warranty period extend more than 6 months beyond the end of the original warranty period. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide products according to normally accepted engineering and shop practices, except where a higher standard of quality is required by the Contract Documents. B. Manufacture like parts of duplicate units to standard sizes and gages that are interchangeable. C. Two or more items of the same kind are to be identical and made by the same Supplier. D. Provide products suitable for the intended service. E. Adhere to the equipment capacities, sizes, and dimensions indicated in the Contract Documents. F. Do not use products for any purpose other than that for which they were designed. G. Provide new products. Do not provide equipment that has been in service at any time prior to delivery except for testing in accordance with the Contract Documents. H. Provide materials suitable for service conditions. I. Provide iron castings that are tough, close grained gray iron free from blowholes, flaws, or excessive shrinkage and that conform to ASTM A48. J. Design structural members for shock or vibratory loads. K. Provide steel that is at least 1/4 inch thick for all elements that will be submerged or subject to splashing all or part of the time during normal operation of the equipment. Chamfer or grind all edges to eliminate sharp exposed edges. 2.02 EQUIPMENT APPURTENANCES A. Provide a safety guard covering all sides on belt or chain drives, fan blades, couplings, and other moving or rotating parts: 1. Fabricate safety guards from 16 US gauge or heavier galvanized or aluminum clad sheet steel or 1/2-inch mesh galvanized expanded metal; 2. Design guards for easy installation and removal; 3. Provide galvanized supports and accessories for each guard; 4. Provide stainless steel bolts and hardware; and 5. Provide safety guards designed to prevent the entrance of rain and dripping water in outdoor locations. 2.03 ANCHOR BOLTS A. Provide suitable anchor bolts for each product. Product Requirements 01 60 00 - 4 LUB19278 – Low Head C Pipeline B. Provide anchor bolts with templates or setting drawings in time to permit casting the anchor bolts in the concrete when concrete is placed. C. Provide two nuts for each bolt. D. Provide anchor bolts for products mounted on baseplates that are long enough to permit 1- 1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. Bolts must be long enough to provide full nut engagement and leave three threads exposed. Housekeeping pads are not structural concrete. E. Provide stainless steel anchor bolts, nuts, and washers. 2.04 SPECIAL TOOLS AND ACCESSORIES A. Furnish tools, instruments, lifting and handling devices, and accessories necessary for proper maintenance and adjustment that are available only from the manufacturer or are not commonly available. 2.05 EQUIPMENT IDENTIFICATION PLAQUES A. Provide a plaque for each piece of equipment in accordance with Section 40 05 53 “Identification for Process Piping and Equipment.” 2.06 LUBRICATION SYSTEMS FOR EQUIPMENT A. Provide equipment lubricated by systems which: 1. Require attention no more frequently than weekly during continuous operation. 2. Do not require attention during startup or shut down. 3. Do not waste lubricants. B. Provide lubricants to fill lubricant reservoirs and to replace lubricant consumed during testing, startup, and operation prior to acceptance of equipment by the Owner. 2.07 INSULATION OF PIPING A. Insulate all piping on or related to equipment as required to prevent freezing under any condition. Insulate piping per the manufacturer’s written instruction or per Section 23 07 19 “HVAC Piping Insulation” whichever is more stringent. PART 3 - EXECUTION 3.01 INSTALLATION A. Install equipment including equipment pre-selected or furnished by the Owner. Assume responsibility for proper installation, startup, and making the necessary adjustments so that the equipment is placed in proper operating condition per Section 01 75 00 “Starting and Adjusting.” Product Requirements 01 60 00 - 5 LUB19278 – Low Head C Pipeline 3.02 LUBRICATION A. Lubricate all products provided or installed for this Project, including products furnished by the Owner, per the manufacturer’s written recommendations until the product is accepted by the Owner. END OF SECTION Page Intentionally Left Blank Execution and Closeout Requirements 01 70 00 - 1 LUB19278 – Low Head C Pipeline 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENTATION A. Submit affidavits and releases on forms provided by the Construction Manager through the PMIS. 1.03 SUBSTANTIAL COMPLETION A. The following requirements must be met for the Project or a designated portion of the Work to be Substantially Complete per the General Conditions: 1. Work must be fully functional and able to operate in accordance with the Contract Documents without special or extraordinary efforts on the part of the Owner. 2. The following items of Work must be fully functional and able to operate in accordance with the Contract Documents: a. Low Head C Pipeline and valve improvements at connection. b. Electrical and instrumentation associated with valves at pipeline connections. 3. The following items may remain incomplete in accordance with the Contract Documents: a. Grass coverage as surface restoration. B. Conduct inspections with superintendent, Subcontractors, and Suppliers for the Work or a designated portion of the Work prior to calling for a Substantial Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for Substantial Completion. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor’s responsibility to create and manage this list of deficiencies until corrections are made. C. Correct the identified deficiencies prior to calling for a Substantial Completion inspection. D. Notify the Construction Manager that the Work or a designated portion of the Work is Substantially Complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered for Final Completion. E. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. F. Construction Manager will notify the Contractor that the Work is either Substantially Complete or that additional Work must be performed before the Project will be considered Substantially Complete. Execution and Closeout Requirements 01 70 00 - 2 LUB19278 – Low Head C Pipeline 1. Construction Manager will notify the Contractor of items that must be completed before the Project will be considered Substantially Complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Construction Manager when the items of Work in the Construction Manager’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Construction Manager will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be Substantially Complete. The certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Construction Manager of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.05 CLOSEOUT REQUIREMENTS A. Provide the following before Final Completion: 1. Record Documents per Section 01 31 13 “Project Coordination”; 2. Keys and keying schedule; 3. Warranties, bonds, and service agreements; 4. Equipment Installation Reports; 5. Shop Drawings, Product Data, operation and maintenance manuals, and other documentation required by the Contract Documents; 6. Specified spare parts and special tools; 7. 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; 8. Evidence of continuing insurance and bond coverage as required by the Contract Documents; and 9. Final videos and photographs per Section 01 33 06 “Graphic Documentation.” 1.06 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by Section 01 33 00 “Document Management” 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. Execution and Closeout Requirements 01 70 00 - 3 LUB19278 – Low Head C Pipeline 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 Supplier or Subcontractor. 2. Each document is to include: a. The product or Work item description; b. The firm name, 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; and f. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Construction Manager for review. E. Submit warranties, bonds, and services agreements within 10 days after equipment or components placed in service. 1.07 FINAL COMPLETION A. Conduct inspections with Superintendent, Subcontractors, and Suppliers prior to calling for a Final Completion inspection by the OPT. Create a list of deficiencies in the Work that must be completed for the Project to qualify for the Final Completion inspection. Review the list with the Construction Manager or the designated member of the OPT. The Construction Manager or the designated member of the OPT may assist the Contractor with this effort; however, it is the Contractor’s responsibility to create and manage this list of deficiencies until corrections are made. B. Identify, list, and correct deficiencies prior to calling for a Final Completion inspection. The Project at the call for Final Completion represents the Contractor’s interpretation of a project completed in conformance with the Contract Documents and reflects the Contractor’s representation of a quality project meeting the Owner’s expectations. C. Notify the Construction Manager when: 1. Work has been completed and complies with the Contract Documents; 2. Equipment and systems have been tested per the Contract Documents and are fully operational; 3. Final operation and maintenance manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; 5. Work is complete and ready for final inspection; 6. Final documentation for all outstanding Modifications and Claims (other than those listed on the Certificate of Final Completion) have been processed and are ready for incorporation into the final Application for Payment; and 7. Closeout requirements in Paragraph 1.05 have been completed. Execution and Closeout Requirements 01 70 00 - 4 LUB19278 – Low Head C Pipeline D. OPT will visit the Site to determine if the Project is complete and ready for final payment within a reasonable time after the notice is received. E. Construction Manager will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. F. Take immediate steps to correct Defective Work. Notify the Construction Manager when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Construction Manager will issue a Certificate of Final Completion to the Contractor when the Project is complete or will notify the Contractor that Work is Defective. G. Submit the request for final payment with closeout documentation described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.08 REINSPECTION FEES A. Owner may impose a set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION Final Cleaning 01 74 23 - 1 LUB19278 – Low Head C Pipeline 01 74 23 FINAL CLEANING PART 1 - GENERAL 1.01 SUMMARY A. Perform a thorough cleaning of the Site, buildings, or other structures prior to Owner occupancy of the buildings, and prior to Final Completion. Leave the Project clean and ready for occupancy. 1.02 DOCUMENTATION A. Provide data for maintenance per Section 01 33 04 “Operation and Maintenance Data.” 1.03 QUALITY CONTROL A. Use experienced workmen or professional cleaners for final cleaning. PART 2 - PRODUCTS 2.01 MATERIALS A. Furnish the labor and products needed for cleaning and finishing as recommended by the manufacturer of the surface material being cleaned. B. Use cleaning products only on the surfaces recommended by the Supplier. C. Use only those cleaning products which will not create hazards to health or property and which will not damage surfaces. PART 3 - EXECUTION 3.01 FINAL CLEANING A. Thoroughly clean the entire Site and make ready for occupancy. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. B. Clean floors and inspect for damage. 1. Remove oil, grease, paint drippings, and other contaminants from floors, then mop repeatedly until thoroughly clean. Replace damaged flooring. 2. Clean resilient flooring with an approved cleaner and provide one coat of liquid floor polish as recommended by the flooring manufacturer. Polish to a buffed appearance with powered floor buffer. 3. Vacuum all carpets with powered floor sweeper to remove dirt and dust. Remove glue or other substances from nap of carpet. Final Cleaning 01 74 23 - 2 LUB19278 – Low Head C Pipeline C. Clean and polish inside and outside glass surfaces. Wash with window cleaner and water, apply a coat of high quality glass polish, and wipe clean. Do not scratch or otherwise mar glass surfaces. D. Clean wall surfaces to remove dirt or scuff marks. Remove excess adhesive along top edges of wall base. Remove adhesive from surfaces of vinyl wall coverings. E. Align ceiling tile to fit properly in grid and replace cracked or damaged tile. Remove smear marks and other dirt from tile and clean surface of grid system. F. Spot paint nicks and other damage. Repaint the wall from inside corner to inside corner if spot-painting does not blend into the existing color and texture of the surrounding surfaces. Touch up damaged surfaces on factory finished equipment using special paint furnished by the manufacturer. G. Clean plumbing fixtures, valves, and trim. Clean toilet seats and covers. Remove labels and adhesive from fixtures. Remove floor drains and clean baskets or buckets. Polish strainers and exposed chrome or brass. H. Remove dirt, oil, grease, dust, and other contaminants from floors, equipment, and apparatus in mechanical and electrical rooms. I. Clean and polish ceramic tile floors and wall surfaces to remove mildew or other stains. Tuck point defective joints. J. Inspect exterior painted surfaces. Spot paint any damaged surfaces. K. Clean permanent filters and replace disposable filters on heating, ventilating, and air conditioning systems. Clean ducts, blowers, and coils if units were operated without filters during construction. L. Clean roof areas of debris; flush roof drainage systems with water until clear. M. Broom clean exterior paved surfaces and rake clean other surfaces of the grounds. N. Clean and polish all electrical equipment and exposed conduits. Remove paint overspray. Provide a blemish free appearance on all exposed equipment and conduits. END OF SECTION Starting and Adjusting 01 75 00 - 1 LUB19278 – Low Head C Pipeline 01 75 00 STARTING AND ADJUSTING PART 1 - GENERAL 1.01 SUMMARY A. Provide step-by-step procedures for starting provided systems, including equipment, pumps, and processes. B. Provide pre-startup inspections by equipment manufacturers. C. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. D. Provide for initial maintenance and operation. E. Include costs for starting and adjusting provided by manufacturer’s representative in the Cost of Work for the equipment package. F. Owner will provide chemicals, if any, required for continued operations. 1.02 STANDARDS A. Comply with the specified standards associated with the testing or startup of equipment. 1.03 DOCUMENTATION A. Provide the following documents in accordance with Section 01 33 00 “Document Management”: 1. A Plan of Action for testing, checking, and starting equipment as Product Data per Section 01 31 13 “Project Coordination.” 2. Equipment Installation Reports on the form provided by the Construction Manager certifying that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation. 3. Operation and maintenance manuals per Section 01 33 04 “Operation and Maintenance Data.” Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by Section 01 79 00 “Training of Operation and Maintenance Personnel.” 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any equipment until the complete unit has been installed and thoroughly checked. B. Provide the services of a qualified representative of the manufacturer to attend the tests and startup procedures as required by this Section. C. Do not start or test any equipment until the preliminary operation and maintenance manual per Section 01 33 04 “Operation and Maintenance Data” has been approved. Starting and Adjusting 01 75 00 - 2 LUB19278 – Low Head C Pipeline PART 2 - PRODUCTS 2.01 TESTING INSTRUMENTATION A. Provide new instrumentation and testing devices needed to conduct tests for maintenance and operation as recommended in the operation and maintenance manuals. This equipment is to become the property of the Owner and transferred in good working order as a spare part at Substantial Completion. This equipment is to be calibrated and ready for use during the startup procedure and for training provided in accordance with Section 01 79 00 “Training of Operation and Maintenance Personnel.” PART 3 - EXECUTION 3.01 SERVICES OF MANUFACTURER’S REPRESENTATIVES A. Provide the services of experienced and technically competent representatives of the manufacturer for inspections, tests, supervision of installation, training, and assistance with placing equipment in operation. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the manufacturer’s representative where specified. Certify that the equipment and related appurtenances have been thoroughly examined and approved for startup and operation in the Equipment Installation Reports. C. Provide on-site services as necessary for proper and trouble free operation of the equipment. 3.02 INSPECTION AND STARTUP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. 1. Check for adequate and proper lubrication. 2. Determine that parts or components are free from undue stress from structural members, piping, or anchorage. 3. Adjust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. 7. Ensure that the proper procedure is employed in startup of systems. 3.03 STARTING REQUIREMENTS A. Refer to the individual Specification Sections for specific startup procedures or other requirements. Starting and Adjusting 01 75 00 - 3 LUB19278 – Low Head C Pipeline 3.04 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the OPT to observe the operation and overall performance of the equipment and to determine that controls function as intended. B. Operate equipment which is used on a limited or part-time basis in the presence of the OPT for a period long enough to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual Specification Sections. Demonstrate that equipment and systems meet the specified performance criteria. D. Equipment and systems may be considered as substantially complete at the end of this initial operation period if the equipment is placed in continuous beneficial use by the Owner, unless specifically stated otherwise in the individual equipment Specifications. 3.05 INITIAL MAINTENANCE A. Maintain equipment in accordance with the operation and maintenance manuals until Project is substantially complete and provisions have been made by the Owner for accepting responsibility for equipment operation in accordance with the General Conditions. B. Service equipment in accordance with the operation and maintenance manuals immediately before releasing the equipment to the Owner. END OF SECTION Page Intentionally Left Blank Training of Operation and Maintenance Personnel 01 79 00 - 1 LUB19278 – Low Head C Pipeline 01 79 00 TRAINING OF OPERATION AND MAINTENANCE PERSONNEL PART 1 - GENERAL 1.01 SUMMARY A. Provide services of Supplier’s operation and maintenance training specialists to instruct Owner’s personnel in recommended operation and maintenance procedures for equipment furnished. Details for training may be established in the specifications for that equipment. B. Provide a combination of classroom and hands on training. C. Training may be conducted at Contractor’s or Supplier’s facilities provided Contractor pays for travel, lodging, and per diem costs of the Owner. D. Record training sessions on video and submit to the Owner on DVD disk in MPEG-4 format for Owner’s later use in instructing Owner’s personnel. Include this recording as part of the final operation and maintenance manual. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. E. Include the cost for training and startup in the Cost of the Work for each equipment package. 1.02 DOCUMENTATION A. Provide documentation in accordance with Section 01 33 00 “Document Management” and include: 1. Equipment Installation Reports in accordance with Section 01 75 00 “Starting and Adjusting” on forms provided by the Construction Manager; 2. A lesson plan for training in accordance with Paragraph 3.01.C; 3. Credentials of Supplier’s proposed operation and maintenance instructors demonstrating compliance with requirements of Paragraph 1.04; and 4. Operation and maintenance manuals per Section 01 33 04 “Operation and Maintenance Data.” Preliminary operation and maintenance data must be approved before installation, testing, and initial operation of equipment or providing training required by the Section. 1.03 SCHEDULING OF TRAINING A. Coordinate training services with startup and initial operation of equipment on days and times Owner is available. B. Training may be required outside of normal business hours to accommodate schedules of operation and maintenance personnel. C. Provide training of Owner’s personnel after acceptable preliminary operation and maintenance manuals have been approved. D. Coordinate training with equipment startup and testing and availability of Owner’s personnel. Training of Operation and Maintenance Personnel 01 79 00 - 2 LUB19278 – Low Head C Pipeline E. Provide a proposed training schedule for review and acceptance by OPT showing all training required in the Contract Documents. Demonstrate compliance with specified training requirements relative to number of hours of training, number of training sessions, and scheduling. F. Submit initial training schedule at least 60 days before scheduled start of first training session. Submit final training schedule, incorporating revisions in accordance with OPT’s comments, no later than 30 days prior to starting the first training session. G. Owner reserves the right to modify personnel availability for training in accordance with process or emergency needs. H. Schedule for training is to be approved by Owner. 1. Schedule training and startup operations for no more than one piece of equipment or system at a time. 2. Owner may require re-scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of 2 weeks’ notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. 5. Time required for training is to be included in the development of the Project schedule. I. Schedule and coordinate training for equipment or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. 1.04 SERVICES OF SUPPLIER’S REPRESENTATIVE A. Supplier’s instructors must be factory-trained by the equipment manufacturer. B. Instructors must have knowledge of the theory of operation and practical experience with the equipment or system. C. Instructors must be proficient and experienced in conducting training of the type required and must have successfully conducted similar training courses. D. Qualifications of instructors are subject to acceptance by OPT. Provide services of replacement instructor with acceptable qualifications if OPT does not accept qualifications of proposed instructor. Include each instructor’s résumé and specific details of instructor’s operating, maintenance, and training experience relative to the specific equipment for which instructor will provide training to demonstrate their qualifications. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 OPERATOR TRAINING A. Provide classroom and hands-on training of the care and operation of the equipment to the Owner’s personnel. Training of Operation and Maintenance Personnel 01 79 00 - 3 LUB19278 – Low Head C Pipeline B. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. C. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: 1. Number of hours for the course; 2. Agenda and narrative description, including the defined objectives for each lesson; 3. Draft copy of training handbooks; 4. A descriptive listing of suggested reference publications; 5. Audio-visual equipment required for training; and 6. Type and number of tools or test equipment required for each training session. D. Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials must include references to the operation and maintenance manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations to the Owner. E. Operations training is to include: 1. Orientation to provide an overview of system/subsystem configuration and operation; 2. Terminology, nomenclature, and display symbols; 3. Operations theory; 4. Equipment appearance, functions, concepts, and operation; 5. Operating modes, practices, and procedures under normal, diminished, and emergency conditions; 6. Startup and shutdown procedures; 7. Safety precautions; 8. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures; and 9. Content and use of operation and maintenance manuals and related reference materials. F. Provide training for performing on-site routine, preventive, and remedial maintenance of the equipment or system. Maintenance training is to include: 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation; 2. Operations theory and interfaces; Training of Operation and Maintenance Personnel 01 79 00 - 4 LUB19278 – Low Head C Pipeline 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout, and functions; 4. Safety precautions; 5. Use of standard and special tools and test equipment; 6. Adjustment, calibration, and use of related test equipment; 7. Detailed preventive maintenance activities; 8. Troubleshooting, diagnostics, and testing; 9. Equipment assembly and disassembly; 10. Repair and parts replacement; 11. Parts ordering practices and storage; 12. Failure and recovery procedures; 13. Cabling and/or interface connectors; 14. Content and use of operation and maintenance manuals and related reference materials; 15. Procedures for warranty repairs; 16. Lubrication; and 17. Procedures, practices, documentation, and materials required to commence system maintenance. G. Provide training for the equipment listed in Contract Documents. END OF SECTION DIVISION 02 EXISTING CONDITIONS Page Intentionally Left Blank Demolition 02 41 00 - 1 LUB19278 – Low Head C Pipeline 02 41 00 DEMOLITION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for every type of required demolition. B. Furnish equipment of every type required to demolish and transport construction debris away from the Site. C. Coordinate all demolition work with Section 01 35 00 “Special Procedures” if required. 1.02 STANDARDS A. Work shall be performed in accordance with the codes and ordinances of the agency having authority over the Place of Record. B. Resilient Floor Covering Institute (RFCI) publication “Recommended Work Practices for the Removal of Resilient Floor Coverings” C. Occupational Safety and Health Association (OSHA), 29 CFR Parts 1010 and 1926, “Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite”, 40 CPR Part 61 - “National Emission Standard for Hazardous Air Pollutants” 1.03 DELIVERY AND STORAGE A. Stockpile construction debris at the Site only as long as necessary to haul to a disposal site. Stack materials neatly and handle in an orderly manner until removed from the Site. 1.04 JOB CONDITIONS A. Contractor shall visit the Site and determine the extent of demolition required and the Site conditions that might affect its proposal. Include costs of covering all aspects of the demolition as part of the proposal. B. The Drawings shall be carefully reviewed to determine the extent of necessary demolition and to identify elements of the existing construction which are to remain in place. Report any discrepancies to Owner and Engineer before disturbing existing conditions. Property lines and limits of demolition shall be accurately located prior to beginning site demolition. Start of demolition activities shall represent confirmation by Contractor that existing conditions are as presented in the Contract Documents. Demolition outside the limits indicated on the Drawings, or outside the property lines shall not be performed. 1. For electrical demolition, verify field measurements and circuiting arrangements are as shown on the Drawings. Verify that existing wiring and equipment designated to be abandoned or demolished serve only abandoned facilities. 2. For process piping demolition confirm with the Owner that current operations will not be impacted and provide temporary equipment with Owner to keep systems functional during demolition process if required. Demolition 02 41 00 - 2 LUB19278 – Low Head C Pipeline C. Material removed during demolition, and any equipment not otherwise designated to remain the property of the Owner, shall become the property of the Contractor, and shall be promptly removed from the Site. D. Equipment and material designated as remaining the property of the Owner shall be removed from the structure and transported to a designated location on the Site and stored for the Owner’s use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering that is tied securely in place. E. Take necessary precautions in removing Owner designated property to prevent damage during the demolition process. Equipment shall be removed in one piece. Loose components may be removed separately. Controls and electrical equipment may be removed from the equipment and handled separately. Large units, such as motor driven pumps, may be dismantled and motors handled separately. Do not use a cutting torch to separate the Owner’s equipment or material. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. F. The Owner’s designated property shall include: 1. Any item to remain as part of the existing building and removed and reinstalled within the building as part of the renovated structure. 2. Motors, starters, relays, disconnect switches, panelboards and breakers. 3. Light fixtures. 4. Control devices of every description. 5. Valves, piping accessories, and other major piping components. 6. Flush valves and fixture trim from plumbing fixtures. 7. Motorized dampers and operators. 8. Exhaust fans, air handling units, unit heaters and air devices (grilles). 9. Copper wiring pulled from conduits. 10. Piping as follows: 11. Equipment as follows: 12. Furniture. 13. Cabinets and Millwork. 14. Lavatories, Sinks, Trim and Fittings. 1.05 HAZARDOUS MATERIALS (NOT USED) 2.00 PRODUCTS Demolition 02 41 00 - 3 LUB19278 – Low Head C Pipeline 2.01 MATERIALS A. New materials and equipment for patching and extending work shall meet the requirements of the individual Sections in these Contract Documents. For materials not addressed in these documents, materials used shall meet or exceed the dimensions and quality of the existing work. 3.00 EXECUTION 3.01 SITE CLEARING A. Perform site clearing to the limits indicated on the Drawings. Scrape the Site, removing brush, trees, weeds and trash. Haul debris away from the Site to an approved site as it accumulates. B. Grub out tree and brush roots within the limits of buildings, parking lots, driveways and other structures. Remove rock out-croppings and boulders from any area within the limits of grading or structures. Remove roots and backfill any excavation resulting from tree removal with suitable soil for final grading plan. C. Trees not located within the construction limits, or otherwise indicated for removal, shall remain in place. Visit the Site with the Engineer or Owner and identify those trees that are to remain. Mark all other trees with yellow paint to indicate removal. Protect remaining trees during construction. Wrap the tree trunks with 2 x 4 timbers if construction equipment must operate in close proximity to them. D. Only designated trees shall be removed. In the event that trees other than those designated are erroneously removed or damaged to the point of distress, install replacement trees of equal size and number to compensate for those destroyed, at no additional cost to the Owner. 3.02 BUILDING DEMOLITION A. Prepare for demolition of electrical facilities as follows: 1. Coordinate utility service outages with the appropriate utility company. 2. Meet with Owner and identify any material to be salvaged. 3. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. 4. Provide temporary wiring and connections to maintain existing systems in service during demolition. 5. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. 6. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from Owner at least 72 hours before partially or completely disabling system. Make temporary connections to maintain services in areas adjacent to work area. Minimize outage duration. 7. Existing Telephone System: Maintain existing system in service. Disable system only to make switchovers and connections. Notify Owner and telephone utility company at Demolition 02 41 00 - 4 LUB19278 – Low Head C Pipeline least 72 hours before partially or completely disabling system. Make temporary connections to maintain service in areas adjacent to work area. Minimize outage duration. B. Demolition shall include any item noted on the Drawings or required to make room for new Work as indicated on the Drawings. Demolition drawings included in the Contract Documents are provided for the Contractor’s reference, but are not intended to limit the demolition to those items shown or otherwise noted. Contractor is responsible to verify for himself any demolition necessary to perform the Work. C. Remove all existing acoustical ceilings and related suspension systems. Also remove light fixtures and other appurtenances installed along the suspended ceilings. Where electrical components are removed, also remove all conduit and wiring back to the panel. Where all loads are removed from a branch circuit, leave breaker and re-use for new Work, or designate as a spare. Remove exposed abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors and patch surfaces. Where electrical outlets are removed from an electrical circuit scheduled to remain in use, re-connect wiring and conduit as required to make the remaining circuit electrically continuous. Provide blank cover for abandoned outlets which are not removed. D. Remove all partitions indicated on the Drawings or required to complete the new construction. Where partitions are noted to be removed, also remove all electrical devices, conduit and wiring inside the partitions. Where existing partitions have plumbing stacks or domestic water piping inside partitions, also remove all piping and other related components. Remove all plumbing fixtures and related trim, fittings and fixture hangers. E. Remove all electrical components scheduled for demolition, including light fixtures, duplex receptacles, switches, and panelboards, complete with related feeders, conduit and wiring. Remove disconnect switches, motor starters, panelboards and related feeders. Cut conduit flush with walls and floors, and patch surfaces. Where electrical components are removed from an electrical circuit scheduled to remain in use, re-connect wiring and conduit as required to make the remaining circuit electrically continuous. Provide blank cover for abandoned outlets which are not removed. F. Maintain access to existing electrical installations which remain active. Modify installation or provide access panel as appropriate. G. Remove all heating, ventilation and air conditioning equipment and related ductwork, including air devices, hangers, fire dampers and other related items. H. Where conduit, piping, or other utilities are presently installed under concrete slabs and the underground portion of the component is to be abandoned in place, remove conduit or piping to a point 2 inches below level of concrete slab surface and cap off. Abandon under floor conduit and piping. Patch concrete as required to match surrounding area. I. Remove vinyl composition flooring, wall base and flooring mastic. In the event that Contractor suspects materials may contain asbestos, notify Engineer in accordance with Section 01 35 00 “Special Procedures.” J. Remove ceramic wall tile and ceramic floor tile scheduled for demolition. Where ceramic floor tile was installed on a setting bed, also remove setting bed down to concrete floor slab. Resulting recess at setting bed shall be filled with epoxy grout to match level of surrounding floor slab. Demolition 02 41 00 - 5 LUB19278 – Low Head C Pipeline 3.03 REMOVAL OF CONCRETE SLABS A. Remove parts of the existing concrete floor slab as indicated on the Drawings. Saw-cut the existing slab with two parallel lines around the area to be removed to the depth of the reinforcing. Do not cut reinforcing. Break out the remainder of the slab using jackhammers or by manual means. Cut reinforcing at a distance of 24 inches from the cut edge of the slab and bend back out of the way. Perform the remainder of the demolition, removing underground piping, or installing new Work. B. After buried Work has been completed, bend the reinforcing bars back into proper place and add new reinforcing of the same size and number as the remaining dowels. Lap the joints a minimum of 18 inches and securely tie in place. Replace concrete as required to repair the slab. Concrete shall be Type A as specified in Section 03 30 00 “Cast-In-Place Concrete.” 3.04 REMOVAL OF EXISTING SITE STRUCTURES A. Remove concrete or masonry structures located below the ground line where indicated or where such structures will interfere with new construction. Where structures are a part of an active underground utility system, repair piping to prevent blockage in the flow. B. Remove abandoned manholes, basins, or similar structures. With the Engineer’s approval, and if structures will not interfere with any other proposed construction, they may be abandoned in place. Remove the top part of the structure so that it is a minimum of 2 feet below the new finish grade. Remove part of the floor system of basins, manholes and other such structures to prevent entrapment of water. Fill remaining cavities with approved backfill material. 3.05 REMOVAL OF STRUCTURES A. Removal of Steel Structures: Meet with Owner and identify any material to be salvaged. Protect such material from damage using protective demolition methods. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. Do not use flame-cutting unless approved by the Engineer. B. Removal of Timber Structures: 1. Protect existing timber structures designated by Owner as salvageable. Remove using protective measures which prevent damage. Disconnect wood members at joints by removing fasteners. Do not cut into smaller sections, unless approved by the Engineer. 2. Extract timber piles from the ground, except when existing piles are located in an area not interfering with any other construction. When approved by the Engineer, piles may be cut 3 feet below the finished ground line. 3.06 REMOVAL OF PIPE A. Meet with Owner and identify any material to be salvaged. Remove pipe designated for salvage by carefully excavating surrounding backfill material. Remove pipe using protective measures which prevent damage. Piping shall be disconnected at joints, allowing removal in one piece. Salvaged pipe determined unsatisfactory for re-use by the Engineer may be removed in any manner. Suspended or supported pipe shall be disassembled at joints. Demolition 02 41 00 - 6 LUB19278 – Low Head C Pipeline Remove in sections without cutting. Welded pipe sections may be cut with a torch, but cuts shall be along a welded joint. 3.07 UNDERGROUND PIPING A. Contractor shall be responsible for obtaining location of underground utilities at the Site. Arrange for all applicable utility companies to accurately locate underground piping and set color-coded flags along the pipe route. Investigate utility company’s records to ascertain depths and sizes of piping and other ancillary features. B. In the event that exact location of piping cannot be obtained, dig test holes as necessary to establish location of piping. Contractor shall not use mechanical digging machines within 6 feet of any active buried piping. For a distance of 4 feet on either side of buried piping, all digging shall be by hand excavation. If the piping is not active, or is to be abandoned or removed, any form of excavation may be used. Any existing active piping that is damaged during demolition will be repaired to new condition by the Contractor at no additional cost to the Owner. 3.08 BACKFILLING A. Backfill cavities resulting from demolition. Fill cavities occurring within the limits of buildings, structures, or pavements in accordance with the requirements of other Sections of the Specifications. Backfill and compact cavities outside the construction limits to the same density as the surrounding earth. No testing is required for backfill outside the limits of new construction. 3.09 CLEANING AND REPAIR A. Clean and repair existing materials and equipment which remain or are to be reused. B. Lights: Use mild detergent to clean all exterior and interior surfaces. Rinse with clean water and wipe dry. Replace lamps and broken electrical parts impacted by the demolition processes. END OF SECTION DIVISION 03 CONCRETE Page Intentionally Left Blank Concrete Forming 03 11 00 - 1 LUB19278 – Low Head C Pipeline 03 11 00 CONCRETE FORMING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish material and labor to form, tie, brace and support wet concrete, reinforcing steel and embedded items until the concrete has developed sufficient strength to remove forms. 1.02 QUALITY ASSURANCE A. Design Criteria: Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete, the temperature of the concrete, and all other pertinent factors shall be taken into consideration when determining the depth of the equivalent liquid. An additional design live load of 50 pounds per square foot shall be used on horizontal surfaces. B. Alignment Control: 1. True alignment of walls and other vertical surfaces having straight lines or rectangular shapes shall be controlled and checked by the following procedures: a. Forming shall be arranged with provisions for adjusting the horizontal alignment of a form, after the form has been filled with concrete to grade, using wedges, turn buckles, or other adjustment methods. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete in the top of the form is still plastic. b. Adjusting facilities shall be at intervals which permit adjustments to a straight line. Concrete shall not be placed until adequate adjusting facilities are in place. C. Tolerances: Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings: a. Plan of action and staging. 2. Record Data. a. Manufacturers’ literature for specified products. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Concrete Institute (ACI) Specifications: ACI 117 Specifications for Tolerances for Concrete Construction and Materials Concrete Forming 03 11 00 - 2 LUB19278 – Low Head C Pipeline ACI 301 Specifications for Structural Concrete ACI 318 Building Code Requirements for Structural Concrete 2. American Institute of Steel Construction (AISC) Publication: a. AISC Manual of Steel Construction. 3. American Iron and Steel Institute (AISI) Publication: a. AISI Cold Formed Steel Design Manual. 4. American Plywood Association (APA) Standards: a. APA Design/Construction Guide: Concrete Forming. 1.05 DELIVERY AND STORAGE A. Lumber for forms shall be stacked neatly on platforms raised above ground. 1.06 JOB CONDITIONS A. The Contractor shall notify the Engineer upon completion of various portions of the work required for placing concrete so that compliance with the plans and specifications may be monitored. The Engineer will authorize the Contractor to proceed with the placement after this has been completed and corrections, if required, have been made. B. In hot weather, both sides of the face forms may be required to be treated with oil to prevent warping and to secure tight joints. 2.00 PRODUCTS 2.01 MATERIALS A. Lumber: Properly seasoned and of good quality; free from loose or unsound knots, knot holes, twists, shakes, decay, splits, and other imperfections which would affect its strength or impair the finished surface of the concrete. B. Fiber Board Form Lining: Hardboard finished smooth on one side; minimum thickness of 3/16 inch thoroughly wet with water at least 12 hours before using. C. Plywood Form Lining: Conforming to APA HDO; exterior exposure waterproof adhesive, 3/8 inch thick. D. Form Oil: Light, clear oil; shall not discolor or injuriously affect the concrete surface, subsequent coatings, or delay or impair curing operations. 2.02 FABRICATIONS A. Lumber: Lumber for facing or sheathing shall be surfaced on at least one side and two edges, and sized to uniform thickness. Lumber of nominal 1-inch thickness or plywood of 3/4-inch thickness shall be permitted for general use on structures, if backed by a sufficient number of studs and wales. Concrete Forming 03 11 00 - 3 LUB19278 – Low Head C Pipeline B. Special Form Lumber: 1. Molding for chamfer strips or other uses shall be made of redwood, cypress, or pine materials of a grade that will not split when nailed, and which can be maintained to a true line without warping. The form shall be mill cut and dressed on all faces. Fillet forms at sharp corners, both inside and outside and at edges, with triangular chamfer strips at all non-contiguous edges exposed to view. Thoroughly oil chamfer strips before installation on forms. 2. Construct forms for railings and ornamental work to standards equivalent to first class mill work. 3. All moldings, panel work, and bevel strips shall be straight and true with neatly mitered joints, and designed so that the finished work shall be true, sharp and clean cut. C. Forms: 1. Forms shall be built mortar tight and of material sufficient in strength to prevent bulging between supports. 2. Reused forms or form lumber shall be maintained clean and in good condition as to accuracy, shape, strength, rigidity, tightness, and smoothness of surface. 3. All forms shall be so constructed as to permit removal without damage to the concrete. Exercise special care in framing forms for copings, offsets, railing and ornamental work, so that there will be no damage to the concrete when the forms are removed. D. Carton Forms: 1. Use new carton forms of corrugated cardboard for slab and grade beam construction on drilled shafts for buildings. Forms shall be impregnated throughout with paraffin and laminated with water resistant adhesive. 2. Forms of the height indicated on the drawings shall be designed to support the concrete load plus a normal construction load. 3. Install carton forms according to the manufacturer’s recommendations and maintain in dry condition before concrete is placed. Carton forms which have not been maintained in a dry condition shall be replaced before concrete is placed. 4. Do not used trapezoidal carton forms. 5. Carton forms shall be fabricated using vertical internal cells and dividers. 6. Acceptable manufacturers: a. SureVoid Products, Inc., Englewood, CO (800) 458-5444. b. Savway Carton Forms, Inc., Irving TX (800) 552-6937. c. Other manufacturers with products meeting the requirements of this specification and approved by the Engineer. E. Metal Forms: 1. The specifications for “Forms” regarding design, mortar tightness, filleted corners, beveled projections, bracing, alignment, removal, re use, oiling, and wetting shall apply equally to metal forms. Concrete Forming 03 11 00 - 4 LUB19278 – Low Head C Pipeline 2. The metal used for forms shall be of such thickness that the forms will remain true to shape. Bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins, or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. 3. Metal forms which do not present a smooth surface or line up properly shall not be used. Exercise special care to keep metal free from rust, grease, or other foreign material that discolors the concrete. F. Form Linings: 1. Timber forms for exposed concrete surfaces which are to be given a rubbed finish shall be face-lined with an approved type of form lining material. 2. If plywood is used for form lining, it shall be made with waterproof adhesive and have a minimum thickness of 3/4 inch. It shall preferably be oiled at the mill and then re-oiled or lacquered on the job before using. 3. If fiber board is used, apply water to the screen side on the board. Stack the boards screen side to screen side. Use the smooth hard face as the contact surface of the form. Such surfaces may be formed with 3/4-inch thick plywood made with waterproof adhesive if backed with adequate studs and wales. The greatest strength of the outer plies should be at right angles to the studding. In this case, form lining will not be required. 4. Carefully align edges and faces of adjacent panels and fill the joints between panels with patching plaster or cold water putty to prevent leakage. Lightly sand with No. 0 sandpaper to make the joints smooth. 5. Forms which are reused shall have all unused form tie holes filled and smoothed as specified above. G. Form Ties: 1. Metal form ties shall be used to hold forms in place and to provide easy metal removal. The use of wire for ties shall not be permitted. 2. Leave no metal or other material within 1-1/2 inches of the surface, when removing form tie assemblies which are used inside the forms to hold the forms in correct alignment. The assembly shall provide cone-shaped depressions in the concrete surface at least 1 inch in diameter and 1-1/2 inches deep to allow filling and patching. Such devices, when removed, shall leave a smooth depression in the concrete surface without undue injury to the surface from chipping or spalling. 3. Burning off rods, bolts, or ties shall not be permitted. 4. Metal ties shall be held in place by devices attached to wales. Each device shall be capable of developing the strength of the tie. 5. Metal and wooden spreaders which are separate from the forms shall be wired to top of form and shall be entirely removed as the concrete is placed. 6. In the construction of basement or water bearing walls, the portion of a single rod tie that is to remain in the concrete shall be provided with a tightly fitted washer at midpoint to control seepage. Multi-rod ties do not require washers. The use of form ties which are tapered on encased in paper or other material to allow the removal of Concrete Forming 03 11 00 - 5 LUB19278 – Low Head C Pipeline complete tie, and which leave a hole through the concrete structure, shall not be permitted. H. Falsework: 1. Falsework shall be designed and constructed so that no excessive settlement or deformation occurs. Falsework shall provide necessary rigidity. 2. Timber used in falsework centering shall be sound, in good condition and free from defects which impair its strength. 3. Steel members shall be of adequate strength and shape for the intended purpose. 4. Timber piling used in falsework may be of any wood species which satisfactorily withstands driving and which adequately supports the superimposed load. 5. When sills or timber grillages are used to support falsework columns, unless founded on solid rock, shale or other hard materials, place them in excavated pits. Backfill to prevent the softening of the supporting material from form drip or from rains that may occur during the construction process. Sills or grillages shall be of ample size to support the superimposed load without settlement. 6. Falsework not founded on a satisfactory spread footing shall be supported on piling, which shall be driven to a bearing capacity to support the superimposed load without settlement. 3.00 EXECUTION 3.01 PREPARATION A. Before placing concrete, ensure that embedded items are correctly, firmly and securely fastened into place. Embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall be set to the correct location, alignment and elevation by the use of suitable anchor bolt templates. 3.02 INSTALLATION A. Pre-Placement: 1. During the elapsed time between building the forms and placing the concrete, maintain the forms to eliminate warping and shrinking. 2. Treat the facing of forms with suitable form oil before concrete is placed. Apply oil before the reinforcement is placed. Wet form surfaces which will come in contact with the concrete immediately before the concrete is placed. 3. At the time of placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust, and other extraneous matter at the time. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of foreign matter during concrete placement. Concrete Forming 03 11 00 - 6 LUB19278 – Low Head C Pipeline B. Placement: 1. Set and maintain forms to the lines designated, until the concrete is sufficiently hardened to permit form removal. If, at any stage of the work, the forms show signs of bulging or sagging, immediately remove that portion of the concrete causing this condition. If necessary, reset the forms and securely brace against further movement. 2. Provide adequate cleanout openings where access to the bottom of the forms is not otherwise readily attainable. 3. Carefully and accurately place and support reinforcement in concrete structures. C. Removal: Remove forms so that the underlying concrete surface is not marred or damaged in any way. Forms shall not be removed until the concrete has attained sufficient strength to safely carry the dead load, but in no case less than the number of curing days set forth in the following table: Forms for concrete of minor structural load carrying importance 1 day Forms for walls, columns, sides of drilled shafts, massive structural components and other members not resisting a bending moment during curing 1 day Forms and falsework under slabs, beams and girders where deflections due to dead load moment may exist (for spans < or = 10 feet)7 days Forms and falsework under slabs, beams and girders where deflections due to dead load moment may exist (for spans > 10 feet and < or = 20 feet)14 days D. Carton Forms: 1. Do not wrap carton forms in waterproof sheeting. 2. All flat carton forms for beams and slabs shall be protected by a 1/4-inch exterior hardboard siding or cementitious tile backer board placed on top of the forms. 3. Carton forms shall be fit neatly together. To correctly form the circular edge of drilled shafts, use manufactured fittings or cut neatly to fit and fill small voids with expanding urethane foam. END OF SECTION Reinforcing Steel 03 21 00 - 1 LUB19278 – Low Head C Pipeline 03 21 00 REINFORCING STEEL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor and reinforcing materials required to cut, bend, tie, splice, place and support the reinforcement in the material grades, sizes, quantities and locations specified. 1.02 QUALITY ASSURANCE A. Tolerances: 1. Reinforcement shall be placed where specified, with the following maximum tolerances, plus or minus: a. Concrete Cover: 1/4 inch. b. Rebar Spacing: 1/4 inch in 12 inches. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings: a. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the Drawings. 2. Record Data: a. Manufacturers’ literature for specified products. 3. Certified Test Reports: a. Certification of steel quality, size, grade and manufacturer’s origin. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. ASTM International (ASTM) Standards: ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement 2. American Concrete Institute (ACI) Publications: ACI 301 Specification for Structural Concrete ACI SP-66 ACI Detailing Manual ACI 318 Building Code Requirements for Structural Concrete Reinforcing Steel 03 21 00 - 2 LUB19278 – Low Head C Pipeline 3. Concrete Reinforcing Steel Institute (CRSI) Publications: CRSI Manual of Standard Practice 1.05 DELIVERY AND STORAGE A. Store steel reinforcement above the surface of the ground upon platform skids or other supports. Protect from mechanical and chemical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the Work, steel reinforcement shall be free from dirt, scale, dust, paint, oil and other foreign material. Tag and store steel reinforcement for ease of correlation with Shop Drawings. 1.06 JOB CONDITIONS A. Proposed deviations from reinforcing indicated on the Drawings or Specifications shall be approved in writing by the Engineer prior to fabrication. B. Lap lengths shall be of the length shown on the Drawings or noted in lap and embedment table, and shall be in compliance with ACI 318. C. Specified cover for reinforcing shall be maintained throughout construction. Bars shall be cut to lengths necessary to allow for proper clearances. Cover of concrete shall be measured from face of forms to outside face of reinforcement. D. Stirrups shall be hooked. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Reinforcing Bars: Billet-Steel bars for concrete reinforcement conforming to ASTM A615; Grade 60, with minimum yield strength of 60,000 psi. Steel reinforcing bars shall be produced in the United States of America. B. Welded Wire Reinforcement: Cold-drawn steel wire conforming to ASTM A1064; flat sheets fabricated in accordance with ASTM A1064. C. Supports (Chairs): Bar supports shall be of the proper type for the intended use. Bar supports shall provide at least CRSI Class 2 protection. Plastic protected wire bar supports are not allowed. D. Spacers: Precast mortar blocks with a 28-day compressive strength that is greater than the specified concrete strength in which the blocks are being placed. E. Mechanical Bar Splices: Cadweld splices as manufactured by Erico Products, Inc., or approved equal, installed in strict accordance with the manufacturer’s instructions and recommendations. The mechanical devices shall develop at least 125 percent of the specified yield of the spliced bars. F. Mechanical Threaded Splices: Mechanical threaded connections shall utilize a metal coupling sleeve with internal threads which engage threaded ends of the bars to be spliced and shall develop in tension or compression 125 percent of the specified yield strength of the bar. Reinforcing Steel 03 21 00 - 3 LUB19278 – Low Head C Pipeline 2.02 FABRICATIONS A. Bending: Reinforcement shall be bent cold by machine to shapes indicated on the Drawings; true to shapes indicated; irregularities in bending shall be cause for rejection. Unless otherwise noted, all hook and bend details and tolerances shall conform to the requirements of ACI SP-66 and ACI 318. 3.00 EXECUTION 3.01 PREPARATION A. Before any concrete is placed, all mortar blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in individual molds, after which time the blocks shall be immersed in water for the remainder of at least a 4-day curing period. The blocks shall be cast with the sides beveled and in such a manner that the size of the block increases away from the surface to be placed against the forms. Blocks shall be in the form of a frustum of a cone or pyramid. Suitable tie wires shall be provided in each block for anchoring the block to the reinforcing steel, and to avoid displacement when placing the concrete. The size of the surface to be placed adjacent to the forms shall not exceed 2-1/2 inches square or the equivalent thereof when circular or rectangular areas are provided. Blocks shall be accurately cast to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. 3.02 INSTALLATION A. General: Place the reinforcement carefully and accurately in the concrete structures. Rigidly tie and support the reinforcement. Welding of any type of reinforcement shall not be permitted. B. Splices: 1. Splicing of bars, except where indicated on the Drawings, shall not be permitted unless approved by the Engineer prior to fabrication. Splices shall be kept to a minimum. Splices shall preferably occur at points of minimum stress. Lap splices which are permitted shall have a lap in accordance with ACI 318. Rigidly clamp or wire the bars at all splices, in accordance with ACI. Overlap sheets of wire fabric sufficiently to maintain a uniform strength and securely fasten. 2. Welding of reinforcing steel splices shall not be permitted. 3. Make mechanical splices where shown on the Drawings using Cadweld splices or approved equal, installed in accordance with the manufacturer’s instructions and recommendations. The mechanical device shall develop at least 125 percent of the specified yield strength of the bar. C. Placement: 1. Place steel reinforcement, as indicated on the Drawings with the specified tolerances. Hold securely in place during the placing of the concrete. The minimum clear distance between bars shall be per ACI 318 unless noted otherwise. Always pass vertical stirrups around the main tension members and securely attach thereto. Wire reinforcing together at a sufficient number of intersections to produce a sound, sturdy mat or cage Reinforcing Steel 03 21 00 - 4 LUB19278 – Low Head C Pipeline of reinforcement that will maintain the reinforcement in correct positions when the concrete is placed. 2. Hold the reinforcing steel in concrete slabs firmly in place with wire supports or “chairs.” Sizing and spacing of the chairs shall be sufficient to properly support the steel, and shall be in accordance with CRSI Publications “Manual of Standard Practice in.” 3. Space the reinforcing steel in concrete walls the proper distance from the face of the forms, as indicated on the Drawings: a. For wall surfaces exposed to view, use chairs. b. For wall surfaces not exposed to view, use chairs or precast mortar blocks. 4. Where reinforcing conflicts with location of anchor bolts, inserts, etc., submit prompt notifications so that revisions can be made before concrete is placed. No cutting of reinforcing shall be permitted without the prior approval of the Engineer. 5. Welded wire shall be fabricated flat sheets, in longest practical lengths. Lap joints one mesh. Do not locate end laps over beams of continuous structures or midway between supporting beams. Offset end laps of adjacent widths to prevent continuous lap. Fasten ends and sides of welded wire fabric at 48 inches O.C. with tie wire. 6. Reinforcing shall extend through construction joints. 3.03 FIELD QUALITY CONTROL A. Concrete shall not be placed until the Engineer has observed the final placing of the reinforcing steel, and has given permission to place concrete. END OF SECTION Cast-In-Place Concrete 03 30 00 - 1 LUB19278 – Low Head C Pipeline 03 30 00 CAST-IN-PLACE CONCRETE 1.00 GENERAL 1.01 SUMMARY A. Furnish labor, materials, mixing and transporting equipment and incidentals necessary to proportion, mix, transport, place, consolidate, finish, and cure concrete in the structure. 1.02 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, slag cement, silica fume, and metakaolin; subject to compliance with requirements. B. Mass Concrete: Any concrete placement with a minimum dimension greater than 3 feet shall be considered mass concrete. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings for: a. Mix design: For each concrete mix, complete the form “Concrete Mix Design” and one of the following forms: “Documentation of Required Average Strength – Field Strength Test Record” or “Documentation of Average Strength – Trial Mixtures.” b. Submit a schedule to the Owner’s representative which shows the sequence of concrete placements. 2. Certified Test Reports for: a. Materials used in the trial mix design. b. Water: Verification that all potable mix water and curing water sources do not exceed the non-potable water limits listed in ASTM C1602 Table 2. c. Aggregate, conforming to ASTM C33, including the test reports for soundness and abrasion resistance. d. Aggregate: 1). Verification that aggregate is not “potentially reactive” per ASTM C1260. 2). Or a cement chemical analysis indicating that the total alkali content is acceptable per Paragraph2.02.A 3). When mix water exceeds 50 percent of the chloride limit indicated in ASTM C1602 Table 2, then all aggregate sources shall be tested for chloride content in accordance with ASTM C1218. e. 7-day and 28-day compressive strength tests results. 1). When more than 15, 28-day compressive tests results are available from the current Project for a given class of concrete, include the 15-test running average Cast-In-Place Concrete 03 30 00 - 2 LUB19278 – Low Head C Pipeline compressive strength versus the required average compressive strength (based on the previous 15 tests) in graphical form. f. If the sum total of chlorides in mix water and aggregates exceeds 80 percent of the specified limit for hardened concrete, then prior to use of concrete, test mix design to verify acceptable chloride ion concentrations in accordance with ASTM C1218. 3. Record Data for: a. Manufacturer’s literature on specified materials. b. Documentation indicating conformance with ASTM C94 requirements. c. Documentation of supplier's National Ready Mixed Concrete Association certification. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: 1. A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. 2. Manufacturer must be certified according to the National Ready Mixed Concrete Association’s Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: 1. An independent testing agency, acceptable to authorities having jurisdiction and the Engineer, qualified according to ASTM C1077 and ASTM E329 to conduct the testing indicated. 2. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer’s plant, each aggregate from one source, and each admixture from the same manufacturer. . E. Welding: Qualify procedures and personnel according to AWS D1.4, “Structural Welding Code—Steel Reinforcing Bars.” 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver cement in bulk or bags which are plainly marked with the brand and manufacturer’s name. Immediately upon receipt, store cement in a dry, weather-tight, and properly ventilated structure which excludes moisture. Storage facilities shall permit easy access for inspection and identification. Cement not stored in accordance with the requirements shall not be used. Cast-In-Place Concrete 03 30 00 - 3 LUB19278 – Low Head C Pipeline B. Sufficient cement shall be in storage to complete placement of concrete started. In order that cement may not become unduly aged after delivery, maintain records of delivery dates. Use cement which has been stored at the Site for 60 days or more before using cement of lesser age. No cement shall be used which is lumped, caked, stored more than 90 days, or whose temperature exceeds 170 F. 1.06 STANDARDS A. Mixing, sampling, placing, curing and testing of concrete, and the materials used shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. The Contractor shall maintain one copy of each of the applicable standards at the construction field office. 1. ASTM International (ASTM) Standards: ASTM Standards ASTM C31 Standard Practice for of Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C42 Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading) ASTM C87 Standard Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar ASTM C94 Standard Specification of Ready Mixed Concrete ASTM C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars ASTM C125 Standard Terminology Relating to Concrete and Concrete Aggregates ASTM C138 Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete ASTM C143 Standard Test Method for Slump of Hydraulic Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C156 Standard Test Method for Water Loss [from a Mortar Specimen] Through Liquid Membrane-Forming Curing Compounds for Concrete ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C191 Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle Cast-In-Place Concrete 03 30 00 - 4 LUB19278 – Low Head C Pipeline ASTM Standards ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C579 Standard Test Methods for Compressive Strength of Chemical Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C580 Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C806 Standard Test Method for Restrained Expansion of Expansive Cement Mortar ASTM C827 Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures ASTM C845 Standard Specification for Expansive Hydraulic Cement ASTM C878 Standard Test Method for Restrained Expansion of Shrinkage Compensating Concrete ASTM C881 Standard Specification for Epoxy Resin Base Bonding Systems for Concrete ASTM C1116 Standard Specification for Fiber-Reinforced Concrete ASTM C1218 Standard Test Method for Water-Soluble Chloride in Mortar and Concrete ASTM C1240 Standard Specification for Silica Fume used in Cementitious Mixtures ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D570 Standard Test Method for Water Absorption of Plastics ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D746 Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact ASTM D994 Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type) Cast-In-Place Concrete 03 30 00 - 5 LUB19278 – Low Head C Pipeline ASTM Standards ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2240 Standard Test Method for Rubber Property Durometer Hardness ASTM D6690-07 Standard Specification for Joint and Crack Sealant, Hot Applied, for Concrete and Asphalt Pavements ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials 2. American Concrete Institute (ACI) Standards: ACI Standards ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavy-weight, and Mass Concrete ACI 301 Specification for Structural Concrete ACI 304 Guide for Measuring, Mixing, Transporting & Placing Concrete ACI 305.1 Specification for Hot Weather Concreting ACI 306.1 Standard Specification for Cold Weather Concreting ACI 308.1 Specification for Curing Concrete ACI 318 Building Code Requirements for Structural Concrete 3. Federal Specification: a. TT S 00227E - Type II, Class A or B, Expansion Joint Sealant. 4. Concrete Plant Manufacturers Bureau (CPMB) Standards: a. Concrete Plant Standards. 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. Cast-In-Place Concrete 03 30 00 - 6 LUB19278 – Low Head C Pipeline 2.02 CONCRETE MATERIALS A. Cementitious Material; General: If the fine and/or coarse aggregates test “Potentially Reactive”, in accordance with ASTM C1260, then a low alkali cementitious material shall be used. A low alkali cementitious material shall be such that, the Sodium Oxide Equivalent (Na2Oeq) shall not exceed 0.6 percent of the total cementitious material content. B. Cement; Type: 1. Type I or I/II Portland cement, conforming to ASTM C150; used for all concrete, unless noted otherwise. C. Supplementary Cementitious Materials (SCM): 1. Fly Ash/Pozzolans: Conforming to ASTM C618, Class F fly ash; used in all classes of concrete. 2. Slag Cement: Conforming to ASTM C989, Grade 100 or 120. D. Coarse Aggregate: 1. Crushed stone or gravel conforming to ASTM C33, in the gradation size specified. 2. For gradation size number 467, a maximum aggregate size of 1-1/2 inches 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 inch is: Sieve Size Percent Retained Percent Passing 1-1/2”0 100 1”0-5 95-100 1/2”40-75 25-60 No. 4 90-100 0-10 No. 8 95-100 0-5 4. For gradation size number 67, the maximum aggregate size of 3/4 inch 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 Cast-In-Place Concrete 03 30 00 - 7 LUB19278 – Low Head C Pipeline Sieve Size Percent Retained Percent Passing No. 8 90-100 0-5 5. For gradation size number 8, the maximum aggregate size of 3/8 inch is: Sieve Size Percent Retained Percent Passing 1”0 100 3/8”0-15 85-100 No. 4 70-90 10-30 No. 8 90-100 0-10 No. 16 95-100 0-5 E. Fine Aggregate: 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 for air entrained concrete 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 2. Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. F. Water: Potable and complying with ASTM C1602 and ASTM C1602 Table 2. 2.03 ADMIXTURES A. Measure and dose admixtures in accordance with manufacturer’s recommendations. B. Air Entraining Admixture: Conforming to ASTM C260. C. Water Reducing Admixtures: Conforming to ASTM C494; Types A or D. D. Set Retarding Admixtures: Conforming to ASTM C494; Types B and D. E. Water Reducing Admixtures, High Range (HRWR): High Range Water Reducer shall comply with ASTM C494, Type F or G. HRWR shall be added to the concrete mix at the concrete batch plant. HRWR may not be added at placement site except to redose a batch and only after approval of the HRWR manufacturer. The high range water reducing admixture shall be able to maintain the plasticity range without significant loss of slump or rise in concrete temperature for 2 hours. Other admixtures may only be used with the HRWR if approved by the HRWR manufacturer. A representative of the HRWR manufacturer shall be present Cast-In-Place Concrete 03 30 00 - 8 LUB19278 – Low Head C Pipeline during any large placement, placement of slabs, or during times of unusual circumstance which may require changes to the product formulation. 1. Manufacturers: a. BASF Corporation. b. GCP Applied Technologies. c. Sika Corporation. 2.04 WATERSTOPS A. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. Unless indicated otherwise, provide the following configurations. 1. Construction Joints: a. Profile: Ribbed without center bulb. b. Width: 6 inches. c. Minimum thickness: 3/8 inch. 2. Expansion Joint: a. Profile: Ribbed with center bulb. b. Width: 9 inches. c. Minimum thickness: 3/8 inch. 3. Manufacturers: a. Greenstreak. b. W.R. Meadows, Inc. c. Paul Murphy Plastics Co. d. Progress Unlimited Inc. e. Sternson Group. f. DCA Construction Products: Durajoint® Waterstop. g. Vinylex Corporation. h. Westec Barrier Technologies; Div. of Western Textile Products, Inc. B. Self-Expanding Strip Waterstops (Hydrophilic): Self-expanding strip waterstops shall be used only where specifically indicated. Manufactured rectangular or trapezoidal strip, sodium bentonite or other hydrophylic material for adhesive bonding to concrete. 1. Products: a. Swellseal Joint; De Neef Construction Chemicals (U.S.) Inc. b. Adeka Ultra Seal; Mitsubishi International Corporation. c. Sika Hydrotite; Sika Corporation – U.S. Cast-In-Place Concrete 03 30 00 - 9 LUB19278 – Low Head C Pipeline C. Steel Waterstops: Steel waterstops shall be 1/4-by-4-inch steel plates. Steel shall be ASTM A36. Plates shall be continuous. 2.05 VAPOR RETARDERS A. Plastic Vapor Retarder: ASTM E1745, Class A. Include manufacturer’s recommended adhesive or pressure-sensitive tape. 1. Available Products: a. Fortifiber Corporation; Moistop Ultra A. b. Raven Industries Inc.; Vapor Block 15. c. Reef Industries, Inc.; Griffolyn Type-105. d. Stego Wrap (15-mil) Vapor Barrier; STEGO INDUSTRIES LLC. 2.06 CURING MATERIALS A. Sheet Curing Material: Conforming to ASTM C171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap - polyethylene film. B. Membrane Curing Compounds: Membrane curing compound conforming to ASTM C309; having a color to indicate coverage when applied; non-staining; applied according to the manufacturer’s recommendations. No curing compound shall be used on walls which are to receive a plaster mix finish. When tested according to ASTM C156, the curing compound shall provide a film which has retained, within the specimen, the following percentages of moisture present when the curing compound was applied: 1. At least 97 percent at the end 24 hours. 2. At least 95 percent at the end of 3 days. 3. At least 91 percent at the end of 7 days. C. Concrete Curing and Sealing Compound: 1. Where a sealer is necessary, use a concrete curing and sealing compound. Application of this product shall be in accordance with the manufacturer’s recommendations. 2. MasterKure CC 200 WB by BASF Corporation, or approved equal. D. Finishing Aid: Spraying material designed to form a monomolecular film on fresh concrete that reduces the rate of evaporation of surface moisture prior to finishing; conforming to MasterKure ER 50 by BASF Corporation, or approved equal. This material is not a curing compound. Concrete must be cured as specified. 2.07 RELATED MATERIALS A. Joint Materials for Water-Retaining Structures: 1. Pre-molded, resilient, non-bituminous expansion joint filler conforming to ASTM D1752, Type “II”, in the thickness specified. Cast-In-Place Concrete 03 30 00 - 10 LUB19278 – Low Head C Pipeline 2. Joint sealer conforming to ASTM D6690. 3. Expansion joint sealant for non-potable water shall be a two-component, non-sag, polysulfide-base, elastomeric sealing compound. The material shall conform to Federal Specification TT S 00227E, Type “II”, Class B; installed according to the manufacturer’s recommendations. Backing material for sealant shall be a rod of a diameter and composition recommended by the sealant manufacturer. 4. Expansion joint sealant for potable water shall be a two-component, non-sag, polysulfide sealant containing no lead or mercury; conforming to Fed. Spec. TT S 00227E, Type “II”, Class A; applied according to the manufacturer’s specifications. Backing material for sealant shall be a rod of a diameter and composition recommended by the sealant manufacturer. 5. Where surface is to receive a swept in grout topping, a 3-inch wide, 1-mil polyethylene strip shall be placed above the joint sealant and held in place with 1-inch wide polyethylene tape spaced at 12-inch centers (maximum). B. Joint Materials for Non-Water-Retaining Structures: 1. Bituminous-type, preformed, expansion joint filler; conforming to ASTM D994. 2. Pre-molded, resilient, non-bituminous expansion joint filler conforming to ASTM D1752, Type “II”, in the thickness specified. C. Bonding Agents: Install according to the manufacturer’s recommendations and written instructions. 1. Epoxy bonding system shall conform to ASTM C881. Epoxy bonding agent shall be Sikadur 32, Hi-Mod by Sika Corporation. The epoxy shall carry the manufacturer’s recommendation for the planned application and shall be followed in every detail. D. Non-Shrink Grout: 1. General: Non-shrink grout for grouting of pump, motor, and equipment baseplates or bedplates, column baseplates, other miscellaneous baseplates, piping block outs and other uses of grout. Grout shall meet the following requirements, as verified by independent laboratory tests: a. No shrinkage from the time of placement, or expansion after set, under ASTM C827 and CRD C621 83 (Corps of Engineers). 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. b. An initial set time of not less than 45 minutes under ASTM C191. 2. Non-Shrink Non Metallic Grout: Pre mixed, non-staining, non-shrink grout; minimum 28-day compressive strength of 5000 psi. a. Do not use for vibrating equipment. b. Products: 1). MasterFlow 100 by BASF Corporation. 2). Five Star Grout by Five Star Products, Inc. 3). SikaGrout 212 by Sika Corporation. Cast-In-Place Concrete 03 30 00 - 11 LUB19278 – Low Head C Pipeline 3. Non-Shrink Epoxy Structural Grouts: Furnished in two components from the factory and mixed on the Site; conforming to ASTM C579, ASTM C580, and ASTM C827; chemical resistant, water resistant and a minimum 7-day compressive strength of 12,000 psi. a. Use for vibrating equipment. b. Products: 1). Sikadur 42, Grout-Pak by Sika Corporation. 2). Five Star HP Epoxy Grout by Five Star Products, Inc. 3). MasterFlow 648 by BASF Corporation. E. Normal Shrinkage Grout: 1 part Portland cement, Type I, to 3 parts of clean, first quality sand; proportioning on a volumetric basis; used for non-structural applications for grouting areas as shown on the Drawings which do not require non-shrink grout. F. Foundation Waterproofing: Foundation coating shall be used only on the exterior of concrete walls not exposed to view where indicated on the Drawings. 1. MasterSeal 581 (Thoroseal) as manufactured by BASF Corporation. 2. TREMproof 250GC as manufactured by Tremco Commercial Sealants and Waterproofing. 3. Approved Equal. G. Zinc Rich Primer: Aluminum surfaces which contact or are embedded in concrete shall be coated with zinc rich primer. Primer shall be Tneme-Zinc or MasterProduct P 8100AP by BASF Corporation. 2.08 REPAIR MATERIALS A. Structural Concrete Repair Material: Low-shrink, non-slump, non-metallic, quick setting patching mortar; as approved by the manufacturer for each application and applied accordance with the manufacturer’s recommendations. 1. Products: a. Five Star Structural Concrete by Five Star Products, Inc. b. Sikatop 123 by Sika Corporation. c. Sikatop 122 by Sika Corporation. d. Approved equal. 2.09 CONCRETE MIXTURES A. Design Criteria: 1. Provide a mix design for each concrete application indicated. This may necessitate multiple mix designs for each class of concrete depending on HRWR, entrained air, and other requirements. 2. All Concrete shall be normal weight concrete composed of Portland cement, fine aggregate, coarse aggregate, admixtures, and water, as specified. Cast-In-Place Concrete 03 30 00 - 12 LUB19278 – Low Head C Pipeline 3. ACI 211.1 shall be the basis for selecting the proportions for concrete made with aggregates of normal and high density and of workability suitable for usual cast in place structures. 4. The workability of any mix shall be as required for the specific placing conditions and the method of placement. The concrete shall have the ability to be worked readily into corners and around reinforcing steel without the segregation of materials or the collection of free water on the surface. Compliance with specified slump limitations shall not necessarily designate a satisfactory mix. 5. In no case shall the amount of coarse material produce harshness in placing or honeycombing in the structure, when forms are removed. 6. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. 7. In calculating water-cement ratio: The water content shall include the amount of water batched or to be added later, plus the free water in the aggregate, and minus the water content at SSD conditions. 8. No allowance shall be made for the evaporation of water after batching. If additional water is required to obtain the desired slump, a compensating amount of cement shall also be added. In no case shall the maximum water cement ratio exceed the specified maximum or that of the approved mix design. 9. Air Entrainment: Provide the percent air entrainment in each concrete mix design as recommended by ACI 318 and ACI 350 for “Moderate Exposure” (Class F1), unless otherwise specified/restricted: a. Do not provide air-entrainment in drilled shafts unless placed underwater. b. Do not provide air-entrainment and entrapped air shall not exceed 3 percent for the following applications: 1). Interior slabs. 2). Slabs on composite metal decks. 10. When job conditions dictate, water-reducing and set-controlling admixtures may be used. Only specified admixtures shall be used. Admixtures shall be batched at the batch plant. 11. High Range Water Reducer (HRWR): Provide HRWR in mix designs as indicated for specified applications. Slump of concrete with the addition of HRWR may be increased to 8 inches (+/- 1 inch). a. Drilled shafts, footings, walls, columns, and beams. b. Interior of building curbs which are not cast monolithically with slabs. c. Precast concrete. d. Do not provide HRWR in slabs and pavement (a water reducer is permitted provided performance requirements are met). 12. If fly ash is to be used in place of cement, no more than 25 percent of the cement may be replaced. Cast-In-Place Concrete 03 30 00 - 13 LUB19278 – Low Head C Pipeline 13. Concrete shall be capable of developing two-thirds of the required 28-day compressive strength in 7 days. 14. Maximum water-soluble chloride ion content in concrete, by percent weight of concrete, shall not exceed ACI 318 and ACI 350 limits for Exposure Class C1. B. Concrete Classifications: Class Min. 28-Day Compressive Strength (psi) Max. Size Aggregate (inches) Max. Water: Cementitious Materials Ratio Slump +/- 1 (inches) Min. Sacks of Cement Per Cubic Yard ** A 4000 1.5 Size No. 467 0.45 3 (8*)6.0 B 3000 1.5 Size No. 467 0.47 3 6.0 C 4000 1.0 Size No. 57 0.45 4 (8*)6.0 D 5000 0.75 Size No. 67 0.47 4 6.25 E 1500 1.5 Size No. 467 0.70 4 4.25 F 4000 0.375 Size No. 8 0.47 3 6.75 * Slump shown is with HRWR ** Provide one additional sack of cement per cubic yard if concrete must be deposited in standing water. C. Concrete Usage: Class Usage Class A Use Footings and slabs, and other unless noted otherwise Class B Use Pavement, gutters, and sidewalks Class C Use Walls, columns, beams, drilled shafts Class D Use Precast concrete and precast panels Class E Use Cradling, Blocking, mud slab, lean concrete backfill Class F Use Stair Pans and Landings, interior building curbs. D. Required Average Compressive Strength: 1. All concrete is required to have an average compressive strength greater than the specified strength. The required average compressive strength shall be established according to the requirements of ACI 301. 2. Standard Deviation: If the production facility has records of field tests performed within the past 12 months and spanning a period of not less than 60 calendar days for a class of concrete within 1000 psi of that specified for the Work, calculate a standard deviation and establish the required average strength fcr’ in accordance with ACI 301. If field test records are not available, select the required average strength from ACI 301. Cast-In-Place Concrete 03 30 00 - 14 LUB19278 – Low Head C Pipeline E. Documentation of Required Average Compressive Strength: 1. Documentation indicating the proposed concrete proportions will produce an average compressive strength equal to or greater than the required average compressive strength, shall consist of field strength records or trial mixture. 2. Field Strength Records: Document field strength records according to ACI 301 and including the following: a. Field test data shall not be older than 1 year. b. If field test data are available and represent a single group of at least 10 consecutive strength tests for one mixture, using the same materials, under the same conditions, and encompassing a period of not less than 60 days, verify that the average of the field test results equals or exceeds fcr’. Submit for acceptance the mixture proportions along with the field test data. c. If the field test data represent two groups of compressive strength tests for two mixtures, plot the average strength of each group versus the water-cementitious materials ratio of the corresponding mixture proportions and interpolate between them to establish the required mixture proportions for fcr’. 3. Trial Mixtures: a. Establish trial mixture proportions according to ACI 301 and including the following. 1). Make at least three trial mixtures complying with performance and design requirements. Each trial mixture shall have a different cementitious material content. Select water-cementitious materials ratios that will produce a range of compressive strengths encompassing the required average compressive strength fcr’. 2). Submit a plot of a curve showing the relationship between water-cementitious materials ratio and compressive strength. 3). Establish mixture proportions so that the maximum water-cementitious materials ratio is not exceeded when the slump is at the maximum specified. b. Laboratory Samples shall be taken in accordance with the trial mix designs for laboratory testing purposes. c. The fresh concrete shall be tested for Slump (ASTM C143) and Air Content (ASTM C173 and ASTM C231). Strength test specimens shall be made, cured, and tested for 7-day and 28-day strength in accordance with ASTM C192, ASTM C39, and ASTM C78. d. Suitable facilities shall be provided for readily obtaining representative Samples of aggregate from each of the weigh batchers for test purposes and for obtaining representative Samples of concrete for uniformity tests. The necessary platforms, tools, and equipment for obtaining Samples shall be furnished. Aggregates shall be tested in accordance with ASTM C1260. e. The cement contents specified are minimum values. If additional quantities are required to obtain the specified strengths, supply the cement at no additional cost to the Owner. Cast-In-Place Concrete 03 30 00 - 15 LUB19278 – Low Head C Pipeline f. A trial mix shall be designed by an independent testing laboratory, retained and paid by the Contractor and approved by the Owner. The testing laboratory shall submit verification that the materials and proportions of the trial concrete mix design meet the requirements of the Specifications. g. From these trial mix tests, the ratios between 7-day and 28-day strengths shall be established. The 7-day strength which corresponds to the required 28-day strength shall be determined. h. The final results of the trial mix design shall be submitted to the Engineer at least 10 days prior to the scheduled beginning of concrete placement and shall be approved by the Engineer prior to the placement of any concrete. 4. Revisions to concrete mixtures: a. When less than 15 compressive strength tests results for a given class of concrete are available from the current Project: 1). If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a). A 7-day compressive strength test result multiplied by 1.5 falls below the required 28-day compressive strength. b). A 28-day compressive strength test result is deemed not satisfactory. b. When at least 15 compressive strength test results for a given class of concrete become available from the current Project: 1). Calculate the actual average compressive strength, standard deviation and required average compressive strength using the previous 15 consecutive strength tests. Submit results in graphical form with each 28-day test result for that class of concrete. 2). If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a). A 7-day compressive strength test result multiplied by the average job-to- date ratio of 7-day to 28-day compressive strength falls below the required 28-day compressive strength. b). A 28-day compressive strength test result is deemed not satisfactory. c). The average compressive strength falls below the required average compressive strength. c. When revisions to the mix design are required, notify the Engineer in writing of the corrective actions taken. 2.10 OFF-SITE BATCH PLANT A. Batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. Cast-In-Place Concrete 03 30 00 - 16 LUB19278 – Low Head C Pipeline 2.11 CONCRETE MIXING A. Mixers may be stationary, truck, or paving mixers of approved design. They shall be capable of combining the materials into a uniform mixture and of discharging without mixture segregation. Stationary and paving mixers shall be provided with an acceptable device to lock the discharge mechanism until the required mixing time has elapsed. The mixers or mixing plant shall include a device for automatically counting the total number of batches of concrete mixed. The mixers shall be operated at the drum or mixing blade speed designated by the manufacturer on the name plate. B. The mixing time for stationary mixers shall be based upon the mixer’s ability to produce uniform concrete throughout the batch and from batch to batch. For guidance purposes, the manufacturer’s recommendations, or 1 minute for 1 cubic yard plus 1/4 minute for each additional cubic yard may be used. Final mixing time shall be based on mixer performance. Mixers shall not be charged in excess of the capacity specified by the manufacturer. C. When a stationary mixer is used for partial mixing of the concrete (shrink mixed), the stationary mixing time may be reduced to the minimum necessary to intermingle the ingredients (about 30 seconds). D. When a truck mixer is used, either for complete mixing (transit-mixed) or to finish the partial mixing in a stationary mixer and in the absence of uniformity test data, each batch of concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum, at the rate of rotation designated by the manufacturer of the equipment as mixing speed. If the batch is at least 1/2 cubic yard less than the rated capacity, in the absence of uniformity test data, the number of revolutions at mixing speed may be reduced to no less than 50. Additional mixing shall be performed at the speed designated by the manufacturer of the equipment as agitating speed. When necessary for proper control of the concrete, mixing of transit-mixed concrete shall not be permitted until the truck mixer is at the Site of the concrete placement. Truck mixers shall be equipped with accurate revolution counters. E. Paving mixers may be either single compartment drum or multiple compartment drum type. A sled or box of suitable size shall be attached to the mixer under the bucket to catch any concrete spillage that may occur when the mixer is discharging concrete into the bucket. Multiple compartment drum paving mixers shall be properly synchronized. The mixing time shall be determined by time required to transfer the concrete between compartments of the drum. F. Vehicles used in transporting materials from the batching plant to the paving mixers shall have bodies or compartments of adequate capacity to carry the materials and to deliver each batch, separated and intact, to the mixer. Cement shall be transported from the batching plant to the mixers in separate compartments which are equipped with windproof and rain proof covers. 3.00 EXECUTION 3.01 PREPARATION A. Notify the Owner’s representative upon completion of various portions of the work required for placing concrete, so that inspection may be made as early as possible. Keep the Owner’s representative informed of the anticipated concrete placing schedules. Cast-In-Place Concrete 03 30 00 - 17 LUB19278 – Low Head C Pipeline B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor’s concreting materials and equipment shall be in compliance with the Contract Documents before proceeding. C. Do not place any concrete until formwork and the placing reinforcement in that unit is complete. Place no concrete before the completion of all adjacent operations which might prove detrimental to the concrete. D. Brilliantly light the Site so that all operations are plainly visible when concrete mixing, placing, and finishing, continues after daylight. Whenever possible, concrete finishing shall be completed in daylight hours. E. When placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust and other extraneous matter. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails, or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of any foreign matter during concrete placing. F. The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the time limits specified shall not be used. Concrete shall not be re- tempered. G. Concrete shall not be placed if impending weather conditions would impair the quality of the finished Work. H. Unless otherwise provided, the following requirements shall govern the time sequence on which construction operations shall be carried. 1. Forms for walls or columns shall not be erected on concrete footings until the concrete in the footing has cured for at least 2 curing days. Concrete may be placed in a wall or column as soon as the forms and reinforcing steel placements are approved. 2. Steel beams or forms and falsework for superstructures shall not be erected on concrete substructures until the substructure concrete has cured for at least 4 curing days. Falsework required for superstructures shall not be erected until the substructure has cured for 4 curing days, and shall not be removed until the superstructure has cured. 3.02 EMBEDDED ITEMS A. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. B. Paint steel or other ferrous metal to be mounted on or placed in contact with dry/cured concrete, and coat in accordance with Section 09 96 00.01 “High-Performance Coatings” prior to installation. 3.03 VAPOR RETARDERS A. Place, protect, and repair vapor-retarder sheets according to ASTM E1643 and manufacturer’s written instructions. B. Granular fill below the vapor retarder shall be smoothed and free of protrusions that might damage or rupture the polyethylene film. Completely cover porous fill with film. Lap film Cast-In-Place Concrete 03 30 00 - 18 LUB19278 – Low Head C Pipeline not less than six inches at all joints, with the top placed in the direction of concrete spreading. Use pressure-sensitive tape at all laps of vapor barrier. Lap reinforcement directly over film before placing concrete, taking precautions to prevent film punctures. Carefully cut film around pipes and wiring outlets, and then apply pressure sensitive tape around these protrusions to insure maximum barrier effectiveness. 3.04 JOINTS A. Expansion Joints and Devices: 1. Workmanship: Exercise careful workmanship in joint construction to separate the concrete sections by an open joint or by the joint materials, and make the joints true to the outline indicated. 2. Expansion Joints: Construct expansion joints and devices to provide expansion and contraction. Construct joints which are to be left open or filled with poured joint material with forms which are adaptable for loosening or early removal. In order to avoid jamming by the expansion action of the concrete and the consequent likelihood of injuring adjacent concrete, remove or loosen these forms as soon as possible after the concrete has initially set. Make provisions for loosening the forms to permit free concrete expansion without requiring full removal. 3. Armored Joints: Carefully construct armored joints to avoid defective anchorage of the steel and porous or honeycombed concrete adjacent to same. Anchor pre-molded materials to the concrete on one side of the joint with approved adhesive. Anchor so that the material does not fall out of the joint. B. Construction Joints: 1. Construction joints are formed by placing plastic concrete in direct contact with concrete which has attained its initial set. When concrete is specified as monolithic, the term shall be interpreted as the manner and sequence of concrete placement so that construction joints do not occur. a. Unless noted otherwise, the maximum horizontal spacing of construction joints shall be 40 feet. b. For slabs on grade, the maximum spacing between two construction joints or between a construction joint and a control joint shall be 15 feet, unless noted otherwise. c. Unless noted otherwise or approved by the Engineer, the maximum vertical spacing of construction joints shall be 15 feet. If not detailed on the Drawings, construction joint details and locations shall be submitted to the Engineer for approval. 2. Additional horizontal and vertical construction joints, when submitted and approved by the Engineer, may have an impact on reinforcing details. Revise reinforcing details to reflect additional joints. 3. Unless otherwise provided, construction joints shall be square and normal to the forms. Provide bulkheads in the forms for all joints except horizontal joints. 4. At the proper time, clean horizontal construction joints for receiving the succeeding lift using air water cutting. The surface shall be exposed sound, clean aggregate. The air Cast-In-Place Concrete 03 30 00 - 19 LUB19278 – Low Head C Pipeline pressure supply to the jet shall be approximately 100 lb. per square inch, and the water pressure sufficient to bring the water into effective influence of the air pressure. After cutting, wash the surface until there is no trace of cloudiness in the wash water. 5. In areas where air water cutting cannot be satisfactorily accomplished, or in areas where it is undesirable to disturb the surface of the concrete before it has hardened, prepare the surface for receiving the next lift by wet sand blasting to immediately remove all laitance and unsound concrete prior to placing of the next lift. Thoroughly wash the surface of the concrete after sand blasting to remove all loose material. 6. Provide construction joints with concrete keyways, reinforcing steel dowels, and waterstops. The method of forming keys in keyed joints shall permit the easy removal of forms without chipping, breaking, or damaging the concrete. C. Existing Hardened Concrete: Where new concrete or grout is to be placed in contact with existing hardened concrete, texture the existing surface by chipping or other means so that an irregular surface having a height variance of not less than 1/4 inch is created. The existing concrete shall then be coated with a bonding agent and new concrete or grout placed. 3.05 WATERSTOPS A. PVC Waterstops: Install in construction joints as indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of Work. 1. At formed surfaces, a split form shall be used. The split form shall have a tight fit which prevents misalignment and concrete leakage. 2. The embedded flange of the waterstop must be secured prior to concrete placement. The flange shall be secured at 12 inches on-center by factory installed hog rings or grommets at the outermost rib. Never place nails or screws through the body of the waterstop. 3. All fittings and changes in direction shall be factory fabricated. Only straight butt splices shall be made in the field. Field splices shall be according to the manufacturer’s written instructions and as follows: a. Cut adjoining ends square to form matching edges. b. Uniformly melt the ends at 380 F using a thermostatically controlled, Teflon coated splicing iron. c. When a 1/8-inch diameter melt bead develops on each waterstop end, remove the splicing iron and firmly press the two ends together in proper alignment. Hold until the material has fused and cooled. Allow the splice to cool naturally; do not quench. d. Waterstop shall be bonded to the substrate using a continuous bead of swelling sealant or adhesive as recommended by the manufacturer. 1). ADEKA Ultra Seal P-201. 2). Sika Leakmaster. Cast-In-Place Concrete 03 30 00 - 20 LUB19278 – Low Head C Pipeline 4. Install in longest lengths practicable. 5. Protect from moisture, oil, dirt, and sunlight prior to the placement of concrete. Coordinate with manufacturer for additional requirements. B. Steel Waterstops: 1. Splices shall be factory made, where possible. Splices shall be water-tight, with ends of joined pieces in true alignment. 2. Install waterstops to form a continuous watertight diaphragm in each joint. 3. Correctly position waterstops in the forms and adequately support forms to prevent movement or disturbance during the placing of concrete. 3.06 CONCRETE PLACEMENT A. Cold Weather: 1. If air temperature has fallen to or is expected to fall below 40 F during the protection period (a minimum of 48 hours unless longer time frame is recommended by ACI 306R), then cold weather concreting shall be performed in accordance with ACI 306.1. 2. In cases where the temperature drops below 40 F after the concreting operations have been started, sufficient canvas and framework or other type of housing shall be furnished to enclose and protect the structure, in accordance with the requirements of ACI 306R. Sufficient heating apparatus to provide heat shall be supplied, and heating source and protection from combustion gas shall be in accordance with ACI 306.1. The concrete shall be protected when placed under all weather conditions. Should concrete placed under such conditions prove unsatisfactory, remove and replace the concrete at no cost to the Owner. 3. When the air temperature is above 30 F: a. The minimum concrete temperature at the time of mixing shall be 60 F unless other requirements of ACI 306.1 are met, which may allow for a lower mix temperature. b. The minimum concrete temperature at the time of placement and during the protection period shall be 55 F unless other requirements of ACI 306.1 are met, which may allow for a lower temperature. 4. The means used to heat a concrete mix shall be in accordance with ACI 306.1. 5. Salts, chemicals, or other foreign materials shall not be mixed with the concrete to preventing freezing. Calcium chloride is not permitted. B. Hot Weather: 1. Hot weather is defined as any combination of high air temperature, low relative humidity, and wind velocity that impairs the quality of the concrete. Hot weather concreting shall be in accordance with ACI 305.1. Concrete shall be placed in the forms without the addition of any more water than that required by the design (slump). No excess water shall be added on the concrete surface for finishing. Control of initial set of the concrete and extending the time for finishing operations may be accomplished with the use of approved water reducing and set retarding admixture, as specified. Cast-In-Place Concrete 03 30 00 - 21 LUB19278 – Low Head C Pipeline 2. Maximum time intervals between the addition of mixing water and/or cement to the batch, and the placing of concrete in the forms shall not exceed the following (excluding HRWR admixture use): Concrete Temperature Maximum time From Water Batch to Placement Non-Agitated Concrete Up to 80 F 30 Minutes Over 80 F 15 Minutes Agitated Concrete Up to 75 F 90 Minutes 75 F to 89 F 60 Minutes a. The use of an approved set-retarding admixture will permit the extension of the above time maximums by 30 minutes, for agitated concrete only. b. The use of an approved high range water reducing (HRWR) or hydration-controlling admixture will allow placement time extensions as determined by the manufacturer. 3. The maximum temperature of fresh concrete at time of discharge shall not exceed 95 F. The temperatures of the mixing water shall be reduced by the use of chilled water or ice. 4. The maximum temperature of fresh concrete with high range water reducing admixture shall not exceed 100 F at time of discharge. 5. Under extreme heat, wind, or humidity conditions, concreting operations may be suspended if the quality of the concrete being placed is not acceptable. C. Handling and Transporting: 1. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94. Each delivery ticket must show plainly the amount of water, in gallons that can be added to the mixer truck at the Site without exceeding the maximum water cement ratio approved for that mix design. Amount of water added must be in proportion to contents of truck. 2. Arrange and use chutes, troughs, or pipes as aids in placing concrete so that the ingredients of the concrete are not segregated. They shall be steel or steel lined. When steep slopes are necessary, equip the chutes with baffles or make in short lengths that reverse the direction of movement. Extend open troughs and chutes, if necessary, inside the forms or through holes left in the forms. Terminate the ends of these chutes in vertical downspouts. 3. Keep chutes, troughs, and pipes clean and free from coatings of hardened concrete by thoroughly flushing with water before and after placement. Discharge water used for flushing away from the concrete in place. 4. Concrete pumping is permitted and shall comply with ACI 304.2R. Cast-In-Place Concrete 03 30 00 - 22 LUB19278 – Low Head C Pipeline 5. Carting or wheeling concrete batches on completed concrete floor slab shall not be permitted until the slab has aged at least 4 curing days. Unless pneumatic tired carts are used, wheel the carts on timber planking so that the loads and impact are distributed over the slab. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. D. Depositing: 1. The method and manner of placing shall prevent segregation or separation of the aggregate or the displacement of the reinforcement. Use drop chutes of rubber or metal when necessary. Prevent the spattering of forms or reinforcement bars if the spattered concrete dries or hardens before it is incorporated into the mass. 2. Fill each part of the forms by directly depositing concrete as near its final position as possible. Work the coarse aggregate back from the face and force the concrete under and around the reinforcement bars without displacing them. Depositing large quantities at one point in the forms, then running or working it along the forms shall not be permitted. 3. After the concrete has taken initial set, the forms shall not be jarred. No force or load shall be placed upon projecting reinforcement. 4. Deposit the concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above, such as directly into an excavated area, or through the completed forms, particularly in walls, piers, columns, and similar structures. Drop chutes shall be made in sections or provided in several lengths so that the outlet may be adjusted to proper heights during placing. 5. Except for drilled shafts, concrete shall not be dropped free more than 10 feet when HRWR admixture is used or 5 feet without HRWR. Place in continuous horizontal layers with a depth of from 1 to 3 feet, depending upon the wall thickness. Each layer shall be soft when a new layer is placed upon it. No more than 1 hour shall elapse between the placing of successive concrete layers in any portion of the structures included in continuous placement. 6. Place required sections in one continuous operation to avoid additional construction joints. 7. If excessive bleeding causes water to form on the surface of the concrete in tall forms, make the mix dryer to reduce the bleeding. In tall walls, place the concrete to a point about 1 foot below the top of the wall and allow to settle for 1 to 2 hours. Resume and complete concreting before set occurs. 8. For slopes greater than two percent, start concrete placement at low end and proceed upslope. E. Consolidating: 1. Compact each layer of concrete and flush the mortar to the surface of the forms by continuous-working mechanical vibrators. Vibrators which operate by attachment to forms shall not be used. Apply the vibrator to the concrete immediately after deposit. Move vibrator throughout the layer of the newly placed concrete, several inches into the plastic layer below. Thoroughly work the concrete around the reinforcement, Cast-In-Place Concrete 03 30 00 - 23 LUB19278 – Low Head C Pipeline embedded fixtures and into the corners and angles of the forms until it is well- compacted. 2. Mechanical vibrators shall not be operated so that they penetrate or disturb previously placed layers which are partially set or hardened. They shall not be used to aid the flow of concrete laterally. The vibration shall be of sufficient duration to completely compact and embed reinforcement and fixtures, but not to an extent causing segregation. 3. Keep vibrators constantly moving in the concrete and apply vertically at points uniformly spaced, not farther apart than the radius over which the vibrator is visibly effective. The vibrator shall not be held in one location longer than required to produce a liquified appearance on the surface. 4. When submerged in concrete, internal vibrators shall maintain a frequency of not less than 6000 impulses per minute for spuds with diameters greater than 5 inches and 10,000 impulses for smaller spuds. The vibration intensity (amplitude) shall be sufficient to produce satisfactory consolidation. 5. Provide one vibrator (powered pneumatically or electrically) for each 10 cubic yards of concrete per hour being placed. Provide at least one vibrator, which may be of the gasoline powered type, as a standby for each two vibrators in service. To produce satisfactory consolidation, and based upon the observed performance, the Owner’s representative may require the use of a larger sized and powered vibrator. 6. Check vibrators intended for regular service or standby service before beginning concreting operations. F. Placement in Water: 1. Deposit concrete in water only when dry conditions cannot be obtained. The forms, cofferdams, or caissons shall be sufficiently tight to prevent any water flowing through the space where concrete is to be deposited. Pumping of water shall not be permitted while the concrete is being placed, nor until it has set for at least 36 hours. 2. Carefully place the concrete compact mass using a tremie, closed bottom dumping bucket, or another approved method which does not permit the concrete to fall through the water without protection. The concrete shall not be disturbed after being deposited. Regulate depositing to maintain horizontal surfaces. 3. When a tremie is used, it shall consist of a tube constructed in sections having water- tight connections. The means of supporting the tremie shall permit the movement of the discharge end over the entire top surface of the work, and shall allow the tremie to be rapidly lowered to retard the flow. The number of times it is necessary to shift the location of the tremie shall be held to a minimum for any continuous placement of concrete. During the placing of concrete, keep the tremie tube full to the bottom of the hopper. When a batch is dumped into the hopper, slightly raise the tremie, but not out of the concrete at the bottom, until the batch discharges to the level of the bottom of the hopper. Stop the flow by lowering the tremie. Continue placing operations until the work is completed. 4. When concrete is placed by means of the bottom dump bucket, the bucket shall have a capacity of not less than 1/2 cubic yard. Lower the bucket gradually and carefully until it Cast-In-Place Concrete 03 30 00 - 24 LUB19278 – Low Head C Pipeline rests upon the concrete already placed. Raise it very slowly during the discharge travel to maintain still water at the point of discharge and to avoid agitating the mixture. 5. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. G. Placement in Slabs: 1. Allow concrete in columns, walls and deep beams or girders to stand for at least 1 hour to permit full settlement from consolidation, before concrete is placed for slabs they are to support. Haunches are considered as part of the slab and shall be placed integrally with them. 2. When monolithic slabs are placed in strips, the widths of the strips, unless otherwise specified or indicated, shall insure that concrete in any one strip is not allowed to lie in place for more than 1 hour before the adjacent strips are placed. 3. Immediately before placing concrete, thoroughly dampen the earthen cushion to receive concrete to prevent moisture absorption from the concrete. 4. As soon as concrete placing is complete for a slab section of sufficient width to permit finishing operations, level the concrete, strike off, tamp and screed. The screed shall be of a design adaptable to the use intended, shall have provision for vertical adjustment and shall be sufficiently rigid to hold true to shape during use. 5. The initial strike off shall leave the concrete surface at an elevation slightly above grade so that, when consolidation and finishing operations are completed, the surface of the slab is at grade elevation. 6. Continue tamping and screeding operations until the concrete is properly consolidated and free of surface voids. Bring the surface to a smooth, true alignment using longitudinal screeding, floating, belting, and/or other methods. 7. When used, templates shall be of a design which permits early removal so satisfactory finishing at and adjacent to the template is achieved. 8. While the concrete is still plastic, straightedge the surface using a standard 10-foot metal straightedge. Lap each straightedge pass one-half of the preceding pass. Remove high spots and fill depressions with fresh concrete and re-float. Continue to check with a straightedge during the final finishing operation, until the surface is true to grade and free of depressions, high spots, voids, or rough spots. 9. Check the final surface with a straightedge. Ordinates measured from the face of the straightedge to the surface of the slab shall not exceed 1/16 inch per foot from the nearest point of contact. The maximum ordinate shall be 1/8 inch per 10 feet. 10. Unless noted otherwise, where floor drains or hub drains are shown in slabs of buildings, vaults, or treatment basin units and sloping the slab is not indicated, slope slab to drain on a grade of 1/16 inch per foot with a maximum total slope of 1-1/4 inches. The thickness of slab at floor or hub drain shall be the thickness of slab, as indicated on the Drawings. H. Placement in Foundations: Place concrete in deep foundations so that segregation of the aggregates or displacement of the reinforcement is avoided. Provide suitable chutes or Cast-In-Place Concrete 03 30 00 - 25 LUB19278 – Low Head C Pipeline vertical pipes. When footings can be placed in dry foundation pits without the use of cofferdams or caissons, forms may be omitted and the entire excavation filled with concrete to the elevation of the top of footing. The placing of concrete bases above seal courses is permitted after the forms are free from water and the seal course cleaned. Execute necessary pumping or bailing during concreting from a suitable sump located outside the forms. 3.07 FINISHING FORMED SURFACES A. Forms for walls, columns, and sides of beams and girders shall be removed as specified in Section 03 11 00 “Concrete Forming.” Patch, repair, finish, and clean concrete after form removal. Finish concrete within 7 days of form removal. Cure concrete as finishing progresses. B. Air voids, for all types of finishes, are defects and shall be removed by rubbing or patching. C. Finish Schedule: Type of Finish Location No Finish Surfaces which are not visible from the inside or outside of the completed structure or more than 12” below finish grade (i.e. back of retaining walls below embankment, etc.) Smooth Finish Surfaces exposed to view and areas below to a point 12” below grade D. No Finish: After forms are removed, repair or patch-tie holes and defects. Otherwise, no additional finish is required. E. Rough Finish: Surfaces for which rough finish is indicated or required shall have tie holes and defects larger than 1/4 inch in width or depth patched or repaired. Remove fins flush with the adjacent surface by rubbing or grinding and dress rough edges. Otherwise, leave surfaces with the texture imparted by the forms. F. Smooth Finish: Unless otherwise shown on the schedule above, provide smooth form finish for concrete surfaces to be exposed to view. Surfaces to receive a rubbed finish shall have a smooth form finish. The form facing material shall produce a smooth, hard, uniform texture on the concrete. The arrangement of the facing material shall be orderly and symmetrical with a minimum number of seams. Patch tie holes and defects and remove fins flush with the adjacent surface. G. Smooth Rubbed Finish: 1. Rub surfaces with fluted carborundum stone rubbing at the proper time in the concrete aging process. Rubbing shall remove form marks, surface imperfections, and otherwise Cast-In-Place Concrete 03 30 00 - 26 LUB19278 – Low Head C Pipeline smooth, shape, or finish the surface. Proceed with surface rubbings when the forms are removed. 2. After form removal, perform necessary pointing. When the pointing has set sufficiently to permit rubbing, wet surfaces requiring surface finish and rub surface with a No. 16 Carborundum Stone or an abrasive of equal quality. Bring the surface to a paste, to remove all form marks and projections, and to produce a smooth dense surface without pits or irregularities. 3. Carefully spread or uniformly brush the material ground to a paste over the surface and allow to take a reset. The use of cement or plaster to form a surface shall not be permitted. 4. Prepare a 4-by-8-foot panel for the Owner’s approval which shows how final finished surfaces will appear. This panel shall be used as a guide for judging the workmanship of surface finish. H. Plaster Mix Finish: 1. Do not apply plaster mix finish when temperature is 40 F or expected to drop below 40 F within 24 hours after application. 2. Areas to receive a plaster mix finish shall have smooth form finish. Application of the plaster mix shall be either by trowel and float or by spray gun. Surface texture finish shall be determined by the Owner. Areas designated to receive this finish shall receive a two coat application, as specified and in accordance with the manufacturer’s recommendations. Form treatments or curing compounds shall be removed on areas receiving a plaster mix finish. Removal of these treatments/compounds shall be in accordance with the manufacturer’s requirements for surface preparation. I. Light Sand Blast Finish: Surfaces to receive a light sand blast finish shall first receive a smooth rubbed finish. Blast the concrete surface with an abrasive (sand or grit) until the aggregate is in uniform relief. The depth of penetration shall be sufficient to remove only the surface mortar. Prepare a 4-by-8-foot panel for the Owner’s review. Subsequent sand blast finishing shall match the Sample panels. J. Medium Sand Blast Finish: Treat surfaces to receive a medium sand blast finish as specified for Light Sand Blast finish, except that the depth of penetration shall be sufficient to remove the surface mortar and expose the surface of some coarse aggregate. Prepare a 4-by-8-foot Sample panel. K. Form Liner Finish: Finish shall be as specified in Section 03 11 00 “Concrete Forming.” 3.08 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs, platforms, and steps monolithically and apply as indicated on the Drawings and the following schedule of finishes: Type of Finish Location Rough Finish Tank floors that receive grout topping and slabs which receive additional concrete toppings. Cast-In-Place Concrete 03 30 00 - 27 LUB19278 – Low Head C Pipeline Type of Finish Location Scratch Finish Surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, Portland cement terrazzo, and other bonded cementitious floor finishes. Trowel Finish Slab surfaces exposed to view or to be covered with resilient flooring, carpet, and ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish coating system. Trowel and Fine Broom Finish Surfaces where ceramic or quarry tile is to be installed by either thickset or thin-set method Broom Finish Exterior concrete platforms, steps, and ramps. 1. Rough Finish: Provide a rough surface by screeding only without further finish. 2. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull-floated or darbied. Use stiff brushes, brooms, or rakes. 3. Float Finish: Finish surfaces using a float to a true, even plane with no coarse aggregate visible. In the initial floating, while the concrete is plastic, use sufficient pressure on the float to bring excess moisture to the surface for removal. Apply a final “light float” finish to the surface as the concrete hardens. The surface shall have a uniform granular texture and shall meet the straightness requirements. 4. Trowel Finish: a. After applying float finish, apply first trowel finish and consolidate concrete by hand or power-driven trowel. Continue troweling passes and re-straighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. b. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: 1). 1/4 inch. 5. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. a. After broadcasting and tamping, apply float finish. b. After curing, lightly work surface with a steel wire brush or an abrasive stone, and water to expose slip-resistive aggregate. C. Give sidewalks a brush finish, unless noted otherwise. Score sidewalks at a spacing equal to the width of the walk and edge on each side using a tool with a radius of approximately 1/4 inch. D. Epoxy Broadcast Overlay System: Clean the surface and prepare for spraying, brushing, or rolling with an epoxy compound. Immediately after applying the epoxy, broadcast the aggregate by hand or machine at 1.5 pounds per square yard. Cast-In-Place Concrete 03 30 00 - 28 LUB19278 – Low Head C Pipeline E. Floor Hardener: 1. Areas and application rates for the floor hardener shall be as indicated on the Drawings. 2. Contractor must obtain field technical assistance from the floor hardener manufacturer to insure the installation complies with the manufacturer’s recommendations and procedures. Sufficient notice must be given to the manufacturer’s representative for the Site visit. 3. Installation, finishing and curing of the concrete after the application of the floor hardener shall be in accordance with the manufacturer’s recommendations. F. Finishing in Hot, Dry Weather: During periods of high temperature and/or low humidity, take extreme care in finishing the slabs to eliminate initial shrinkage cracks. Following the initial set of concrete, but while the concrete is still “green” continue to finish as required to remove shrinkage cracks which may occur. In hot, dry weather, keep a cement finisher on the job following normal finishing operations for a sufficient length of time to insure the removal of initial shrinkage cracks. 3.09 GROUT FINISHED SEDIMENTATION TANK/BASIN FLOORS A. Grout shall be normal shrinkage grout, as specified. B. Prior to the application of grout, operate the sweep mechanism for monitoring: 1. Accurately determine the elevation of a reference point near the end of each arm and monitor that elevation at every 45-degree rotation for two full rotations of the mechanism. The following measurements shall be recorded and if either of the stated criteria is not met, seek guidance from the Engineer prior to grout installation. Elevations shall be measured with respect to the theoretical surface of the earth and not with respect to the basin floor. a. Reference point elevations shall not vary from one side of the basin to the other more than 1/2 of an inch (± 1/4-inch). b. The reference elevations shall not vary more than one-quarter of an inch (±1/8-inch) for any given reference point on the arms at any given rotation angle when compared between rotations. 2. Monitor the gap between the base of the arms to the top of the structural slab to verify that the minimum required thickness of grout can be achieved in all locations with appropriate clearance for squeegee adjustment. 3. All weight shall be on the arms, including corner sweeps, when verifying gaps. 4. Adjust the arms as necessary to achieve the minimum specified thickness of grout. Notify the Owner and Engineer if the arms are not adjustable and minimum grout thickness cannot be achieved. 5. Verify that the corresponding leading and trailing edges of adjacent blades match in elevations for a seamless transition between blades. The elevations of the corresponding leading and trailing edges shall be as compared either by rotating the mechanism and measuring vertically with respect to a common point on the basin floor or by keeping the mechanism stationary and measuring with respect to the theoretical surface of the earth. Cast-In-Place Concrete 03 30 00 - 29 LUB19278 – Low Head C Pipeline C. Screeds shall consist of wood planking of proper dimension and length with the bottom edge beveled such that not more than half of an inch width is in contact with the grout surface. Attach a light gauge metal (sheet) formed and nailed to the wood with butt joints to the bottom of wood screeds. The sheet metal shall serve as a trowel and prevents the splintering and fraying of the timbers. Firmly attach screeds to the bottom of the truss arms to prevent dislocation in the screeding operations. D. Prior to the application of grout, thoroughly clean floors of all foreign matter and wet down. With the floor in a saturated surface dry condition and just prior to grouting, sprinkle lightly with cement to improve the bond between the grout and tank bottoms. Block grout from entering any sludge hopper, drain line, etc. Apply grout over the floor surface of the tanks. Grouting shall be according to the Specifications, the recommendations of the equipment manufacturer and the grout manufacturer. E. Execute grouting by power operation of the equipment in the tank (i.e., by motor turning the mechanism, not by hand turning of the arms). Make final adjustments to truss arms of the equipment and attach a screed to the bottom of both arms for sweeping in the grout. All weight shall be on the arms, including corner sweeps, while placing the grout. F. Start grouting at the walls of the tanks and spiral inward toward the center. Perform grouting in a workmanlike manner. Excess grout should not be allowed to accumulate in front of the screed and cause the screed to float on top of the grout. G. Verify the profile of the finish floor by measuring from the arm with screeds removed and not contact between the arm and the floor. The finish grout surface shall vary no more than a range of half of an inch (± 1/4 inch) for any concentric circle in the finished floor. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Normal Shrinkage Grouting: 1. Prior to grout application, thoroughly clean the surface of all foreign matter and wet down. Thoroughly clean the foundation and the forms set in place and securely anchor, with holes or cracks in forms caulked with rags, cotton waste or dry sand mixture to prevent the loss of grout. The necessary materials and tools shall be on hand before starting grouting operations. Concrete shall be damp when the grout is poured, but shall not have excess water to dilute the grout. 2. After wetting and just prior to grouting, sprinkle the surface lightly with cement to improve the bond between the grout and the surface. 3. After mixing, quickly and continuously place the grout to avoid overworking, segregation and breaking down of the initial set. Mix and place the grout according to the manufacturer’s recommendations. Cure grout using wet curing method for concrete. Grout shall receive a steel trowel finish. B. Non-Shrink Grout: 1. Obtain field technical assistance from the Grout manufacturer, as required, to insure that grout mixing and installation comply with the manufacturer’s recommendations and procedures. Cast-In-Place Concrete 03 30 00 - 30 LUB19278 – Low Head C Pipeline 2. Saturate the foundation for non-shrink grouts 24 hours before installation and clear of excess water. Free baseplates or bedplates of oil, grease, laitance and other foreign substances. 3. Place grout according to the manufacturer’s directions so that spaces and cavities below the top of the baseplates and bedplates are completely filled. Provide forms where structural components of the baseplates or bedplates do not confine the grout. Where necessary and acceptable under the manufacturer’s procedures, a round head pencil vibrator, 3/4-inch maximum diameter may be used to consolidate the grout. 4. Steel trowel finish the non-shrink grout where the edge of the grout is exposed to view and after the grout has reached its initial set. Cut off the exposed edges of the grout at a 45-degree angle to the baseplate, bedplate, member, or piece of equipment. 5. Wet curing should occur for at least 3 days, unless specified by manufacturer, with wet rags, wet burlap or polyethylene sheets. Keep cloths constantly wet for the curing cycle. 6. Clean and dry the foundation, baseplate or other surface of epoxy grouts prior to installation. Dry curing is acceptable for epoxy grouts. 7. Use epoxy non-shrink grout under all machinery, pumps, equipment, and where chemicals are present that would abate cementitious non-shrink grouts. 8. Mix, install, cure, and finish epoxy grouts according to the manufacturer’s recommendations. Install grout in recommended lifts to prevent excess heat. 3.11 CONCRETE PROTECTION AND CURING A. General: Give careful attention to proper concrete curing. The curing methods shall be wet curing, sheet materials conforming to ASTM C171, or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or on surfaces to which additional concrete, plaster mix mortar, or terrazzo is to be applied. Unless the curing method is specified otherwise, select the appropriate curing method. B. Length of Curing Period: 1. A “curing day” shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 F for at least 18 hours. 2. Cure concrete for a period of 7 consecutive days. In cold weather, when curing may be retarded, extend this period to 7 “curing days”, up to a limit of 14 consecutive days. C. Wet Curing: 1. Immediately following the finishing operations, cover concrete slabs, including roof slabs, with wet cotton mats or with a temporary covering of canvas or burlap. Keep thoroughly wet for a period of 4 curing days after the concrete is placed. The covering shall be held in direct contact with the concrete. A temporary covering shall be required when the size of slab, size of mats, or other factors dictate that the mats cannot be placed immediately after the finishing operations without marring the finishing of the slab. 2. Water used for curing shall be free from injurious amounts of oil, acid, alkali, salt, or other deleterious substances. Cast-In-Place Concrete 03 30 00 - 31 LUB19278 – Low Head C Pipeline 3. Canvas or burlap covering material shall weigh not less than 12 ounces per square yard. Place the sections with a lap at the edges of at least 8 inches. Saturate cover material with water previous to placing. Keep saturated as long as it remains in place. Use care in the placing of the cover material to prevent marring the concrete surface. 4. When temporary coverings are used, keep them in place only until the slab has sufficiently hardened so that a cotton mat covering can be substituted without marring or disturbing the slab finish. Thoroughly saturate cotton mats before placing and keep the mats on the slab in a saturated condition for a period of at least 4 curing days. D. Sheet Curing: Sheet materials shall conform to ASTM C171. They shall be in contact with the entire concrete surface and applied according to the manufacturer’s recommendations. Patch all holes. Where pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing: 1. Membrane curing shall not be used on surfaces which receive paint, floor hardener, or plaster mix finish or other finish which would be hindered by the use of the curing compound. 2. Cover the surface of the concrete with a continuous, uniform, water-impermeable coating, conforming to ASTM C309 “Liquid Membrane Forming Compounds for Curing Concrete” and apply according to ACI 308.1. 3. Immediately after the removal of the side and end forms, apply a coating to the sides and ends of all concrete. Apply the solution under pressure with a spray nozzle so that the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage, but the area covered shall not exceed 150 square feet per gallon of curing compound. 4. The coating shall be sufficiently transparent and free of permanent color to not result in a pronounced color change from that of the natural concrete at the conclusion of the curing period. The coating shall, however, contain a dye of color strength to render the film distinctively visible on the concrete for a period of at least 4 hours after application. 5. After application and under normal conditions, the curing compound shall be dry to touch within 1 hour and shall dry thoroughly and completely within 4 hours. When thoroughly dry, it shall provide a continuous flexible membrane free from cracks or pinholes and shall not disintegrate, check, peel, or crack during the required curing period. 6. If the seal is broken during the curing period, immediately repair it with additional sealing solution. 3.12 CONCRETE SURFACE REPAIRS A. After the tie rods are broken back or removed, thoroughly clean the holes to remove grease and loose particles. Patch holes with structural concrete repair material. After the holes are completely filled, strike off flush excess mortar and finish the surface to render the filled hole inconspicuous. Cast-In-Place Concrete 03 30 00 - 32 LUB19278 – Low Head C Pipeline B. If the surface of the concrete is bulged, uneven, or shows honeycombing or form marks, which in the Engineer’s opinion cannot be repaired satisfactorily, remove and replace the entire section. C. Patch honeycomb and minor defects in all concrete surfaces with structural concrete repair material. Cut back each defective area with a pneumatic chipping tool as deep as the defect extends, but in no case less than 1/2 inch. Prepare the existing concrete according to the recommendations of patching material manufacturer’s. Apply repair material according to the manufacturer’s recommendations. Finish the surface of the patches to match finish on surrounding concrete. 3.13 FIELD QUALITY CONTROL A. Testing: 1. General: a. Tests shall be required throughout the Work to monitor the quality of concrete. Samples shall be taken in accordance with ASTM C172. b. The Engineer may waive these requirements on concrete placements of ten cubic yards or less. However, evidence shall be furnished showing a design mix which meets the Specifications. c. Unless noted otherwise, testing of the materials, ready mix, transit mix, or central plant concrete will be by an independent testing agency. The Owner will select and pay for this service. A summary of all tests performed will be available. No concrete shall be placed without a representative present at either the plant or at the Site. d. Unless the Owner’s laboratory is on the Site, provide housing for the curing and storage of test specimens and equipment. 2. Slump Test: Slump tests, in accordance with ASTM C143, shall be used to indicate the workability and consistency of the concrete mix from batch to batch. Generally, a slump test shall be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests a change in uniformity. 3. Air Content Test: Tests for the concrete’s air content shall be made in accordance with ASTM C231 or ASTM C173, at the point of delivery of concrete, prior to placing in forms. The test shall be made frequently to monitor a proper air content uniform from batch to batch. 4. Temperature Test: Test for the concrete’s temperature in accordance with ASTM C1064 and as follows: the temperature of the concrete to be placed shall be taken with a thermometer immediately before placement, with the point of measurement being in the chute or bucket. Temperature test shall be performed for each truck. Record temperatures on batch ticket. 5. Compression Test: a. Compression test specimens shall be 6-by-12-inch concrete cylinders made and cured in accordance with ASTM C31. If the maximum aggregate size is no larger than 1 inch, 4-by-8-inch concrete cylinders are acceptable. No fewer than two 6-by- Cast-In-Place Concrete 03 30 00 - 33 LUB19278 – Low Head C Pipeline 12-inch or three 4-by-8-inch specimens shall be made for each test Sample. Samples shall be taken at a minimum of every 50 cubic yards of concrete for each class placed. At least one set of test specimens per day shall be made for each class of concrete used that day. Specimens shall be cured under laboratory conditions specified in ASTM C31. Additional concrete cylinders may be required for curing on the job under actual job curing conditions. These Samples could be required when: 1). There is a possibility of the air temperature surrounding the concrete falling below 40 F, or rising above 90 F. 2). The curing procedure may need to be improved and/or lengthened. 3). It is necessary to determine when the structure may be put into service. b. Compression strength tests shall be made on the laboratory-cured and job-cured concrete cylinders at 7 and 28 days, in accordance with ASTM C39. The value of each test result shall be the average compressive strength of all of the cylinders in the test Sample. All cylinders within a test Sample shall be taken at the same time from the same batch of concrete. For the 28-day cylinders, the strength level shall be satisfactory if the averages of all sets of three consecutive strength test results exceed the required design compressive strength, and no individual strength test result falls below the required compressive strength by more than 500 psi. 6. High Early Strength Concrete Test: When Type “III” High Early Strength Portland cement is used instead of Type “I” Portland cement, the minimum allowable 28-day strength for Type “I” Portland cement concrete shall be at 7 days. The ages at time of test for Type “III” shall be 3 days and 7 days, instead of 7 days and 28 days, respectively, for Type “I.” 7. Failure to Meet Requirements: a. Should the 7-day strengths shown by the test specimens fall below the required values, additional curing shall be performed on those portions of the structures represented by the test specimens at the Contractor’s expense. Test cores shall be obtained and tested in accordance with ASTM Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete, Designation C 42. If additional curing does not give the strength required, the Owner reserves the right to require strengthening, replacement of those substandard portions of the structure, or additional testing, at the Contractor’s expense. b. Upon receipt of the Contractor’s written request, substandard concrete work may be reexamined in place by nondestructive testing methods or core Samples, in accordance with ACI 301. The services of an independent testing laboratory shall be retained and all expenses paid without compensation from the Owner. Laboratory results shall be evaluated by the Engineer, who shall make the final decision on acceptability of the concrete in question. Core Sample holes shall be repaired. B. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Specifications. Withheld payment shall be based upon the unit prices established for concrete and reinforcing steel. Payment shall be withheld until the unacceptable concrete has been refinished, removed and replaced or otherwise brought into conformance with the Specifications. Cast-In-Place Concrete 03 30 00 - 34 LUB19278 – Low Head C Pipeline C. PVC Waterstops: Waterstops shall be observed by the Owner’s representative prior to concrete placement. Unacceptable splicing defects include: 1. Misalignment of center bulb, ribs, and end bulbs greater than 1/16 inch. 2. Bond failure at joint deeper than 1/16 inch. 3. Misalignment which reduces waterstop cross-section more than 15 percent. 4. Bubble or visible porosity in the weld. 5. Visible signs of splice separation when a cooled splice is bent by hand at a sharp angle. 6. Charred or burnt material. END OF SECTION Cast-In-Place Concrete 03 30 00 - 35 LUB19278 – Low Head C Pipeline Concrete Mix Design 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 =lb/yd³ Course Aggregate =lb/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 =percent Water/Cement Ratio = B. Materials: Source ASTM Type Remarks Cement Fly Ash Other Cementitious Material: _______________________ Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining Cast-In-Place Concrete 03 30 00 - 36 LUB19278 – Low Head C Pipeline Source ASTM Type Remarks Other Admixture: _______________________ C. Determination of Average Strength Required (fcr’): 1. Test Records Available: A. Summary of Test Records (Provide Supporting Documentation): Test Group No. No. of Consecutive Tests Specified Strength (psi) Standard Deviation (psi) Average Standard Deviation: B. Standard Deviation Modification Factor (ACI 30 1, Table 4.2.3.3.a): ____. C. Standard Deviation Used: ____. D. Average Compressive Strength Required: ____. 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 30 1, Table 4.2.3.3.b, if required): ____. D. Documentation of Required Average Compressive Strength (Check One): 1. Field Strength: a. Field Strength Test Records (ACI 30 1, Table 4.2.3.3.a): ____. *Complete Attachment A. 2. Trial Mixtures: a. Trial Mixtures (ACI 301, Table 4.2.3.3.b, if required): ____. *Complete Attachment B. I,certify that the above information is correct and all gradations, cement certifications, and test results are located at our place of business for review by the Engineer. Name:Date: Title: Company: Address: Cast-In-Place Concrete 03 30 00 - 37 LUB19278 – Low Head C Pipeline Attachment A Documentation of Required Average Strength – Field Strength Records (ACI 301, 4.2.3.4.a) A. Summary of Test Records (Provide Supporting Documentation): Test Record No. No. of Tests in Record Duration of Record (days) Water- Cementitious Materials Ratio Average Strength (psi) B. Interpolation used? ________. 1. 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 03 30 00 - 38 LUB19278 – Low Head C Pipeline Attachment B Documentation of Required Average Strength – Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of Test Record(s): 7-Day Tests 28-Day Tests Trial Mix No. No. of Test Cylinders Strength (psi) No. of Test Cylinders Strength (psi) Water- Cementitious Materials Ratio Slump (in) Air Content (percent) Temperature (F) B. Maximum water-cementitious materials ratio ________. 1. Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following data for each mix: 1. Brand, type, and amount of cement. 2. Brand, type, and amount of each admixture. 3. Amount of water used in trial mixes. 4. Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days, from not less than three test cylinders cast for each 7-day and 28-day test. END OF ATTACHMENTS Precast Reinforced Concrete Valve Vault 03 41 19 - 1 LUB19278 – Low Head C Pipeline 03 41 19 PRECAST REINFORCED CONCRETE VALVE VAULT 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment, incidentals and transportation necessary for placing precast reinforced concrete valve vault. 1.02 QUALITY ASSURANCE A. Design Criteria: 1. Precast reinforced concrete valve vault shall conform: a. To the requirements of ASTM C857 and C858 for underground precast concrete utility structures. b. Be designed for the specific site conditions and construction document requirements. c. Be designed to resist buoyant forces due saturated soil. B. Test Requirements: 1. For testing of precast (machine-made) valve vaults, a minimum of four test cylinders for design compressive strength shall be made for each day's production run of each size and class of culvert section. Strength tests for each production run will be based on the average strength of two cylinders which may be tested any time after completion of the specified curing period. When design strength is attained on the initial test, further tests on that run will not be required. Should the initial test fail to meet the design strength, subsequent tests shall be made at 28 days unless additional test cylinders were made during production of that run. Failure to attain design compression strength by the 28-day test will result in rejection of the run represented by the test. Equipment required for testing for precast (machine-made) valve vaults shall be furnished by the fabricator. Cylinders for compressive strength tests shall be made in accordance with ASTM C31. C. Permissible Variations: 1. Tolerances for precast sections shall conform to ASTM C858. a. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and it is determined that an acceptable joint can be made. For this condition an acceptable joint is: 1). When two sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed 1 inch. Sections fitted together at the plant and accepted in this manner shall be match-marked for installation. Precast Reinforced Concrete Valve Vault 03 41 19 - 2 LUB19278 – Low Head C Pipeline D. Inspection: 1. The quality of materials, the process of manufacture, and the finished valve vault shall be subject to inspection and approval by the Owner or an authorized representative at the manufacturing plant. In addition, the valve vault shall be subject to further inspection by the Owner at the Project Site prior to and during installation. E. Cause for Rejection: 1. The valve vault shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of valve vault may be rejected because of the following: a. Fractures or cracks in the vault. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a structurally sound and water tight joint. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Manufacturer's product data sheets. 2. Concrete mix and test results. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society of Testing and Materials (ASTM) Standards: ASTM C857 Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures ASTM C858 Standard Specification for Underground Precast Concrete Utility Structures ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field 2. American Association of State Highway and Transportation Officials (AASHTO) Standards: AASHTO M198-08 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections using Preformed Flexible Joint Sealants 3. State Department of Highways and Public Transportation, Austin, Texas. Precast Reinforced Concrete Valve Vault 03 41 19 - 3 LUB19278 – Low Head C Pipeline 1.05 DELIVERY AND STORAGE A. Coordinate delivery with installation where possible to avoid unnecessary handling and equipment movement. When stockpiling is required, storage shall be made as close as possible to the point of installation. B. Store precast sections on level blocking in a manner acceptable to the Engineer. No load shall be placed upon them until design strength is reached and curing completed. Shipment of sections may be made when the design strength and curing requirements have been met. C. Store flexible gasket materials not on the box section, and joint lubricating compounds in a cool dry place. Gaskets and preformed plastic materials for pipe joint construction shall be kept clean, away from oil, grease, excessive heat and out of the direct rays of the sun. 2.00 PRODUCTS 2.01 MIXES A. Concrete: Mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable. Concrete shall be 5000 psi minimum. 2.02 MANUFACTURED PRODUCTS A. Valve Vault: Materials, manufacture and curing of precast reinforced concrete valve vault shall conform to ASTM C858. Vault shall be a precast concrete structure in accordance with the Drawings and Specifications, and shall be manufactured by Oldcastle Precast, 1100 Heritage Pkwy, Mansfield, TX 76063-2759, or approved equal. B. Cold Applied Preformed Gaskets: 1. Cold applied preformed gaskets shall be suitable for sealing joints of tongue and groove concrete box sections. The gasket sealing the joint shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. The gasket joint sealer shall not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength, and shall be supplied in extruded rope-form of suitable cross-section. The size of the gasket joint sealer shall be in accordance with the manufacturer's recommendations and sufficient to obtain the squeeze-out as described in Paragraph 3.02. 2. Gasket joint sealer shall be protected by a suitable removable two-piece wrapper. The two-piece wrapper shall be so designed that half may be removed longitudinally without disturbing the other half to facilitate application as noted below. 3. The chemical composition of the gasket joint sealing compound shall conform to the requirements of AASHTO M198-08 1, Type B, Flexible Plastic Gasket (Bitumen). C. Workmanship and Finish: Valve Vault shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the valve vault shall be normal to the walls and centerline of the valve vault within the limits of Permissible Variations specified above. The vault exterior shall be coated with a bituminous coating for areas to be install below grade. Precast Reinforced Concrete Valve Vault 03 41 19 - 4 LUB19278 – Low Head C Pipeline D. Markings: The following information shall be clearly marked on each section. Markings shall be indented on the valve vault or painted thereon with waterproof paint. 1. The load rating and ASTM Designation No. of the valve vault. 2. The date of manufacture. 3. The name or trade name of the manufacturer. 3.00 EXECUTION 3.01 EXCAVATION AND EMBEDMENT A. Excavation and embedment shall conform to the requirements in Section 31 23 10 “Structural Excavation and Backfill.” 3.02 INSTALLATION A. Laying: 1. Valve vault sections shall be installed such that the bottom section(s) shall be full sections. Partial sections, if necessary, shall be utilized for the top most section only. Valve vault cover shall be separate from the vault walls. B. Jointing: 1. Joints using cold applied preformed plastic gaskets shall be made as follows: a. A suitable primer of the type recommended by the manufacturer of the gasket joint sealer shall be brush- applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand, dirt or sharp cement protrusions. Clean and dry the surface to the primed when primer is applied. b. Before laying the valve vault in the trench, attach the plastic gasket sealer around the tapered tongue or tapered groove near the shoulder or hub of each joint. Remove the paper wrapper from one side only of the two-piece wrapper on the gasket and press firmly to the clean, dry valve vault joint surface. Do no remove the outside wrapper until immediately before pushing the valve vault into its final position. c. When the tongue is correctly aligned with the flare of the groove, remove the outside wrapper on the gasket and pull or push home the valve vault with sufficient force and power (Back Hoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze-out of the gasket material on the side of outside around the complex valve vault joint perimeter. d. When the atmospheric temperature is below 60 F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Apply gaskets to valve vault joints immediately prior to placing valve vault in trench, followed by connection to previously laid box section. Precast Reinforced Concrete Valve Vault 03 41 19 - 5 LUB19278 – Low Head C Pipeline 3.03 BACKFILL A. After the valve vault has been placed, bedded and jointed as specified and approved by the Owner or his authorized representative, perform backfilling in accordance with Section 31 23 10 “Structural Excavation and Backfill.” Take special precautions in placing and compacting the backfill to avoid any movement of the valve vault or damage to the joints. END OF SECTION Page Intentionally Left Blank DIVISION 07 THERMAL & MOISTURE PROTECTION Page Intentionally Left Blank Concrete Vault Bituminous Dampproofing 07 11 13.01 - 1 LUB19278 – Low Head C Pipeline 07 11 13.01 CONCRETE VAULT BITUMINOUS DAMPPROOFING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Cold-applied, emulsified-asphalt dampproofing applied to exterior of all vaults. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. B. Letter of Recommendation from manufacturer indicating the proposed system of products. 1.04 FIELD CONDITIONS A. Weather Limitations: Proceed with application only when existing and forecasted weather conditions permit dampproofing to be performed according to manufacturers’ written instructions. 2.00 PRODUCTS 2.01 MATERIALS, GENERAL A. Source Limitations: Obtain primary dampproofing materials and primers from single source from single manufacturer. Provide protection course and auxiliary materials recommended in writing by manufacturer of primary materials. B. VOC Content: Products shall comply with VOC content limits of authorities having jurisdiction unless otherwise required. 2.02 COLD-APPLIED, EMULSIFIED-ASPHALT DAMPPROOFING A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. BASF Construction Chemicals - Building Systems; Sonneborn Brand Products. 2. Euclid Chemical Company (The); an RPM company. 3. Meadows, W. R., Inc. B. Brush and Spray Coats: ASTM D1227, Type III, Class 1. 2.03 AUXILIARY MATERIALS A. General: Furnish auxiliary materials recommended in writing by dampproofing manufacturer for intended use and compatible with bituminous dampproofing. Concrete Vault Bituminous Dampproofing 07 11 13.01 - 2 LUB19278 – Low Head C Pipeline B. Emulsified-Asphalt Primer: ASTM D1227, Type III, Class 1, except diluted with water as recommended in writing by manufacturer. C. Asphalt-Coated Glass Fabric: ASTM D1668, Type I. D. Patching Compound: Of type recommended in writing by dampproofing manufacturer. E. Protection Course: Of type recommended in writing by dampproofing manufacturer. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions with Applicator present, for compliance with requirements for surface smoothness, surface moisture, and other conditions affecting performance of bituminous dampproofing work. B. Proceed with application only after substrate construction and penetrating work have been completed and unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Mask or otherwise protect adjoining exposed surfaces from being stained, spotted, or coated with dampproofing. Prevent dampproofing materials from entering and clogging weep holes and drains. B. Clean substrates of projections and substances detrimental to the dampproofing work; fill voids, seal joints, and remove bond breakers if any, as recommended in writing by prime material manufacturer. C. Apply patching compound to patch and fill tie holes, honeycombs, reveals, and other imperfections as recommended by dampproofing manufacturer. 3.03 APPLICATION, GENERAL A. Comply with manufacturer’s written instructions for dampproofing application, cure time between coats, and drying time before backfilling unless more stringent requirements are indicated. 1. Apply dampproofing to provide continuous plane of protection. 2. Apply additional coats if recommended in writing by manufacturer or to achieve a smooth surface and uninterrupted coverage. B. Where dampproofing footings and foundation walls, apply from finished-grade line to top of footing; extend over top of footing and down a minimum of 6 inches over outside face of footing. 1. Extend dampproofing 12 inches onto intersecting walls and footings, but do not extend onto surfaces exposed to view when Project is completed. 2. Turn up vapor retarder from below footing and bed into asphalt on edge and top of footing while still tacky. A minimum of 12-inch lap between asphalt and vapor retarder. 3. Install flashings and corner protection stripping at internal and external corners, changes in plane, construction joints, cracks, and where shown as “reinforced,” by Concrete Vault Bituminous Dampproofing 07 11 13.01 - 3 LUB19278 – Low Head C Pipeline embedding an 8-inch wide strip of asphalt-coated glass fabric in a heavy coat of dampproofing. Dampproofing coat for embedding fabric is in addition to other coats required. 3.04 COLD-APPLIED, EMULSIFIED-ASPHALT DAMPPROOFING A. Concrete Foundations: Apply two coat system as recommended by dampproofing manufacturer. 3.05 INSTALLATION OF PROTECTION COURSE A. As recommended by manufacturer, install protection course over completed-and-cured dampproofing. Comply with dampproofing-material and protection-course manufacturers’ written instructions for attaching protection course. 1. Install as recommended by dampproofing manufacturer. 3.06 CLEANING A. Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended in writing by manufacturer of affected construction. END OF SECTION Page Intentionally Left Blank DIVISION 09 FINISHES Page Intentionally Left Blank High-Performance Coatings 09 96 00.01 - 1 LUB19278 – Low Head C Pipeline 09 96 00.01 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. B. Protective coatings are special coatings to be used at specific locations or on specific surfaces as indicated herein. C. Protective coatings must be applied to the following surfaces: 1. Metal surfaces located outside of buildings and other structures anywhere on the Site. 2. Petrolatum (Wax) Tape at the following locations: a. Buried flexible couplings b. Buried Valves D. The following must not be coated and must be protected from drips, overspray, etc. unless indicated otherwise 1. Stainless steel piping, materials and equipment 2. Galvanized steel piping, materials and equipment unless specifically indicated to be coated. 3. Aluminum materials and equipment 4. Interior electrical items E. Special applications for painting include the following: 1. Aluminum surfaces in contact with or embedded in concrete must be treated in accordance with Section 03 30 00 “Cast-In-Place Concrete.” 2. Buried pipe and valves must receive a shop applied protective coating as described in the appropriate section of the Specifications. F. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating operations. It is the Contractor’s responsibility to determine if the materials to be disposed of are classified as Hazardous Waste. Disposed of waste, hazardous or otherwise, must be in accordance with applicable regulations. The Contractor must be aware of and understand the regulations concerning disposal of waste generated by coating operations. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: Products which comply with the Contract Documents and are manufactured by the following companies will be acceptable: 1. Tnemec Company, Inc. 2. Carboline. 3. PPG Protective & Marine Coatings High-Performance Coatings 09 96 00.01 - 2 LUB19278 – Low Head C Pipeline 4. The Sherwin-Williams Company. 5. Akzo Nobel / International Paint, LLC. 6. ICI Devoe High Performance Coatings. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the Specifications. Coating products of the same type must be supplied by the same manufacturer. Do not mix products from different sources. B. Applicator’s Qualifications: Applicators must be qualified in this line of work and have a minimum of 5 years’ experience in the application of the protective coatings of the types specified herein. Submit a list of recent projects and names of references for those projects. C. Product Quality: 1. Use only the coatings specified in this Section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer’s recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer’s literature. 2. The coating material must not show excessive settling in a freshly opened full can and must be easily re-dispersed with a paddle to a smooth, homogeneous state. It must show no curdling, livering, caking, or color separation and must be free of lumps or skim surfaces. 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' 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, must not be construed to relieve the Contractor of responsibility to perform the Work in accordance with the Contract Documents. 5. The Contractor is solely responsible for testing for this Section, at no further cost to the Owner. The Engineer may also make such tests if it is considered necessary. Cooperate with the Engineer, providing equipment, scaffolds, and other equipment as requested by the Engineer. E. Testing Equipment: Furnish the testing apparatus necessary for testing coatings, including the following: 1. One set of U.S. Department of Commerce thickness calibration plates, certified by the National Bureau of Standards, to test dry film thickness. 2. Wet-film thickness gauges. Give one to Owner’s representative. Each painter must keep one to test paint as it is applied. High-Performance Coatings 09 96 00.01 - 3 LUB19278 – Low Head C Pipeline 3. One electronic dry-film thickness gauge capable or measuring 0-200 mils with calibration standards approved by the Bureau of Standards. 4. One Elcometer 319 Dewpoint Meter or approved equal. 5. One Tinker and Rasor Model M 1 Holiday Detector and recommended wetting agent and/or High Voltage Holiday Detector if required for coating thickness specified. 6. One set of SSPC VIS 1, 3 and 4 - Visual Standards as applicable. F. Testing Reports: Submit an inspection report for each coating applied on the Project. The testing report must be completed on a form furnished by the Engineer and must bear the signature of the Contractor and the Owner’s representative. G. The Contractor must schedule a construction conference prior to any field work being completed. The meeting will be onsite and will include the Owner, Contractor, painting superintendent, Engineer, Owner’s Representative and Coating Manufacturer’s Representative. At this meeting the coating plan and schedule will be reviewed in detail. 1.03 SUBMITTALS A. Submittals must be in accordance with Section 01 33 00 “Submittal Procedures.” B. The following Record Data for products, including manufacturer’s data sheets, are due prior to ordering coating and surface preparation materials: 1. Coating Manufacturer’s color selection literature for coating materials and caulk. 2. Sample warranty document for products. 3. Provide certification from the manufacturer that all coatings will not contain more than 0.06% by weight of lead in the cured coating for each coat applied. 4. Coating Manufacturer’s Product Information and Safety Data Sheets (SDS) for each coating and caulk material. Product Information must include the following: a. The Manufacturer’s published instructions for use in specifying and applying all proposed coatings. b. Application instructions written and published by the Coating Manufacturer. c. All anticipated limitations, precautions and requirements that may adversely affect the coating, that may cause unsatisfactory results after the application or that may cause the coating not to serve the purpose for which it was intended, must be clearly and completely stated in the instructions. Limitations and requirements must include, but are not necessarily limited to the following: 1) Surface preparation 2) Method(s) of application 3) Thickness of each coat (maximum and minimum DFT) 4) Drying and curing time of each coat 5) Time (minimum and maximum) allowed between coats High-Performance Coatings 09 96 00.01 - 4 LUB19278 – Low Head C Pipeline 6) Thinner and use of thinner 7) Proper mixing of coating before application 8) Weather limitations during and after application (temperature and humidity, time weighted) 9) Physical properties of coating, including percent solids content by volume 10) Equipment settings (air cap, fluid tip, equipment pressure settings, etc.) 11) Pot life at various temperature and humidity conditions. 12) Provide documentation that interior coating system is compatible with the cathodic protection system. C. The following samples are required prior to ordering the materials: 1. Three (3) samples of selected exterior finish colors for approval on 6” x 6” swatches. Label each swatch with the manufacturer’s name, coating name/type, color name and number. D. The following Record Data is required prior to coating work: 1. Coating Plan: a. Anticipated coating process schedule by date, including dates when hold-point inspections are anticipated. Schedule must indicate detailed activities on a daily basis. b. Detailed procedures and schedule for all pre-cleaning, surface preparation and application of coating, including touch-up and repair procedures for all coating systems. c. Recoat schedule on the submitted coating materials. d. Data sheets must include curing characteristics and recommendations regarding complete coating curing. e. Provide a written plan documenting how spent cleaning debris and/or paint over spray or droplets will be contained/confined to the jobsite and tank site during the surface preparation and coating application operations. Reasonable care must be exercised by the Contractor to prevent damage, nuisance, or hazardous conditions to adjacent or nearby property Owners. Include all materials and method to be used for protection of exterior surfaces, and allow for recovery and disposal of paint scraps and blast media. 2. Provide documentation on proposed containment system methods for blasting and coating operations. 3. The Contractor must submit evidence of notification of the appropriate office of the Texas Commission on Environmental Quality (TCEQ) prior to abrasive blasting as required. Submit copies of any obtained permits. 4. Coating Manifest - Within 48 hours of coating delivery to the job site, the Contractor must record the batch number stamped on each coating container and submit a typed list to the Owner’s Representative. Minimum information required is listed below. High-Performance Coatings 09 96 00.01 - 5 LUB19278 – Low Head C Pipeline a. Date of delivery to job site b. Name and signature of Superintendent recording the data c. List of batch number including corresponding coating identification, color, date of manufacture and volume of each container E. The following Certified Test Report(s) are required prior to coating work: 1. SDS sheets for all abrasive to be used on the project. 2. Certification and laboratory test results indicating recycled metallic abrasive per SSPC- AB 2 or 4 and atomic absorption test results. 1.04 STANDARDS A. The applicable provisions of the following standards apply as if written here in their entirety. Adhere to the latest standards and codes published by the following organizations. B. In the event of a conflict between the published standards, codes, and this Section, the more stringent requirement govern as interpreted by the Engineer. 1. ANSI (American National Standards Institute) ANSI/NSF Standard 61 Drinking Water Components 2. ASTM (American Society for Testing and Materials) ASTM D 523 Standard Test Method for Specular Gloss ASTM D 610 Standard Test Method for Evaluating Degree of Rusting on Painted Steel Surfaces ASTM D 2244 Standard Practice for Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates ASTM D 3359 Standard Test Methods for Rating Adhesion by Tape Test ASTM D 4214 Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films ASTM D4258 Standard Practice for Surface Cleaning Concrete for Coating ASTM D4259 Standard Practice for Abrading Concrete ASTM D4260 Standard Practice for Liquid and Gelled Acid Etching of Concrete ASTM D 4263 Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method ASTM D 4285 Standard Test Method of Indicating Oil and Water in Compressed Air ASTM D4417 Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel ASTM D4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Tester ASTM D4787 Standard Practice for Continuity Verification of Liquid or Sheet Linings Applied to Concrete Substrates ASTM D5162 Standard Practice for Discontinuity (Holiday) Testing of Nonconductive Protective Coating on Metallic Substrates ASTM D6386 Standard Practice for Preparation of Zinc (Hot-Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting High-Performance Coatings 09 96 00.01 - 6 LUB19278 – Low Head C Pipeline ASTM D7234 Standard Test Method for Pull-Off Adhesion Strength of Coatings on Concrete Using Pull-Off Adhesion Testers ASTM D7682 Standard Test Method for Replication and Measurement of Concrete Surface Profiles Using Replica Putty ASTM E337 Standard Practice Test Method for Measuring Humidity with a Psychrometer (the Measurement of Wet- and Dry-Bulb Temperatures) ASTM F1869 Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride 3. AWWA (American Water Works Association) AWWA C210 Liquid-Epoxy Coating and Linings for Steel Water Pipelines AWWA C222 Polyurethane Coatings and Linings for Steel Water Pipe and Fittings 4. Consumer Product Safety Act, Part 1303 5. Environmental Protection Agency (EPA) 63 FR 48848 Clean Air Act – National Volatile Organize Compound Emission Standards for Architectural Coatings 6. International Concrete Repair Institute (ICRI) Technical Guideline No. 03732 Selecting and Specifying Concrete Surface Preparation for Coatings, Sealers and Polymer Overlays Standard 310.2 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, Polymer Overlays and Concrete Repair with CSP Chips 7. NACE International (National Association of Corrosion Engineers) NACE TPC2 Coating and Lining for Immersion Service: Chapter Safety, Chapter 2 Surface Preparation, Chapter 3 Curing, and Chapter 4 Inspection NACE SP0178 Design Fabrication, and Surface Finish Practices for Tanks and Vessels to be Lined for Immersion Service NACE SP0188 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates NACE SP0178 Surface Finishing of Welds Prior to Coating; Weld Replica Only to be used with NACE SP0178 NACE RP0287 Field Measurement of Surface Profile of Abrasive Blast Cleaned Steel Surfaces Using a Replica Tape 8. National Association of Pipe Fabricators (NAPF) NAPF 500-03 Surface Preparation Standard for Ductile Iron Pipe and Fittings in Exposed Locations Receiving Special External Coatings and/or Special Internal Linings 9. OSHA (Occupational Safety & Health Administration) 1915.35 Standards - 29CFR Painting 1926.62 Standards – 29 CFR Lead High-Performance Coatings 09 96 00.01 - 7 LUB19278 – Low Head C Pipeline 10. SSPC (Society for Protective Coatings) SSPC-VIS 1 Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning SSPC-VIS 3 Guide and Reference Photographs for Steel Surfaces Prepared by Power and Hand Tool Cleaning SSPC Vol. 1 Good Painting Practices SSPC-AB1 Mineral and Slag Abrasives SSPC-AB2 Cleanliness of Recycled Ferrous Metallic Abrasives SSPC-AB3 Ferrous Metallic Abrasives SSPC-AB4 Recyclable Encapsulated Abrasive Media in a Compressible Matrix SSPC-SP1 Solvent Cleaning SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-SP11 Bare Metal Power Tool Cleaning SSPC-SP I6 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non-Ferrous Metals SSPC-PA 1 Shop, Field and Maintenance Painting of Steel SSPC-PA 2 Determining Compliance to Required DFT SSPC-PA 10 Guide to Safety and Health Requirements for Industrial Painting Projects SSPC-PA 17 Procedure for Determining Conformance to Steel Profile/Surface Roughness/Peak Count Requirements SSPC-Guide 6 (CON) Containment of Debris SSPC-Guide 12 Illumination of Painting Projects SSPC-Guide 15 Retrieval and Analysis of Soluble Salts 11. SSPC/NACE International Joint Standards SSPC-SP5/NACE 1 White Metal Blast Cleaning SSPC-SP6/NACE 3 Commercial Blast Cleaning SSPC-SP7/NACE 4 Brush - Off Blast Cleaning SSPC-SP10/NACE 2 Near - White Metal Blast Cleaning SSPC-SP13/NACE 6 Surface Preparation of Concrete 12. Texas Commission on Environmental Quality (TCEQ) 30 TAC Chapter 290 Subchapter D Rules and Regulations for Public Water Systems 1.05 DELIVERY AND STORAGE A. Deliver coating products to the Site in original unopened containers, with manufacturer’s label and batch number attached. Do not apply products until the Owner’s field representative has approved the product for use. B. Use one location at each site for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags High-Performance Coatings 09 96 00.01 - 8 LUB19278 – Low Head C Pipeline daily. Under no circumstances will they be allowed to accumulate. Take precautions to prevent fires. The storage of flammable liquids must comply with the City, State, or other fire codes. C. Storage of coatings and other products must be in accordance with the manufacturer’s requirements. Coatings that have been damage or not stored properly must not be applied and must be removed from the site. D. All products and coatings that are not approved for the project must be removed from the site and must not be stored at the site. E. All materials must be delivered to the job site in original sealed containers with the date of manufacture and batch number stamped thereon by the Coating Manufacturer. Materials are subject to random observations by the Owner’s Representative at the job site. 1.06 ENVIRONMENTAL CONDITIONS: A. Do not apply coatings under conditions that are unsuitable for the production of good results. Remove trash and debris from enclosed buildings and thoroughly clean prior to application of coatings. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of the coatings manufacturer. B. Coatings must only be applied when conditions fall within the parameters listed in the manufacturer’s printed data. C. Contractor must provide dehumidification equipment sized to maintain dew point temperature 5˚ F or more above surface temperature of metal surfaces to be prepared and coated. D. Do not apply any coatings when weather conditions are unfavorable. In the event that climatic conditions are not conducive for best results, postpone application of coatings until conditions conform to the manufacturer’s recommendations and the provisions of this Section. E. Do not apply coatings to a wet or damp surface in wet or damp weather conditions, or when there is dust in the air. Surfaces exposed to direct sunlight must be shaded by awnings or other protective devices while coatings are being applied, if recommended by coating manufacturer. When necessary, provide temporary heating devices of a type that produces no fumes or water vapor which will discolor the paint system. F. Heating and Dehumidification 1. Dehumidification equipment must be used to control the environment during surface preparation, rehabilitation, coating application and coating curing at no additional cost to the Owner, if acceptable environmental conditions cannot be met. If the Contractor cannot meet the required environmental conditions to apply the interior coating system per this specification and the coating manufacturer’s written recommendations, Contractor will cease operations until approved dehumidification equipment has been provided and acceptable environmental conditions are achieved. High-Performance Coatings 09 96 00.01 - 9 LUB19278 – Low Head C Pipeline If coating system is applied without dehumidification or in conditions not acceptable by this specification and by the coating manufacturer’s written requirements, Contractor must fully remove coating system applied and replace per the Engineer’s direction. 2. The Contractor must furnish all labor, materials, equipment, fabrication and quality control inspections, and all other incidentals required to control and maintain the environment of the reservoir within the parameters stated in this specification and must incorporate these and any other expenses into their bid. 3. The Owner reserves the rights, in the event the dehumidification equipment is not performing to the minimum requirements stated in this specification, to require the Contractor to modify and or add additional equipment to satisfy the conditions of this specification, at the sole cost to the Contractor. 4. It is the Contractor’s responsibility to provide adequate dehumidification equipment to meet this specification and Coating Manufacturer’s requirements. The Coating Manufacturer’s limits of surface temperature, tank inside air temperature and relative humidity requirements will govern, if more stringent than the requirements stated within this specification. G. Forced Ventilation 1. Provide continuous forced fresh air ventilation when working inside of containment systems or enclosed areas that are not openly vented from the beginning of surface preparation through final coating operations and coating curing. 2. Forced ventilation must be supplied per the recoat time required by the coating manufacturer and at least 48 hours after the final coat has been applied. 3. From the beginning of interior coating applications to until the coating system is cured, the Contractor must monitor the air for the lower explosion limit (LEL) as published in the Coating Manufacturer’s product SDS’s. 4. Contractor is responsible for supplying, installing and maintaining the forced ventilation system. H. Containment System 1. Contractor must provide containment methods, either full or partial, which allows for the containment of the environmentally sensitive waste, dust and paint over spray that will be generated during the abrasive blasting and painting operation. 2. Minimum Containment for Field Surface Preparation a. Provide a minimum SSPC Guide 6 (CON) Class 2A containment system when dry abrasive blasting. b. Provide a minimum SSPC Guide 6 (CON) Class 2W containment system when wet abrasive blasting. All water must be contained and properly disposed of. c. Provide a minimum SSPC Guide 6 (CON) Class 2P.E3 containment system when power tool cleaning. 3. The ground surrounding the project area must be protected from all debris, emissions, dust, and other materials generated in the cleaning operations with a minimum of two High-Performance Coatings 09 96 00.01 - 10 LUB19278 – Low Head C Pipeline layers of polyethylene covered with plywood or the same material used for the perimeter containment system. 4. Containment is not required when blasting on the interior of a completely enclosed area (i.e. roof is in place) as long as no visible emissions are created. 5. The Contractor must ensure that no spent cleaning/blasting debris, dust, overspray, coating droplets, or emissions of any kind, escape to the atmosphere, or to adjacent buildings, private property, work sites, parking lots, etc. 6. The Owner reserves the right to stop work or require containment, additional containment or different containment methods if the Contractor’s operations create a nuisance beyond the tank site property line in the sole opinion of the Owner, the Engineer, the Owner’s Representative, any regulatory agency, or neighbor. All costs of providing an adequate containment system must be included by the Contractor in the Base Bid. 7. The Contractor must be responsible for all materials that are used and for any apparatus used to contain dust emissions, debris, overspray, and coating droplets. The containment system attachments to existing or proposed structures must be designed by a professional engineer (P.E.) registered in the State of Texas not to impose excessive loading on the structure. The Contractor must submit the P.E. designed and sealed details of the containment system on the tank. Any damage to the structure(s) as a direct or indirect result of the containment system must be repaired or sections replaced by the Contractor at no additional cost to the Owner. Neither the Owner nor the Owner’s Engineer assumes any responsibility for the structural ability of the structure to support the containment system. 8. If tarps are used as part of the containment system, the tarps must be an impervious, solid, flame-resistant material, reinforced with a fiber mesh and must allow as much light as possible to pass through the material. I. Visible Emissions 1. Contractor must control visible emissions and releases while dust producing activities are underway. 2. Visible emissions more than SSPC Guide 6, Level 1 (1% of the workday or 5 minutes in an 8-hour shift) are unacceptable. Sustained emissions of more than 1 minute, regardless of the total time of emissions for the day is unacceptable. If unacceptable emissions are observed, Contractor must shut down immediately and correct the situation and clean up any debris generated from the release to the satisfaction of the Engineer before continuing work. 1.07 WORKING CONDITIONS: A. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination must be of sufficient intensity to achieve good results. Provide explosion-proof lighting when required. B. Temporary ladders and scaffolds must conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. High-Performance Coatings 09 96 00.01 - 11 LUB19278 – Low Head C Pipeline 1.08 GUARANTEES A. Protective coating must be guaranteed for a period of 2-year from the date of the Owner’s acceptance of the Project. B. A warranty inspection must be conducted prior to the end of the warranty period. Any defective work discovered at this date must be corrected by the Contractor in accordance with the Contract Documents at no additional cost to the Owner. 2.00 PRODUCTS 2.01 GENERAL COATING REQUIREMENTS A. All coatings must be free of heavy metals such as arsenic, barium, chromium, selenium, silver, lead, mercury and cadmium. B. All coatings in contact with potable water must be certified as per ANSI/National Sanitation Foundation (NSF), Standard 61. C. All coatings submitted or used on this project must comply with the EPA’s Clean Air Act for maximum VOC (volatile organic compound) limits. D. Finish coatings must be from the same batch. 2.02 MATERIALS A. Coating products are to be as follows: Type A - Alkyd-Phenolic Universal Primer Manufacturer Approved Coating Tnemec Series 37H Chem-Prime H.S. Sherwin-Williams Kem Kromik Universal Akzo Nobel / International Paint, LLC Interlac 573 Devoe Coatings Devprime 1403 Carboline Carbocoat 150UP PPG Multiprime 4360 Type B - Epoxy-Polyamide Primer Manufacturer Approved Coating Tnemec Series 66 Sherwin-Williams Copoxy Primer Akzo Nobel / International Paint, LLC Intergard 251; Intergard 269 for valves and gates, submerged structural steel and misc. metals, and submerged piping Devoe Coatings Devran 201V Series Carboline 890 PPG Amercoat 385 High-Performance Coatings 09 96 00.01 - 12 LUB19278 – Low Head C Pipeline Type C – Penetrating Epoxy Pre-Primer Manufacturer Approved Coating Tnemec Approved Equal Sherwin-Williams Macropoxy 920 Pre-Prime Akzo Nobel / International Paint, LLC Interbond 600 Devoe Coatings Approved Equal Carboline Rustbond Penetrating Sealer PPG Amerlock Sealer Type D - Inorganic Zinc Primer (Minimum 80% Zinc by Weight) Manufacturer Approved Coating Tnemec Series 90-98 Tneme-Zinc Carboline Carbozinc 12 VOC Sherwin-Williams Zinc Clad II Plus PPG Dimetcote 9 VOC Approved Manufacturer Approved Equal Type E - Organic Zinc Primer (Minimum 80% Zinc by Weight) Manufacturer Approved Coating Tnemec Series 90-97 or 90G-1K97 Tneme-Zinc Carboline Carbozinc 859 Sherwin-Williams Corothane I Galvapac PPG Amercoat 68HS Akzo Nobel / International Paint, LLC Interzinc 52 Approved Manufacturer Approved Equal Type F – Alkyd Enamel Manufacturer Approved Coating Tnemec Series 2H Hi-Build Tneme-Gloss Sherwin-Williams DTM Alkyd Enamel Akzo Nobel / International Paint, LLC Interlac 665 Devoe Coatings Devlac 1431 Carboline Carbocoat 8225 High-Performance Coatings 09 96 00.01 - 13 LUB19278 – Low Head C Pipeline PPG Fast Dry 35 Type G - Epoxy-Polyamide Coatings Manufacturer Approved Coating Tnemec Series 66 Sherwin-Williams Macropoxy 646 Epoxy Akzo Nobel / International Paint, LLC Intergurd 475HS; Interseal 670HS for valves and gates, PVC pipe and conduit, submerged structural steel and misc. metals, and submerged piping Devoe Coatings Bar-Rust 235 Carboline Carboguard 60 PPG Amerlock 385 Type H - Epoxy-Polyamide Coatings for Potable Water (NSF 61 Certified) Manufacturer Approved Coating Tnemec Series 20 Pota-Pox or N140 Pota-Pox Plus Sherwin-Williams Tank Clad Epoxy Akzo Nobel / International Paint, LLC Interline 850 or Interseal 670HS (NSF colors) Devoe Coatings Bar-Rust 233H Series Carboline Carboguard 61 PPG Amerlock 2/400 Type I - Aliphatic Polyurethane Enamel Manufacturer Approved Coating Tnemec Series 1074 Endura-Shield II Sherwin-Williams Hi-Solids Polyurethane Akzo Nobel / International Paint, LLC Interthane 990 Series Devoe Coatings Devthane 379 Series Carboline Carbothane 133HB (Satin) or Carbothane 134HG (High Gloss) PPG Pitthane Ultra Series Type M - High Solids Epoxy Siloxane Manufacturer Approved Coating Carboline Carboxane 2000 Sherwin-Williams Sher-Loxane 800 High-Performance Coatings 09 96 00.01 - 14 LUB19278 – Low Head C Pipeline PPG PSX 700 Polysiloxane Approved Manufacturer Approved Equal Type N - Epoxy Mastic Manufacturer Approved Coating Carboline Carbomastic 15 Sherwin-Williams Epoxy Mastic II PPG Amerlock 2/400 AL Tnemec Chembuild Series 135 AkzoNobel/International Paint, LLC Interseal 670HS B. PETROLATUM (WAX) TAPE Petrolatum (wax) tape must be installed per the manufacturer’s written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. Approved Manufacturers: 1. Trenton Corp. - Trenton Primer and #1 Wax-tape 2. Denso North America, Inc. – Denso Paste and Densyl Tape 3. Approved Equal C. Pipe Wrap Tape System 1. System must be designed to mechanically protect coated piping from corrosion and abrasion in above ground, below ground and submerged conditions and be compatible with specified pipe coating system(s). 2. System must be UV resistant and may be constructed of HDPE, PVC, or fiberglass with an adhesive backing on one side for application to coated piping. 3. System must include a fiberglass reinforced outer shield for abrasion resistance and be able to be top coated for aesthetics. 4. Approved Manufacturers: a. SealForLife b. Denso North America, Inc. c. Approved Equal 2.03 COLOR SELECTION A. The color chart must include the complete available range of colors, including tints and shades. The Owner will select the colors during construction. High-Performance Coatings 09 96 00.01 - 15 LUB19278 – Low Head C Pipeline B. Use a multi-color system coating for any surface receiving more than one coat. Each coat must be tinted differently from the preceding coat in a manner that will allow the various coats to be easily distinguished. Colors must generally be from light to dark shades, but the Contractor may have the option to select tint shades to insure coats will receive adequate coverage without bleeding or otherwise showing through the preceding coat. C. Piping and equipment must be color coded in accordance with the requirements of the Texas Commission on Environmental Quality (TCEQ). 3.00 EXECUTION 3.01 GENERAL A. All coatings must be applied in strict conformance with the Coating Manufacturer’s published specifications, this specification or as approved by the Engineer. B. Surfaces which will be inaccessible after installation must be coated prior to installation, or must be coated and approved in stages as the work is installed. C. The Engineer will approve surfaces for application of coatings at each stage. Any material that is coated prior to the Engineer’s approval will be stripped back to bare metal and repainted. D. At least 7-days or as required by the coating manufacturer, must be allowed for drying of finished surfaces before any machinery can be placed into service. E. The number of coats called for in this specification are considered the minimum required. If more coats are required to provide the specified dry film thickness or for complete coverage and uniform appearance, they must be provided at no additional cost to the Owner. 3.02 STEEL SURFACE PREPARATION A. The adequacy of the preparation of steel surfaces will be determined by comparing the surface with SSPC VIS 1 “Pictorial Surface Preparation Standards for Painting Steel Surfaces” and SSPC VIS 3 “Guide and Reference Photographs for Steel Surfaces Prepared by Power and Hand Tool Cleaning.” Prepare surfaces in accordance with the following requirements: 1. SSPC-SP1 “Solvent Cleaning” 2. SSPC-SP2 “Hand Tool Cleaning” 3. SSPC-SP3 “Power Tool Cleaning” 4. SSPC-SP5 / NACE 1 “White Metal Blast Cleaning” 5. SSPC-SP6 / NACE 3 “Commercial Blast Cleaning” 6. SSPC-SP7 / NACE 4 “Brush-Off Blast Cleaning” 7. SSPC-SP10 / NACE 2 “Near-White Blast Cleaning” 8. SSPC-SP11 “Power Tool Cleaning to Bare Metal” B. The resulting surface profile must be in accordance with the coating manufacturer’s recommendations. High-Performance Coatings 09 96 00.01 - 16 LUB19278 – Low Head C Pipeline C. “Solvent Cleaning” must be performed prior to subsequent surface preparation, including abrasive blast cleaning. D. All sharp edges and welds must be ground smooth to a rounded contour and all weld splatter must be removed prior to abrasive blasting. Edges of metal to be coated must be rounded to a minimum of 1/16” radius of chamfered a minimum of 1/16” at an angle of 45- degrees. E. Welds and adjacent areas: 1. Prepared such that there is: a. No undercutting or reverse ridges on the weld bead. b. No weld spatter on or adjacent to the weld or any other area to be painted. c. No sharp peaks or ridges along the weld bead. d. Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 2. Weld profiles must conform to NACE RP0178, Profile ‘D’. 3.03 DUCTILE IRON PIPE AND FITTINGS SURFACE PREPARATION A. Prepare surfaces in accordance with the following requirements: 1. NAPF 500-03-01 “Solvent Cleaning” 2. NAPF 500-03-02 “Hand Tool Cleaning” 3. NAPF 500-03-03 “Power Tool Cleaning” 4. NAPF 500-03-04 “Abrasive Blast Cleaning for Ductile Iron Pipe” 5. NAPF 500-03-05 “Abrasive Blast Cleaning for Cast Ductile Iron Fittings” B. “Solvent Cleaning” must be performed prior to subsequent surface preparation as specified in NAPF 500-03. 3.04 PETROLATUM (WAX) TAPE A. Petrolatum (wax) tape must be installed per the manufacturer’s written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. B. Tape must be installed on all buried flexible couplings and at locations indicated on the drawings and as specified. 3.05 PIPE WRAP TAPE SYSTEM A. Tape must be installed per the manufacturer’s written recommendations. Provide all primers and appurtenant materials as required for installation per the recommendations. B. Tape must be installed on all piping at the transition between above grade and below grade. Coat piping a minimum of 2-feet vertically above and below the ground surface. C. Paint wrap to match adjacent piping. High-Performance Coatings 09 96 00.01 - 17 LUB19278 – Low Head C Pipeline 3.06 CONCRETE SURFACE PREPARATION A. The adequacy of the preparation of concrete surfaces will be determined by comparing the surface with ICRI Surface Finish Comparators. Prepare surfaces in accordance with the following requirements and the coating manufacturer’s recommendations: 1. SSPC-SP13 / NACE 6 – Surface Preparation of Concrete 2. ICRI CSP 3 – 5, or as required by the coating manufacturer. B. Allow a minimum of 28-days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings must be in accordance with the coating manufacturer’s moisture requirements. Contractor must provide any primers required by the coating manufacturer to address outgassing, as needed. C. Contractor must field verify that the pH of the concrete is suitable for application per the coating manufacturer’s product requirements. D. Bug holes, air pockets, voids or imperfections in the concrete surface must be filled or patched with a cementitious resurfacing material approved by the coating manufacturer. E. All coating terminations points, including from concrete to metal are to include a ¼” key cut. F. Concrete Surface Preparation Inspection: 1. Adhesion Testing: a. Tensile testing of the surface preparation must be performed by the Contractor using a Type 4 or Type 5 pneumatic adhesion testing equipment in accordance with ASTM D7234 using 2-inch diameter dollies for concrete surface adhesion testing. Provide a minimum of three tests (dollies) per area and coating system. Engineer will select location of test dollies. b. Concrete surface or applied coating must be scored for concrete adhesion testing. c. Adhesive failure greater than 50 percent of the dolly surface area indicate inadequate surface preparation. d. 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. e. 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. 2. Concrete Soundness: Concrete soundness will be determined using the scratching or hammer impact methods as defined in SSPC SP-13. 3. Moisture Content: Moisture must be tested as specified in SSPC SP-13 and in accordance with ASTM D 4263 and F 1869 (for conditioned spaces). Moisture content cannot exceed the moisture content recommended by the coating manufacturer. 3.07 SURFACE PREPARATION High-Performance Coatings 09 96 00.01 - 18 LUB19278 – Low Head C Pipeline A. Clean and degrease surfaces prior to abrasive blasting by solvent cleaning as specified using solvents, detergent/water, emulsions, and steam. Proposed method must be documented in the coating plan. Contractor must contain and properly dispose of all runoff and debris from cleaning. B. If the following conditions exist or are prevalent, surface preparation and coating must be delayed or postponed until conditions are favorable. Each day’s coating must be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions or changes. No surface preparation can begin or coating applied: 1. When the surface, air or material is below or above the Manufacturer’s printed instructions. 2. When surfaces are wet or damp. 3. During weather conditions of rain, snow, fog or mist. 4. When the air and steel temperature is less than 5 o F above the dew point temperature. 5. If the relative humidity is above 85%. 6. When it is expected that the dew point, air and/or surface temperature will be below or above the Coating Manufacturer’s recommended temperatures within four (4) hours after applications of coating, minimum. Coating manufacturer may require additional time between application and temperature and weather changes. C. Shop Surface Preparation 1. Notify Engineer at least 7 days prior to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of paints. Work is subject to the Engineer's approval before shipment to the jobsite. 2. Items such as structural steel, metal doors and frames, metal louvers, and similar items as reviewed and approved 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. 3. Prepare surfaces by abrasive blasting as specified and apply shop prime coat. Shop primed steel plates must not have primer extended within 4-inches along all edges to be welded. All primer within 4-inches of an area to be welded must be removed prior to welding. Welding of painted surfaces will not be allowed. D. All pre-assembled shop primed items must be prepared in accordance with these specifications and inspected by the Owner’s Representative before and after priming. E. Abrasive Blasting 1. Prior to commencing abrasive blasting operations, the Contractor must perform a test blast to verify that the surface cleanliness and profile meet the requirements of the specification and meet the coating manufacturer’s requirements for the coating to be applied. If the test section does not meet the requirements, the Contract must make changes to the abrasive materials and/or methods to provide suitable blast. 2. Abrasive blast only the amount of surface area which can be primed the same day or before any rust starts to form, whichever occurs first. Areas which are not painted the same day must be re-blasted on the day the prime coat is applied. High-Performance Coatings 09 96 00.01 - 19 LUB19278 – Low Head C Pipeline 3. Shrouding or recovery of all blast material will be mandatory during all exterior blasting. 4. The CONTRACTOR must contain all waste and process discharge in accordance with the accepted methods for the process and materials that are in abatement. 5. Where abrasive blast cleaning will not remove or properly prepare metal surfaces, hand and/or power tool cleaning must be used to remove such conditions as weld splatter, laminations and radius-sharp edges. Hand tool or power tool must be used on areas less than two (2) foot diameter or smaller or on corners and edges. 6. All abrasive blast equipment must be equipped with, including but not limited to the following: a. Noise reducing devices b. Hose coupling safety devices c. Electrical grounding devices d. Moisture traps and filters e. Fresh air hoods for all blasters f. “Dead Man” switches on all blast hoses g. Air Dryers F. Surface profile must be in accordance with manufacturer’s printed requirements. G. The adequacy of the preparation of surfaces must be determined by comparing the surface with SSPC VIS 1, SSPC VIS 3, NACE RP0178 and ICRI Surface Finish Comparators. H. Adequate surface preparation must be verified throughout surface preparation per SSPC-PA 17. Minimum testing requirements: 1. Test the surface profile within the first 15-minutes and one additional time during each work shift or 12-hour period, whichever is shorter for each gun or blasting apparatus used or at any time the process producing the acceptable profile indicated above is changed, as interpreted by the Engineer. 2. Select a minimum of three 6-inch square locations and take two readings. The average to the two readings is a “profile measurement.” The group of three locations is the “location average.” The location average must be within the specified profile range. 3. Contractor must report the location averages (lowest location average and highest location average, and the profile measurement for each surface preparation apparatus. 4. If the substrate has been previously coated, an existing profile may exist. Contactor must adjust blast media size to ensure that the resulting surface profile meets the profile required. I. 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 are understood to refer to the applicable specifications indicated. High-Performance Coatings 09 96 00.01 - 20 LUB19278 – Low Head C Pipeline J. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacuum- blasting methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application will apply. K. 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. 3.08 PREPARATION OF HOT-DIP GALVANIZED COATED STEEL, STAINLESS STEEL AND NON-FERROUS METALS A. For galvanized coated steel, remove all soluble and insoluble contaminants. Prepare hot- dipped galvanized coated iron and steel products in accordance with ASTM D 6386. B. Abrasive blast per SSPC-SP I6 to achieve an angular anchor profile as required by the coating manufacturer. C. Contractor is responsible for coordinating with the coating manufacturer to verify compatibility of the specified coating system with the provided surface preparation. 3.09 PREPARATION OF EXISTING COATED OR SHOP PRIMED SURFACES: A. General: 1. Factory-applied primers to equipment must be those specified or verified by the Contractor to be compatible with the specified coating systems. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field-applied finish coats. Where equipment is purchased which has the manufacturer’s standard primer or a factory finish which is other than as specified in this section, remove the factory-applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified. 2. Do not apply any coating to machinery, piping, or other surfaces before testing has been completed and systems approved. Any damage to coatings resulting from subsequent corrective procedures must be stripped back to bare metal and repainted with the appropriate paint system as directed by the Engineer. 3. Check for compatibility when applying coatings over existing coatings. Apply a test patch of the recommended coating system, covering at least 2 to 3 square feet or as directed by the Engineer. Allow to cure one week before testing adhesion per ASTM D3359 in the presence of the Engineer. If adhesion does not meet the manufacturer’s published data, consult with the Engineer. 4. Shop primed or coated surfaces must 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. 5. If a cured epoxy, polyurethane, or plural-component material is to be top coated provide brush-off blast as specified herein or as recommended by the coating manufacturer. High-Performance Coatings 09 96 00.01 - 21 LUB19278 – Low Head C Pipeline 6. Surface preparation recommendations of coating manufacturer are subject to approval of the Engineer. B. To be Recoated or Final Coated: 1. Solvent clean. 2. Perform touch-up repairs of existing coating. 3. Asphaltic coated ductile iron pipe will require an application of a seal coat prior to the application of a cosmetic finish coat. C. Touch-up Repairs: 1. Clean loose, abraded, or damaged coatings to substrate by power tool to bare metal per SSPC-SP11 and/or NAPF 500-03-03 “Power Tool Cleaning.” 2. Feather surrounding intact coating. 3. Apply one spot coat of the specified primer to bare areas overlapping the prepared existing coating. 4. Apply one full finish coat of the specified primer or finish coat(s) overall. D. Application of a Cosmetic Coat: 1. The exact nature of shop-applied coatings is not known in all cases. 2. Check compatibility by application to a small area prior to starting the coating. 3. If lifting or other problems occur, request disposition from the Engineer. 3.10 APPLICATION A. The Contractor and painting technicians are responsible for the application of the coating system and must have current applicator approvals from the Coating Manufacturer, as required. B. After abrasive blast cleaning, dust and spent abrasive must be removed from the surfaces by vacuum process or with clean, dry, oil-free compressed air. C. The prime coat must be applied as soon as possible after the blasting and surface cleaning is completed, inspected and approved by the Inspector. Blasted surfaces must be coated before rust forms on the surface. No prepared surface will be allowed to receive a coating if “rust bloom” or surface discoloration has occurred. All blasted surfaces must be coated to within 6-inches of the edge of a blasted area. No visible rust must be coated under any circumstances, including rust bloom or if discoloration has occurred, regardless of elapsed time between blasting and coating. Leave an uncoated strip of exposed metal to clearly identify where abrasive blasting was halted. D. Provide mist coat if recommended by the Coating Manufacturer. E. All weld seams, gaps, edges, bolts and difficult areas to coat must receive a stripe coat. Stripe coat must be a contrasting color. Stripe coat may be applied with intermediate or finish coating, but must be applied prior to the installation of the finish coat. F. The Contractor must apply each coat at the rate and in the manner specified by the Coating Manufacturer, except as may be modified herein. If material has thickened or must be High-Performance Coatings 09 96 00.01 - 22 LUB19278 – Low Head C Pipeline diluted for application, coating must be built up to achieve the dry film thickness as specified for each coat of the complete system. G. Maximum and minimum DFT must be per the supplied Coating Manufacturer’s printed requirements and as required by this specification. DFT will be measured per SSPC-PA 2, Level 2 with an allowable measurement of spot DFT of: 1. Minimum DFT, as specified. 2. 120% of maximum DFT specified. H. The Contractor and painting technicians are responsible for the application of coating system and must have current applicator certifications from the Coating Manufacturer. Submit certifications with coating submittal. I. Coatings which have an expired shelf or pot life may not be used and must be removed from the site. J. Coating must be applied by skilled workmen and must be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. K. Sand between coats to remove over spray and dry fall. L. Apply the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats must not to be applied before notifying the Owner’s field representative and obtaining approval. Each coat must be tested before the successive coat is applied. M. The coating curing period must be adjusted to compensate for less than adequate weather conditions, as recommended by the Coating Manufacturer, for complete curing of the entire coating system. The full curing time recommended by the manufacturer must be provided. N. Coating must be continuous and must be accomplished in an orderly manner to facilitate proper inspection control. O. Where a roller or brush is used to apply the coating, additional coats may be necessary to achieve the recommended dry film thickness and/or to achieve total coverage of the underlying surface. Coated surfaces must be totally free of all roller nap, roller marks, brush bristles and brush marks. P. When using conventional coating spray equipment for coating operations, effective oil and water separators combined with after coolers or deliquescent dryers must be used in compressed air lines to remove detrimental oil and moisture from the air. Separators must be placed as far as practical from the compressor. Compressors must be tested periodically by the Contractor for oil and water contamination of compressed air. Testing must follow ASTM D4285 “Standard Test Method of Indicating Oil and Water in Compressed Air”. All compressor units found to produce unacceptable amounts of oil and or water, as determined by results of ASTM D4285 test data must be replaced with a compressor that is acceptable. Q. For porous surfaces, such as concrete or masonry, a prime coat may be thinned to provide maximum penetration and adhesion. The type and amount of thinning must be determined by the coating manufacturer and is dependent on surface density and type of coating. R. Concrete and Steel Floors and Walks, including Bulk Storage Areas High-Performance Coatings 09 96 00.01 - 23 LUB19278 – Low Head C Pipeline 1. Provide non-skid surface in walkway areas and on floors. 2. Contractor is to include non-skid additive such as aluminum oxide to coatings or may use 50 mesh dry wash silica sand broadcasted into the film and back rolled to encapsulate as recommended by the coating manufacturer. 3. Contractor is to provide a test area to confirm with Owner that the non-skid surface is adequate and consistent. Contractor must modify method or products used as required to provide an acceptable surface. 3.11 WATER AND WASTEWATER PIPE COLORS A. General coating colors in accordance with the TCEQ are as follows for general selection of pipe coatings. Contractor must provide samples for Engineer’s approval prior to ordering as specified. Pipe/Pumps/Valves System Description Color Backwash Waste/Drain Dark Grey Settled Water Green Effluent after Clarification Dark Green Filter Effluent Light Blue Gray Water Purple with Yellow Lettering Heated Water Blue with 6-inch Red Bands Spaced 30-inches apart Potable Water/Treated Water Light Blue Power Conduits In compliance with the National Fire Protection Association 70 National Electrical Code Raw Water Tan Reclaimed Water Purple with Black Lettering Sewage Grey Sludge Brown 3.12 FIELD QUALITY CONTROL A. Field Tests: Make wet film tests during painting operations to assure proper thicknesses of coating are being applied. After each coat has been applied, test the paint film thickness with a nondestructive, magnetic type thickness gauge. The total dry-film thickness for each coat must be per 3.09.G. Apply additional coats until the specified thickness is reached or exceeded. B. Holiday Testing 1. Holiday testing must be performed in accordance with NACE SP0188 or ASTM D5162 for steel substrates and ASTM D4787 for concrete substrates. High-Performance Coatings 09 96 00.01 - 24 LUB19278 – Low Head C Pipeline 2. Test the entire surface of coated steel and piping in moderate or severe environments, as determined by the Engineer, with a holiday detector. For thickness between 10 and 20 mils (250 to 500 microns) a non-sudsing type wetting agent, as recommended by the holiday detector manufacturer, must be added to the water prior to wetting the detector sponge. 3. Holiday detect coatings in excess of 20 mils with high voltage holiday testers as recommended by the coating manufacturer. 4. Mark and repair failures in accordance with the manufacturer’s printed instructions, then retest failure areas. No failures or other irregularities will be permitted in the final coats. Areas containing holidays must be repaired until tests indicate no holidays. 3.13 PROTECTION OF SURFACES NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switch plates, 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. 3.14 DAMAGED COATINGS, PINHOLES, AND HOLIDAYS: A. Feather edges and repaired in accordance with the recommendations of the paint manufacturer. B. Repair fusion bonded coatings to be as recommended by the original applicator. Applicator must provide liquid repair kits for this purpose as recommended by the coating manufacturer. C. Apply finish coats, including touchup and damage-repair coats in a manner that will present a uniform texture and color-matched appearance. 3.15 UNSATISFACTORY APPLICATION: A. 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. B. Evidence of runs, bridges, shiners, laps, or other imperfections are cause for rejection. C. Repair defects in coating system per written recommendations of coating manufacturer. D. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 3.16 COATING INSPECTION High-Performance Coatings 09 96 00.01 - 25 LUB19278 – Low Head C Pipeline A. General: 1. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. 2. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. 3. Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper millage in these areas. B. Coating Thickness Testing: 1. Owner’s Representative may conduct coating thickness testing as necessary and without limitation. 2. Measure coating thickness specified in mils with an electronic type dry film thickness gauge. 3. Check each coat for the correct millage. 4. Tests for concrete coating thickness may be taken using a Tooke Gauge or gauge approved for testing coatings over concrete substrates. Contractor must repair coating after thickness testing, if required. C. Coating Continuity (Holiday) Testing: Owner’s Representative will witness holiday testing performed by the Contractor. 3.17 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from painting operation from the Site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters, overlap of paint from adjacent material and other defects. Spot paint nicks and other defects. B. Remove paint containers and waste products. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. C. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be painted would be the responsibility of the Contractor. 3.18 SCHEDULES Protective coatings must be applied in accordance with the following paint schedule. If additional or alternate primers, etc. are recommended by the coating manufacturer for any of the coatings specified, they must be provided at no additional cost to the Owner to provide a complete and compatible coating system, as approved by the Engineer. High-Performance Coatings 09 96 00.01 - 26 LUB19278 – Low Head C Pipeline PROTECTIVE COATINGS PAINT SCHEDULE System Application Description Surface Prep:Product Type No. of Coats DFT/Coat (mils) No. 1 Submerged Metal – Potable Water 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. Not to be used for potable water storage tanks. All coatings must be NSF 61 certified. SSPC-SP1 SSPC-SP10 NAPF 500-03-01 NAPF 500-03-04 NAPF 500-03-05 TYPE H – Epoxy-Polyamide TYPE H - Stripe Coat TYPE H – Epoxy-Polyamide 1 2 4.0 4.0 Total Minimum Dry Film Thickness 12 mils No. 2 Above-Grade Interior/Exterior Steel and D.I. Piping Non-Immersion/Non-Corrosive Environment All metal surfaces new and existing, such as inside pump station buildings, exterior piping and valves, exterior structural steel, etc. Application Notes: 1. Proposed piping and valves may be provided with factory applied prime coat(s), with fusion bonded epoxy or Type H epoxy. For damaged factory applied coatings spot prime with Epoxy Mastic. Provide application of Type C and Type M coatings in the field. 2. Proposed Field Coated and Existing Previously Coated Piping and Valves - Prepare as indicated and provide full coat of Epoxy Mastic and continue with stripe, intermediate and top coat as indicated. For New Piping and Valves: SSPC-SP1 SSPC-SP6 NAPF 500-03-01 NAPF 500-03-04 NAPF 500-03-05 For Previously Coated Piping and Valves: SSPC-SP1 SSPC-SP3 NAPF 500-03-01 NAPF 500-03-03 TYPE N – Epoxy Mastic TYPE C – Penetrating Epoxy Pre-Primer TYPE M – Stripe Coat Type M - HS Epoxy Siloxane 1 1 1 5.0 2.0 5.0 – 7.0 Total Minimum Dry Film Thickness 12 mils High-Performance Coatings 09 96 00.01 - 27 LUB19278 – Low Head C Pipeline System Application Description Surface Prep:Product Type No. of Coats DFT/Coat (mils) No. 4 Electrical Equipment - Exterior All new and existing exterior electrical panels and equipment with factory coatings. Not for pumps and motors. SSPC-SP1 SSPC-SP2 TYPE A – Alkyd-Phenolic Universal Primer TYPE F – Stripe Coat TYPE F – Alkyd Enamel 1 2 2.0 3.0 Total Minimum Dry Film Thickness 8.0 mils No. 6 Above-Grade Interior and Exterior PVC Pipe Exterior surfaces PVC piping. SSPC-SP1 Light Sanding TYPE B – Epoxy-Polyamide Primer TYPE I – Aliphatic Polyurethane Enamel 1 1 3.0 3.0 Total Minimum Dry Film Thickness 6.0 mils No. 8 New and Existing Metal Piping and Valves within Vaults and Under Insulation Moderate to Severe Environment All metal surfaces new and existing that will be installed in areas where temporary submerged conditions can occur, such as within vaults and for piping and valves covered with insulation. Application Notes: 1. Proposed piping and valves may be provided with factory applied prime coat(s), with fusion bonded epoxy or Type H epoxy. For damaged factory applied coatings spot prime with Epoxy Mastic. Provide application of Type C and Type M coatings in the field. 2. Proposed Field Coated and Existing Previously Coated Piping and Valves - Prepare as indicated and provide full coat of Epoxy Mastic and continue with stripe, intermediate and top coat as indicated. For New Piping and Valves: SSPC-SP1 SSPC-SP6 NAPF 500-03-01 NAPF 500-03-04 NAPF 500-03-05 For Previously Coated Piping and Valves: SSPC-SP1 SSPC-SP3 NAPF 500-03-01 NAPF 500-03-03 TYPE N – Epoxy Mastic TYPE C – Penetrating Epoxy Pre-Primer TYPE G - Stripe Coat TYPE G – Epoxy-Polyamide 1 1 2 4.0 2.0 4.0 Total Minimum Dry Film Thickness 12 mils High-Performance Coatings 09 96 00.01 - 28 LUB19278 – Low Head C Pipeline END OF SECTION Pipeline Coatings and Linings 09 97 16 - 1 LUB19278 – Low Head C Pipeline 09 97 16 PIPELINE COATINGS AND LININGS 1.00 GENERAL 1.01 WORK RESULTS A. This Section covers the Work necessary to apply external mortar coatings on pipe, field coating of joints, and field repair of coating damage, complete. B. Exposed steel pipe will be coated as specified in Section 09 96 00.01 “High-Performance Coatings” unless specified otherwise. 1.02 SUBMITTAL REQUIREMENTS A. Contractor submittals shall be made in accordance with Section 01 33 00 “Document Management.” B. Shop Drawings: Catalog cuts and other information for all products proposed. Provide copy of approved coating system submittals to the coating applicator. C. Quality Control Submittals: Furnish the following: 1. Applicator's Experience with list of references substantiating compliance. 2. Coating manufacturer's certification stating the applicator meets or exceeds their coating application requirements and recommendations. 3. Coating manufacturer shall provide a copy of the manufacturer’s coating application quality assurance manual. 4. If the manufacturer of field-applied coating differs from that of the shop applied primer, provide written confirmation from both manufacturers’ that the two coating materials are compatible. 1.03 QUALITY ASSURANCE A. Coating Applicator's Experience and Certification: 1. Coating Application Company and coating application supervisor (Certified Applicator) shall have a minimum of 5 years’ experience applying the specified coating system. Coating application personnel, whom have direct coating application responsibility, shall have a minimum of 2 years’ practical experience in application of the indicated coating system. 2. Coating applicator shall be certified by the coating manufacturer as an approved applicator. B. Coating and/or lining manufacturer technical representative shall be present for a minimum of 3 days technical assistance and instruction at the start of coating and/or lining operations within the shop. During this visit, the technical representative shall observe surface preparation and coating application and conduct tests of the coating to insure conformance with application instructions, recommended methods, and conditions. C. Coating and/or lining manufacturer’s technical representative shall be on-Site for 3 working days, minimum, at the start of each construction season to inspect coating application and Pipeline Coatings and Linings 09 97 16 - 2 LUB19278 – Low Head C Pipeline procedures in the field. During this visit, the technical representative shall observe surface preparation and coating application and conduct tests of the coating to insure conformance with application instructions, recommended methods, and conditions. D. Coating and/or lining manufacturer shall include 8 hours per month of field or shop coating technical support when requested by the Engineer. E. Technical representative shall provide a written report to the Engineer for each visit. Report shall include copies of test data collected, description of observations, and all recommended corrective actions. Report shall be submitted within 5 working days after the visit. When deemed necessary by the Engineer, Work will not be permitted to proceed until the recommended corrective actions have been implemented. After all corrective recommendations have been completed; the manufacturer representative shall return and certify that the application complies with the manufacturer’s coating application recommendations. F. Additional visits by the manufacturer’s representative shall be made at sufficient intervals during surface preparation and coating or lining as may be required for product application quality assurance, and to determine compliance with manufacturer’s instructions, and as may be necessary to resolve problems attributable to, or associated with, manufacturer’s products furnished for this Project. 1.04 ABBREVIATIONS A. The following abbreviations are used in this Section: Abbreviations MDFT Minimum Dry Film Thickness Mil Thousandths of an Inch 1.05 DEFINITIONS A. Manufacturer's Representative: Employee of coating manufacturer who is factory trained and knowledgeable in all technical aspects of their products and systems. Sales representatives are not acceptable as a technical representative unless written authorization from the coating manufacture is provided which states the sales representative has full authority to act on the behalf of the coating manufacturer. 1.06 REFERENCE STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) / NSF Standards: ANSI/NSF 60 Drinking Water Treatment Chemicals – Health Effects ANSI/NSF 61 Drinking Water System Components – Health Effects 2. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Standard Specification for Concrete Aggregates Pipeline Coatings and Linings 09 97 16 - 3 LUB19278 – Low Head C Pipeline ASTM C150 Standard Specification for Portland Cement ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers – Tension ASTM D522 Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM D570 Standard Test Method for Water Absorption of Plastics ASTM D2240 Standard Test Method for Rubber Property – Durometer Hardness ASTM D4060 Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser ASTM D4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials ASTM G14 Standard Test Method for Impact Resistance of Pipeline Coatings (Falling Weight Test) ASTM G95 Standard Test Method for Cathodic Disbondment Test of Pipeline Coatings (Attached Cell Method) 3. American Water Works Association (AWWA) Standards: AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe- 4-inch and Larger- Shop Applied AWWA C209 Cold Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C216 Heat-shrinkable Cross-linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings for Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings 4. National Association of Corrosion Engineers (NACE) Standards: NACE RP 0274 High Voltage Electrical Inspection of Pipeline Coatings 5. Steel Structures Painting Council (SSPC) Standards: SSPC-SP-1 Solvent Cleaning SSPC-SP-2 Hand Tool Cleaning SSPC-SP-3 Power Tool Cleaning SSPC-SP-5 White Metal Blast Cleaning SSPC-SP-6 Commercial Blast Cleaning SSPC-SP-10 Near-White Blast Cleaning SSPC-SP-11 Power Tool Cleaning to Bare Metal Pipeline Coatings and Linings 09 97 16 - 4 LUB19278 – Low Head C Pipeline 1.07 SPECIAL WARRANTY REQUIREMENTS A. The Contractor and coating applicator shall warrant to the Owner and guarantee the Work under this Section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. 1.08 OBSERVATION OF WORK A. The Contractor shall give the Owner Representative a minimum of 14 days advance notice of the start of any Work to allow scheduling for shop or field observation. Provide Owner Representative a minimum 3 days’ notice for actual start of surface preparation and coating application Work. B. Provisions shall be made to allow Owner’s representative full access to facilities and appropriate documentation regarding coating application. C. Observation by the Owner’s representative or the waiver of observation of any particular portion of the Work shall not be construed to relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. D. Materials shall be subject to testing for conformance with the Contract Documents as the Owner’s representative may determine, prior to or during incorporation into the Work. 2.00 MATERIALS 2.01 GENERAL A. Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance with referenced standards, written directions of the coating or lining manufacturer’s, and this Section, whichever is more stringent. B. Coatings and linings will be stored, handled, and applied per manufacturer’s written directions. C. Pipeline coating or lining shall be the product of a single manufacturer. Product substitutions during the Project will not be permitted. 2.02 EXTERIOR SHOP-APPLIED COATINGS A. General: 1. Steel pipe shall be mortar coated in accordance with AWWA C205, except as modified herein. The outside mortar coating shall be shop applied, and shall be in accordance with AWWA C205. Mortar coating reinforcing shall be electrically continuous with the steel cylinder; 1-inch minimum thickness; cut back coating from joint ends no more than 2 inches to facilitate joining and welding of pipe. 2. Pipe that is atmospherically exposed shall be shop primed as specified herein and in Section 09 96 00.01 “High-Performance Coatings.” 3. Buried dielectrically coated pipe and fittings passing through a structure wall or floor shall be coated for a minimum of 2 inches beyond the interior wall or floor surface. Pipeline Coatings and Linings 09 97 16 - 5 LUB19278 – Low Head C Pipeline B. Exterior Coating for Exposed Steel Pipe: All atmospherically exposed or vault piping shall be shop primed with the coating system as specified in Section 09 96 00.01 “High-Performance Coatings.” 2.03 INTERIOR SHOP-APPLIED LININGS A. Cement Mortar Lining: 1. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205. 2. Cement: Conform to ASTM C150, Type II. 3. Shop applied cement mortar lining shall be uniform in thickness over the full length of the pipe joint. 4. Aggregate shall be silica sand or other aggregate that is not subject to leaching. Conform to ASTM C33. 5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. B. Liquid Applied Epoxy Coating: 1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at insulating joints for a minimum of two pipe diameters on each side of the insulated joint. 2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in accordance with ANSI/NSF Standards 60 and 61. 3. Epoxy shall be applied over the cement mortar lining where specified for the pipeline lining material. 4. Prepare the cement mortar lining by abrasive blasting to remove all laitance and provide a surface profile. 5. Cement mortar shall be allowed to cure for a minimum of 15 days prior to surface preparation and coating application or 7 days with steam curing. 6. Mortar lining shall be dry when epoxy lining is applied. 2.04 SPECIALS, FITTINGS, AND CONNECTIONS A. Coating and lining application for special sections, connections, and fittings for steel or ductile iron pipe shall conform to coating system and application requirements as specified in this Section. B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for blowoffs, interconnects, any valve, or other appurtenances; tees; crosses; wyes; laterals; manholes; mitered angles or elbows; and pipes which require special fabrication that prevents mechanical production application of the specified coating system from end to end of pipe joint. C. In addition to the items listed as specials, the following items shall also be considered as specials: 1. Pipe joints with pass through holes. Pipeline Coatings and Linings 09 97 16 - 6 LUB19278 – Low Head C Pipeline D. Hand applied tape coatings will not be permitted on any specials, fittings, connections, and elbow fittings. E. Specials, fittings, and connections shall be externally coated with polyurethane coating system applied from end to end of pipe joint on all specials, fittings, and connections. 2.05 EXTERIOR FIELD JOINT COATING A. Pipe joints shall be field coated after pipe assembly with joint wrapper and mortar unless noted otherwise. B. Buried ferrous metal such as flanges, bolts, nuts and couplings which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape meeting AWWA C217 and encased in flowable fill. C. Cement Grout Mixture: One part cement to two parts of fine, sharp clean sand. Mix interior joint mortar with as little water as possible until very stiff, but workable. Mix exterior joint mortar with water until it has consistency of thick cream. Mix cement grout to specific gravity of 19 lb/gallon or greater as measured by grout/slurry balance. Use balance manufactured grout/slurry by Baroid or approved equal. Perform test in presence of and at request of Owner’s Representative. Add additional cement grout or water to mixed cement grout to bring mix to proper moisture content or specific gravity. Discard cement grout that has been mixed more than 20 minutes and is not at proper specific gravity or moisture content. 1. Portland Cement: ASTM C 150, Type II. Provide one type of cement for entire project. 2. Sand: a. Interior joints: ASTM C 35 fine graded plaster sand. b. Exterior joints: ASTM C 33; natural sand with 100 percent passing No. 16 sieve. 3. Water: Potable water with total dissolved solids less than 1,000 mg/l; ASTM D 512 chloride ions less than 100 mg/l for slurry and mortar cure; ASTM D 1293 pH greater than 6.5. Use potable water with 250 ppm limit on chlorides and sulfates. D. Provide approved Nonshrink Grout for Special Applications, Patches, and Repairs. 1. Conform to requirements of ASTM C 1107, Nonshrink Grout. 2. Pre-blended factory-packaged material manufactured under rigid quality control, suitable for use in joints of prestressed concrete cylinder pipe. 3. Contain non-metallic natural aggregate and be nonstaining and noncorrosive. 4. Meeting NSF 61 Standard suitable for use in contact with potable water supply. 5. Exterior: Highly flowable to fill joint wrapper without leaving voids or trapped air. Interior capable of being placed with plastic consistency. 6. Compressive strength: ASTM C 1107 2,500 psi minimum 7-day unconfined; 5,000 psi minimum 28-day unconfined. 7. Non-bleeding and non-segregating at fluid consistency. 8. Contain no chlorides or additives which may contribute to corrosion of steel pipe. Pipeline Coatings and Linings 09 97 16 - 7 LUB19278 – Low Head C Pipeline 9. Free of gas-producing, gas-releasing agents. 10. Resist attack by oil or water. 11. Mix, place, and cure in accordance with manufacturer’s instructions and recommendations. Upon 72 hours notice, provide services of qualified representative of nonshrink grout manufacturer to aid in assuring proper use of product under job conditions. Representative to be on site when product is first used. 12. Mix cement grout to specific gravity of 17.7 lb/gallon or greater as measured by grout/slurry balance. Use balance manufactured grout/slurry by Baroid or approved equal. Perform test in presence of and at request of Owner’s Representative. Add additional cement grout to mixed cement grout or water to bring mix to proper moisture content or specific gravity. Discard cement grout that has been mixed more than 20 minutes and is not at proper specific gravity or moisture content. 13. Compressive strength: ASTM C 1107 2,500 psi minimum 7-day `unconfined; 5,000 psi minimum 28-day unconfined. E. Finished surface of lining and interior joint to be comparable to surface rubbed with No. 16 Carborundum stone. Rub joint mortar sufficiently to bring paste to surface, to remove depressions and projections, and to produce smooth, dense surface. Add cement to form surface paste as necessary. Leave interior with clean, neat, and uniform-appearing finish. F. Joint Wrapper: Minimum width of 9 inches for 33-inch diameter and smaller; minimum width of 12 inches for diameters greater than 33-inch hemmed at edge to allow threading with minimum [1]-inch wide steel strap. Provide minimum 6-inch wide Ethafoam strip sized, positioned, and sewn such that two circumferential edges of Ethafoam are 1½-inches from outer edge of wrapper. G. Field joint coating shall be compatible with the shop-applied coating system and provided by the same manufacturer or a manufacturer approved by the pipe coating manufacturer. H. Field joint coating materials shall be as follows or an approved equal. 1. Wax Tape Coating: a. Apply coating in accordance with AWWA C217, except as modified herein. b. Wax tape coatings shall be field applied on all buried flexible joints, thrust restraint rods and brackets, and on joints, fittings, or irregular shapes or complex configurations that are not suited for the use of heat shrink coating system. c. Do not use wax tape coating systems on vault piping, atmospherically exposed piping and appurtenances, or where subject to UV exposures. d. Provide filler material to fill and smooth all irregular surfaces, such that no tenting or voids remain under the applied wax tape. e. Use sand backfill to protect wax coating from damage. f. Coating System: 1). Surface Preparation: SP11 Power Tool to Bare Metal. 2). Primer: Petroleum or petrolatum wax. 3). Filler Material: Filled Petroleum or petrolatum wax. Pipeline Coatings and Linings 09 97 16 - 8 LUB19278 – Low Head C Pipeline 4). Inner Tape: Petroleum or petrolatum wax impregnated fabric, 6-inch width maximum, 40 mils thick. 5). Outer Wrap: PVC or tape suitable for application to inner tape. g. Wax tape coating system shall be as manufactured by: 1). Denso North American. 2). Trenton. 3). Or approved equal. 2.06 INTERIOR FIELD JOINT COATING A. Mortar Lining: 1. After the backfill has been completed to final grade, the interior joint recess shall be filled with grout. The grout shall be tightly packed into the joint recess and troweled flush with the interior surface. Excess shall be removed. 2. At no point shall there be an indentation or projection of the mortar exceeding 1/16 inch. 3. With pipe smaller than 24 inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with grout. The joint shall be completed and excess mortar on the inside of the joint shall be swabbed out. 2.07 REPAIR OF COATINGS AND LININGS A. General: 1. Coating or lining repair materials shall be compatible with the shop-applied coating or lining system and shall be approved by the coating or lining manufacturer. 2. On mortar coated pipe, have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005 inch (a hairline) by using an approved method. If, in the opinion of the OPT, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 3. 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 area to be repaired exceeds 100 square inches or has dimensions 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. 4. Minor coating repairs for polyurethane coated or exposed pipe shall be as specified herein. B. Exposed Pipe Coating System: Touch-up repair all damage to the primer and/or intermediate coats with the specified coating system prior to final coating of the pipeline in accordance with Section 09 96 00.01 “High-Performance Coatings.” 3.00 EXECUTION Pipeline Coatings and Linings 09 97 16 - 9 LUB19278 – Low Head C Pipeline 3.01 ENVIRONMENTAL LIMITATIONS A. General: 1. Products shall comply with federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposure. 2. Comply with applicable federal, state, and local, air pollution and environmental control regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, and coating application. 3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees above the dew point of the ambient air. 4. Do not apply coatings when: a. Surface and ambient temperatures exceeds the maximum or minimum temperatures recommended by the coating manufacturer or the Specifications. b. In dust or smoke-laden atmosphere, blowing dust or debris, damp or humid weather, or under conditions that could cause icing on the metal surface. c. For epoxy coatings or linings when it is expected that surface temperatures would drop below 5 degrees above dew point within 4 hours after application of coating. d. Whenever relative humidity exceeds 85 percent for polyurethane coating application. 5. Where weather conditions or Project requirements dictate, Contractor shall provide and operate heaters and/or dehumidification equipment to allow pipe surfaces to be abrasive blasted and coated as specified and in accordance with the manufacturer’s coating application recommendations. 6. Work activities can be restricted by the Engineer until adequate temperature and humidity controls are in place and functioning within the environmental limits specified. 7. Coating applicator shall provide a monitoring system approved by the coating manufacturer that constantly records pipe and coating conditions during coating application. Recorded monitoring parameters shall include pipe temperature, line speed, surface preparation, holiday test and other parameters applicable to the type of coating. B. Temperature Control: 1. In cold weather or if moisture collects on the pipe, preheat pipe to a temperature between 45 and 90 degrees and 5 degrees above dew point, whichever is greater. 2. When temperatures are above or below the coating manufacturer’s recommended application temperatures, the Contractor will provide temperature controls as necessary to permit Work to precede within the manufacturer’s temperature limitations. 3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and control heating or cooling effectiveness. 4. Heating shall be with indirect fired heaters that do not increase humidity levels within the work area. Heaters shall be sized for the area to be heated. Pipeline Coatings and Linings 09 97 16 - 10 LUB19278 – Low Head C Pipeline C. Dehumidification: 1. Contractor shall provide dehumidification equipment when necessary for shop or field environmental control during surface preparation and/or coating application. Dehumidification equipment shall be properly sized to maintain dew point temperature 5 degrees or more below surface temperature of metal surfaces to be cleaned and coated. 2. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration, condensation or icing shall be prevented throughout surface preparation and coating application. 3. Equipment size and power requirements shall be designed by personnel trained in the operation and setup of dehumidification equipment based on Project requirements and anticipated weather conditions. 4. Dehumidification equipment shall operate 24 hours per day and continuously throughout surface preparation and coating application. 5. Contractor to provide personnel properly trained in the operation and maintenance of the dehumidification equipment or provided training by the dehumidification equipment Supplier. 6. Daily maintenance requirements of the equipment shall be documented in writing and posted near the equipment for review by the Engineer. 7. Reblasting of flash rusted metal surfaces or removal of damaged coatings, because of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Contractor. 3.02 SURFACE PREPARATION A. General: 1. Inspect and provide substrate surfaces prepared in accordance with the Contract Documents and the printed directions and recommendations of coating manufacturer whose product is to be applied. 2. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC- SP1, solvent cleaning. 3. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. 4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting. 5. Priming and coating of pipe shall be completed the same day as surface preparation. B. Weld Surface Preparation: 1. Requirements: Spray applied coating systems do not require weld grinding. C. Steel Surface Preparation: Pipeline Coatings and Linings 09 97 16 - 11 LUB19278 – Low Head C Pipeline 1. Surface preparation of steel pipe shall be in accordance with SSPC surface preparation standards utilizing the degree of cleanliness specified for the coating system to be applied or as specified herein, whichever is more stringent. 2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the degree of cleanliness and coating adhesion specified. 3. Pipe cleaned by abrasive blasting with recyclable steel grit and/or shot or other abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 4. Polyurethane coating system shall have a sharp angular surface profile of the minimum depth specified. 5. Work shall be performed in a manner that does not permit the cleaned metal surface to rust back or flash rust. 6. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal to the metal surface cleanliness prior to rust back or flash rusting. Determination of the equivalent surface cleanliness shall be at the Engineer’s sole discretion. 3.03 SHOP -APPLIED COATING SYSTEMS A. Steel pipe shall be coated in accordance with AWWA C205. 3.04 EXTERIOR COATING HOLDBACK A. Coating holdbacks shall be straight and cut through the full thickness of the coating. B. Cutbacks shall be completed in a manner that permits field coating of joints in accordance with the manufacturer’s recommendations and as specified herein. C. Holdbacks shall be as required for proper jointing of pipe, considering joint welding requirements, and be as follows: Holdbacks Push-on joint, spigot 1 inch before centerline gasket Push-on, bell Flush with bell end Welded, spigot 3 inches, minimum Welded, Bell 4-inches, minimum D. Holdback Corrosion Protection: 1. Holding primer for corrosion protection of cutbacks or holdbacks shall be compatible with the specified joint coating system and weld after backfill requirements, when applicable. 2. Approved holdback primers are: a. Tnemec Omnithane: Suitable for all joints, except joints subject to weld after backfill. b. Tnemec 90E-92 Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints, including weld after backfill joints. Pipeline Coatings and Linings 09 97 16 - 12 LUB19278 – Low Head C Pipeline c. Devoe Cathacoat 304V Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints including weld after backfill joints. d. Polyken or Other Tape Primers: Not allowed. 3. Primer shall not result in running or melting of the coating or cause toxic fumes when heated during weld after backfill operations. 4. Application and thickness of holding primer shall be in accordance with the coating manufacturer’s recommendations, but shall not impair the clearances required for proper joint installation. 5. Primer application on spigot end of field welded pipe shall be held back 1 to 2 inches from the end of the spigot or as necessary to prevent toxic fumes during field welding. 6. Any corrosion within the holdback areas shall be abrasively blasted to near white metal in accordance with SSPC-SP10 or power tool cleaned to bare metal in accordance with SSPC-SP11 prior to applying joint coating. 3.05 PIPE LINING APPLICATION A. Shop-applied Cement Mortar Lining: 1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 2. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2- by-4-inch No. 13 gage welded steel wire mesh. 3. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 4. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2- by-4-inch No. 13 gage welded steel wire mesh. 5. Brace and support pipe during lining application to minimize pipe distortion or vibration. Bracing and supports shall not damage the pipe, coating, or lining. 6. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of sufficient thickness and strength to resist shipping, handling, and storage stresses. 7. Damage to the cement mortar lining, including disbondment, cracking, or blistering, caused by improper curing, shipping, handling, or installation shall be repaired in accordance with AWWA specifications and to the satisfaction of the Engineer. 8. Other requirements of mortar lining materials and processes: As specified in AWWA C205. B. Liquid Epoxy Lining: 1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where specified with two coats of epoxy coating. Pipeline Coatings and Linings 09 97 16 - 13 LUB19278 – Low Head C Pipeline 2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating joint for a minimum of one pipe diameter. If only one side of the joint can be coated the coating shall be applied for a minimum of two pipe diameters. 3. Mortar lining shall be allowed to cure 15 days or steam cured not less than 7 days prior to surface preparation of the mortar and epoxy coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer’s requirements for application on cement or concrete, whichever is greater. 4. Prepared mortar lining by abrasive blasting to remove all laitance and create a suitable anchor profile. 5. Epoxy coating shall be applied in two coats minimum, at a total coating thickness of 16 mils dry film thickness. Coating applied over cement mortar lining shall be applied in a manner that will minimize gassing and pinholes in the completed lining. 6. Mortar lining shall be dry during epoxy lining application. 3.06 FIELD COATING JOINTS A. General: 1. Remove all oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. 2. Clean pipe surface and adjacent coating of all mud, corrosion, and other foreign contaminates in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal or abrasive blast joints in accordance with SSPC-SP10, near white metal blast, that exhibit any surface corrosion or staining. When required, clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 3. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 4. Complete joint bonding of pipe joints before application of joint coating. Joint bonds shall be installed as specified in Section 26 42 00.01 “Corrosion Monitoring System” and the Drawings. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5. Contractor to electrically test completed joint coating for holidays with high voltage spark tester. B. Exterior Joint Protection for Mortar Coated Steel Pipe: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two (2) metal straps. The wrapper shall be 9” wide for pipe 36” and larger, and 7” wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one (1) continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. Pipeline Coatings and Linings 09 97 16 - 14 LUB19278 – Low Head C Pipeline C. Weld After Backfill Joint Requirements: 1. Post-welded or ‘Weld after Backfill’ joints are defined as welded pipe joints that have been coated and backfilled prior to completing interior welds. 2. Post welded joints shall be coated and protected as follows: a. Hold back primer shall be suitable for post weld conditions as specified in this Section and shall not exhibit any binder breakdown in the heat effect zone that causes loss of joint coating adhesion to the holdback primer. b. Joints shall be fully buried prior to welding, with not less than 36 inches cover of soil or flowable fill material on all sides. Sand or flowable fill backfill is preferred for weld after backfill joints. 3. Welding of the joints shall be in conformance with the Specification 33 05 01.05 “Bar- Wrapped Concrete Cylinder Pipe and Fittings” and as modified herein: a. All welding shall be with stick electrodes and two or more weld passes as required to meet the specified AWS qualified welding procedures and maximum coating temperature limitations. ‘Weld after Backfill’ procedures on wall thicknesses of ¼ inch or less must be approved by the Construction Manager based on field testing demonstrating the welding procedures can comply with the requirements of this Section. b. Welding speed, amperage, and voltage shall be as required to maintain a maximum heat input of 23,000 joules or a maximum surface temperature at the coating/steel interface of 800 F, whichever is least. c. Maximum weld temperature and duration shall not result in carbonization of the joint coating adhesive. Carbonization is defined as the loss of volatile organic compounds that result in loss of tackiness, adhesion to the steel, and corrosion protection properties. d. Finished joint coating shall not have any visual creases of folds in the joint coating backing material that extends through both the inner protective layer and outer joint sleeve. 4. If Contractor elects to post-weld any joints, Contractor shall demonstrate that the joint welding procedures will not significantly damage the coating by fully excavating the first two joints for evaluation of the joint coating condition. Engineer will randomly select up to three additional post-welded joints for excavation by Contractor for evaluation of joint coating condition. Joint coating will be destructively evaluated by the Engineer. Contractor will remove and replace joint heat shrink sleeve upon completion of the evaluation. 5. In the event that any excavated post welded joint exhibits any heat related damage as defined herein, Contractor shall modify and test a new post welding procedure prior to completing any additional post-welded joints. Contractor shall demonstrate that the revised joint welding procedure will not significantly damage the coating by repeating the weld after backfill evaluation requirements defined in this Section, including excavation of the three additional randomly selected joints for destructive evaluation. 3.07 REPAIR OF COATING AND LININGS Pipeline Coatings and Linings 09 97 16 - 15 LUB19278 – Low Head C Pipeline A. General: 1. All areas where holidays are detected or coating is visually damaged, such as blisters, tears, rips, bubbles, wrinkles, cuts, or other defects shall be repaired. Areas where no holidays are detected, but are visually damaged shall also be repaired. 2. Mortar coating or lining repair materials shall be compatible with the shop-applied coating or lining system and shall be approved by the coating or lining manufacturer. 3. Cement mortar coating that is cracked or disbanded shall be repaired in accordance with AWWA C205, except for mortar overcoat or dielectric steel. 4. Disbonded coating with disbondment greater than 25 percent of the pipe surface shall be rejected and recoated. 3.08 INSPECTION AND TESTING A. General: 1. Applicator shall inspect and test the coating system in accordance with referenced standards and this Section, whichever is more stringent. 2. The frequency of the testing shall be determined by the applicator, but shall not be less than the requirements of this Section. 3. Owner or Owner’s representative will conduct random independent inspections and tests for the final acceptance or rejection of pipe coating or lining. B. Adhesion Testing: 1. General: a. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped without adhesion testing will be field-tested. Pipe rejected in the field will be returned to the shop for repair at the sole expense of the Contractor. b. A minimum of two pipes will be tested for adhesion from each lot of pipe coated up to 3000 square feet of pipe. An additional adhesion test will be conducted on every increment up to 2000 square feet of pipe coated in excess of the first 3000 square feet of pipe. (i.e. if one workday of production is 6000 square feet of pipe, four adhesion tests will be conducted on the pipe lot.) Adhesion testing shall be conducted on not less than 50 percent of each pipe produced within a lot. c. A pipe lot is defined as the quantity of pipe that is coated by a single crew within a work shift, but not to exceed 12 hours. d. The pipe coating applicator shall repair all coating damage from shop adhesion testing. Contractor shall be responsible for coating repairs for all field adhesion testing. e. Adhesion tests will be performed not less than 24 hours after coating application. Tests conducted prior to 24 hours will be acceptable only if the test meets or exceeds the adhesion criteria specified and the test was requested by the pipe fabricator. f. Pipe will be randomly selected for adhesion testing. Pipeline Coatings and Linings 09 97 16 - 16 LUB19278 – Low Head C Pipeline g. Owner or the Owner’s representative has the right to conduct additional adhesion testing as deemed necessary to assure the pipe meets or exceeds the requirements of this Section at any time and location. 2. Rejection of Coating: 3. If any pipe within a lot fails to meet the test criteria specified for the coating type, that pipe shall be rejected along with all other pipes within the lot. Each pipe within the rejected pipe lot will then be individually tested and rejected on a pipe-by-pipe basis in conformance with the test procedures and criteria specific for the coating type. 4. All rejected pipe shall have all coating removed from the full length pipe and the pipe abrasive blasted and recoated. 5. Polyurethane Adhesion Testing: a. Acceptance Criteria: 1). Polyurethane coating or lining shall have an adhesion to steel of 1750 pounds per square inch, minimum. Acceptance will be based on one pull minimum, with no pulls less than the minimum criteria where multiple pulls are conducted on the same joint of pipe. 2). The median value for all coating or lining adhesion pulls performed within a lot of pipe shall not be less than 2000 psi. 3). Each pipe failing the minimum adhesion criteria shall be rejected. AWWA C222 rejection of pipe based on multiple adhesion pulls is specifically excluded from this Section. 4). Pipe lots failing the median value for all adhesion pulls shall be rejected and each pipe within the lot tested for adhesion. Each pipe that fails the adhesion criteria shall be rejected. 5). Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. b. Test Procedures: 1). Polyurethane coating adhesion to steel substrates shall be tested using self- aligning pneumatic pull off equipment, such as the Defelsko Positest, and test procedures in accordance with ASTM D4541 and AWWA C222, except as modified in this Section. 2). All adhesion test pull records shall be maintained in an electronic spreadsheet that includes pipe identification, pipe coating date, adhesion test date, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, rate of pressure change per second, mode of failure, and percentage of substrate failure relative of dolly surface. 3). Dollies for adhesion testing shall be 20 millimeters in diameter, and glued to the coating surface and allowed to cure for a minimum of 12 hours before testing. Pipeline Coatings and Linings 09 97 16 - 17 LUB19278 – Low Head C Pipeline 4). Polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. Scoring shall be completed manually, normal to the pipe surface, or in a manner that does not stress or over heat the coating. 5). Adhesion testing shall be performed at temperatures between 55 and 100 F. Tests may be performed at temperatures up to 115 F if no significant affect in the test results are statistically detectable. 6). Partial substrate and glue failures will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial substrate failures greater than 50 percent and less than the specified adhesion will be rejected as a substrate adhesion failure. 7). Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. 8). If multiple adhesion pulls on the same pipe are performed, adhesion pulls shall be performed in a circumferential direction with all pulls in a straight line and within an area 1-1/2 inches in width and spacing between dollies between 1 and 2 inches. 9). Adhesion tests will be conducted on polyurethane pipe coating and lining independently and will be accepted or rejected independently of the other. c. Adhesion Test Repairs: 1). Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. C. Holiday Testing: 1. Holiday tests on polyurethane coatings or linings will be conducted on the completed coating or lining after cure or 24 hours, whichever is less, using a high voltage spark test in accordance with NACE Standard RP 0274 and the Specifications. 2. Coating thickness used for holiday testing shall be the minimum specified coating thickness. D. Dry Film Thickness Testing: 1. Coatings shall be tested for dry film thickness using a properly calibrated magnetic pull off or eddy current equipment. 2. Coating thickness measurements shall be conducted as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this Section. 3.09 HANDLING, TRANSPORTATION, AND STORAGE A. Pipe shall be handled in such a manner as to protect the pipe and coating from damage. B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and cure. Pipeline Coatings and Linings 09 97 16 - 18 LUB19278 – Low Head C Pipeline C. During coating application, storage, loading, transportation, unloading, laying and installation, every precaution shall be taken to protect and prevent damage to pipe, lining, and coating. Forklift equipment shall have all bearing surfaces padded with suitable padding material. Lift pipe with web slings a minimum of 12 inches wide and of a type that will not damage the coating. Metal chains, cable, tongs, forklifts or other equipment likely to damage the coating will not be permitted. Dragging or skidding of pipe on grade or in the trench will not be permitted. D. Provide transportation vehicles with padded bolsters between each layer of pipe and heavy padding under load ties. Bolsters shall be curved to fit the outside of the pipe and 12 inches wide, minimum. All pipe contact locations shall be heavily padded with carpet and strips of the outer tape wrap material (adhesive side against the carpet) during shipment to the Site and from the storage yard to the point of installation. E. Pipe shall not be stored on rocks, gravel, or other hard materials that might damage the coating. Provide padded 12-inch wide skids and chucks, sand bags, select loamy or sand berms, or suspended from cutback ends, where possible, to minimize coating damage. Pipe shall not be laid on asphalt without suitable padding at all contact points. F. Pipe shall be inspected by the Contractor at the Site for damage. Any damage to the pipe, lining, or coating shall be repaired as directed if, in the opinion of the Engineer, a satisfactory repair can be made; otherwise, the damaged section shall be replaced at the sole expense to the Contractor. G. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen shall not be permitted to walk on the coating except when absolutely necessary and approved by the Engineer. When permitted, shoes with rubber or composition soles and heels or other suitable footwear that will not damage coating shall be used. H. Long-term Exposure: Pipe shall either be provided with UV inhibitor for lengthy above grade exposure or covered to prevent UV degradation of outer wrap. Amount of UV stabilizers required will depend on the Project location, laying schedule, anticipated length of exposure, and type of outer wrap. Manufacturer shall be consulted for recommended UV inhibitors requirements or pipe shall be stored under a protective cover. Protective covering can be colored plastic sheeting, canvas, or other UV blocking material. Clear plastic sheets are not acceptable. Areas of coating that display UV degradation shall be removed and repaired at sole cost of the Contractor. I. End Caps: Pipe ends of mortar lined pipe and fittings shall be tightly closed with a plastic wrap to aid in curing and to minimize drying out of and contamination of the lining. Plastic end cap shall consist of a minimum of one 10-mil sheet of polyethylene or other suitable material. End caps shall be substantial enough to resist shipment, handling, and storage loads and firmly attached in place. The plastic end cap shall remain intact and in place until pipe installation. Damaged or missing plastic end caps shall be repaired or replaced. J. Bracing: 1. The steel pipe manufacturer shall furnish and install adequate bracing or strutting to keep the pipe from becoming deformed or damage from occurring to the coating or linings. Strut-type bracing shall be installed as soon as possible after application of Pipeline Coatings and Linings 09 97 16 - 19 LUB19278 – Low Head C Pipeline lining. Struts shall remain in place during handling, storage, transportation, and installation of pipe and fittings until after the pipe zone material is compacted. 2. The struts shall be installed with pads and wedges in such a manner that the pipe lining will not be damaged and the struts will not be dislodged during shipping and handling of the pipe. If struts are welded, they shall be installed and removed in such a manner to prevent damage to the steel cylinder, lining, or coatings. All damage shall be repaired to the satisfaction of the Engineer. END OF SECTION Page Intentionally Left Blank DIVISION 26 ELECTRICAL Page Intentionally Left Blank Testing of Electrical Systems 26 01 26 - 1 LUB19278 – Low Head C Pipeline 26 01 26 TESTING OF ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, material, equipment and incidentals of an independent testing agency. B. These specifications cover the suggested field tests and inspections that are available to assess the suitability for initial energization and final acceptance of electrical power equipment and systems. C. The purpose of these specifications is to assure that electrical equipment and systems are operational, are within applicable standards and manufacturer’s tolerances, and are installed in accordance with design specifications. D. The Work specified in these specifications may involve hazardous voltages, materials, operations, and equipment. These specifications do not purport to address all of the safety issues associated with their use. It is the responsibility of the user to review all applicable regulatory limitations prior to the use of these specifications. E. Testing shall be inclusive of all low voltage equipment including conductors that are provided under this Contract. 1.02 QUALITY ASSURANCE A. Testing Organization: 1. The testing organization shall be an independent, third party entity which can function as an unbiased testing authority, professionally independent of the manufacturers, suppliers, and installers of equipment or systems being evaluated. 2. Testing organization shall be regularly engaged in the testing of electrical equipment devices, installations, and systems. 3. The Testing organization shall use technicians who are regularly employed for testing services. 4. An organization having a designation of NETA Accredited Company issued by the International Electrical Testing Association meets the above criteria. 5. Independent testing agency shall follow all tests and recommendations in NETA Acceptance Testing Specification for all equipment provided. 6. Testing Organization performing the Work shall submit appropriate documentation to demonstrate that it satisfactorily complies with these requirements. 7. Acceptable Testing Agencies: a. National Field Services. b. Real Power Technologies. c. Shermco Industries. d. Electrical Power Systems. Testing of Electrical Systems 26 01 26 - 2 LUB19278 – Low Head C Pipeline 8. Testing Personnel: a. Technicians performing these electrical tests and inspections shall be trained and experienced concerning the apparatus and systems being evaluated. These individuals shall be capable of conducting the tests in a safe manner and with complete knowledge of the hazards involved. They must evaluate the test data and make a judgment on the serviceability of the specific equipment. b. Technicians shall be certified in accordance with ANSI/NETA ETT, Standard for Certification of Electrical Testing Technicians. Each on-site crew leader shall hold a current certification, Level 3 or higher, in electrical testing. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Electrical Qualifications & List of Test Submittals: 60 days prior to any testing taking place, Contractor shall submit to the Owner/Engineer the name of the testing agency; a list of all tests to be conducted shall also be submitted at this same time. No testing shall take place until this has been submitted and approved by the Engineer. 2. Electrical Testing Plan: A minimum of 2 weeks before testing is to take place, Contractor shall submit a detailed testing plan of the different configurations to be tested for the Owner’s and Engineer’s approval. 3. Electrical Testing Report: a. A written report shall be submitted by the testing agency performing installation checks, operation and testing of the low voltage equipment. This report shall certify that: 1). The equipment has been properly installed. 2). Is in accurate alignment. 3). Meets the acceptance testing specifications of NETA and the equipment manufacturer. b. Provide a detailed list of all tests that were performed and the test results as part of the Electrical Testing Report. c. Electrical Testing Report(s) shall be submitted to the Engineer for approval no later than 1 week after testing has been conducted. 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). 2. Association of Edison Illuminating Companies (AEIC). 3. ASTM International (ASTM). 4. Electrical Apparatus Service Association (EASA). Testing of Electrical Systems 26 01 26 - 3 LUB19278 – Low Head C Pipeline 5. Institute of Electrical and Electronic Engineers (IEEE). 6. Insulated Cable Engineers Association (ICEA). 7. International Electrical Testing Association (NETA). 8. National Electrical Manufacturers Association (NEMA). 9. National Fire Protection Association (NFPA). 10. Occupational Safety and Health Administration (OSHA). 11. State and local codes and ordinances. 12. Underwriters Laboratories, Inc. (UL). 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 GENERAL A. All testing shall be witnessed by the Owner’s representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following: 1. Low Voltage Cables. a. Insulation - resistance test b. Perform resistance measurements through all connections with a low resistance ohmmeter. c. Perform Continuity test to insure correct cable connection. After installing conductors and cables and before electrical circuitry has been energized, test for compliance with requirements. d. Perform each visual and mechanical inspection and electrical tests stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. e. Perform all tests as specified in NETA Acceptance Testing Specifications. f. Perform a thermographic survey of all connections under full load conditions. 1). Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each termination for cables and conductors No.3 AWG and larger. Remove box and equipment covers so terminations are accessible to portable scanner. a). Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each termination 11 months after date of Substantial Completion. b). Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. Testing of Electrical Systems 26 01 26 - 4 LUB19278 – Low Head C Pipeline c). Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. An actual photograph of the infrared scan shall accompany the report. g. Remove and replace malfunctioning units and retest as specified above. 2. Transformers a. Low Voltage Distribution Transformers 1). Test transformers in accordance with NETA Acceptance Testing specifications. Perform each visual and mechanical inspection and electrical test stated in NETA ATS. Certify compliance with test parameters. a). Applied Potential; b). Induced Potential; c). No Load Losses; d). Voltage Ratio; e). Polarity; f). Continuity 2). Manufacturer shall perform the following additional tests on units identical to the design type being supplied to this specification. Manufacturer shall provide on request test data sheets to prove performance of these tests. a). Sound Levels b). Temperature Rise Tests c). Full-Load Losses d). Regulation e). Impedance 3. Low Voltage Equipment a. Test in accordance with NETA Acceptance Testing Specifications. 4. Grounding. a. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer’s recommendation using the fall of potential method. b. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. c. Testing shall be performed before energizing the distribution system. d. A separate test shall be conducted for each building or system. Testing of Electrical Systems 26 01 26 - 5 LUB19278 – Low Head C Pipeline e. Notify the ENGINEER immediately if the resistance to ground for any building or system is greater than five ohms. Provide additional ground rods and conductors as required to bring the resistance to five ohms. f. Submit reports of all tests to the Owner/Engineer. B. At a minimum, unless indicated otherwise, all testing shall be in accordance with the manufacturer’s recommendations for energization and startup of the equipment. C. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the Owner and Engineer. D. Electrical testing instrument calibration shall be as indicated in ANSI/NEMA ATS-2017. 3.02 TEST REPORT A. The test report shall include the following: 1. Summary of the Project. 2. Description of equipment tested. 3. Description of tests. 4. Test data. 5. Analysis and recommendations. B. Test data records shall include the following minimum requirements: 1. Identification of the testing organization. 2. Equipment identification. 3. Nameplate data. 4. Humidity, temperature, and other conditions that may affect the results of the tests and/or calibrations. 5. Date of inspections, test, maintenance, and/or calibrations. 6. Identification of the testing technician. 7. Identification of inspections, tests, maintenance, and/or calibrations to be performed and recorded. 8. Identification of expected results when calibrations are to be performed. 9. Identification of as-found and as-left results, as applicable. 10. Identification of all test results outside of specified tolerances. 11. Sufficient spaces to allow all results and comments to be indicated. C. The testing organization shall furnish a copy or copies of the complete test report as specified. 3.03 TEST DECAL A. The testing organization shall affix a test decal on the exterior of equipment or equipment enclosure of protective devices after performing electrical tests. Testing of Electrical Systems 26 01 26 - 6 LUB19278 – Low Head C Pipeline B. The test decal shall be color-coded to communicate the condition of maintenance for the protective device. Color scheme for condition of maintenance of overcurrent protective device shall be: 1. White: Electrically and mechanically acceptable. 2. Yellow: Minor deficiency not affecting fault detection and operation, but minor electrical or mechanical condition exists. 3. Red: Deficiency exists affecting performance, not suitable for service. C. The decal shall include: 1. Testing organization. 2. Project identifier. 3. Test date. 4. Technician identifier. 3.04 POWER SYSTEM TESTING A. Contractor shall test the operation of the power distribution system, i.e. transformers, automatic throw over, double throw disconnect switches, 480V MCC, etc., for the various possible system configurations under load conditions. B. Testing shall include, but not be limited to the following: 1. Normal power from Utility Source C. Contractor shall submit a detailed testing plan of the different configurations to be tested for the Owner’s and Engineer’s approval. END OF SECTION Common Work Results for Electrical 26 05 00 - 1 LUB19278 – Low Head C Pipeline 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 1, concerns all other Sections in Division 26 shall be considered a part of each of those Sections as if written in their entirety. C. Contractor shall be responsible to coordinate labor and materials required to install and test all control panels and electrical equipment identified under this Contract. D. Permanent Utilities: 1. Contractor shall be responsible to coordinate power at the Site with local utility company. 2. Owner will be responsible to absorb the cost of providing utility power to the Site. However, Contractor is responsible for providing civil and electrical improvements identified on design drawings to assist local utility in onsite upgrades. Such improvements identified on design drawings include but are not limited to primary service entrance trenching and conduit, riser conduits, etc. Coordinate all additional requirements with local utility. 1.02 QUALITY ASSURANCE A. Electrical Contractors' Qualifications: 1. Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the Specifications and methods of performing the Work in this Division. A licensed Journeyman shall be on-site at all times when electrical Work is being performed. Electrical Work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. 2. Submit copy of Master Electrician’s license and each Journeyman’s license that will be working on the project. Workers must be licensed to work in the City where the project is located. B. Workmanship: Work shall be performed in accordance with quality, commercial practices. The appearance of finished Work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the Site. Locations for materials or equipment requiring an exact fit shall be field measured. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Submittals shall be submitted separated by specification section. Combined submittals will not be reviewed. Submittal will be marked not approved, revise and resubmit. 2. Incomplete submittals will not be reviewed and will be marked revise and resubmit. Common Work Results for Electrical 26 05 00 - 2 LUB19278 – Low Head C Pipeline 3. Resubmittals shall be marked with a red strike-through for the items removed from the submittal and clouded with the items added to the submittal. Submittals shall be marked to track changes between resubmittals. 4. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 5. Component drawings showing dimensions, mounting, and external connection details in AutoCAD format. 6. Operation and maintenance manuals shall contain the Shop Drawings, submittals, spare part lists, schematics, project-specific final wiring diagrams with any changes made during startup and maintenance procedures. 7. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified. b. Make and motor type. c. Brake horsepower of the motor. d. Locked rotor current at full load. e. Motor efficiency at full load (3-phase motors only). f. Starting torque. g. Method of insulating and impregnating motor coils (3-phase only). h. Speed of the motor at full torque. i. Full load current. j. Service factor. k. Motor temperature rise measured by resistance over 40 degrees C ambient. B. Delays during submittals due to the Contractor not following the format mentioned above shall not be the fault of the Owner or Engineer. C. The CONTRACTOR shall submit a copy of the Master Electrician’s license and Journeyman’s license who will be working on the project. This information shall be submitted as a formal submittal prior to beginning any work. D. Contractor shall: 1. Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings. 2. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. 3. Keep the Record Drawings on the Work Site; 4. Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner’s representative in accordance with the Owner’s Requirements. Common Work Results for Electrical 26 05 00 - 3 LUB19278 – Low Head C Pipeline 5. Underground Interference drawing showing all underground duct banks, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies the location and routing of these systems. All interferences shall be brought to the Engineer’s attention. 6. Provide revised drawings in AutoCAD noting any changes made to equipment during startup. 1.04 STANDARDS A. Electrical Work shall be executed in accordance with local, state and national codes, ordinances and regulations which have jurisdiction or authority over the Work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI). 2. Association Edison Illuminating Companies (AEIC). 3. ASTM International (ASTM). 4. Environmental Protection Agency (EPA). 5. Institute of Electrical and Electronic Engineers (IEEE). 6. Insulated Power Cable Engineers Association (IPCEA). 7. International Electrical Testing Association (NETA). 8. International Electrotechnical Commission (IEC). 9. Local electrical ordinance. 10. Local utility companies. 11. National Electrical Code (NEC). 12. National Electrical Contractors Association (NECA). 13. National Electrical Manufacturers Association (NEMA). 14. National Electrical Safety Code (NESC). 15. National Fire Protection Association (NFPA). 16. Occupational Safety and Health Administration (OSHA). 17. Rural Electrification Association (REA). 18. Texas Commission on Environmental Quality (TCEQ). 19. Underwriters Laboratories (UL). 20. Uniform Building Code (UBC). 1.05 DELIVERY AND STORAGE A. Follow the manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Major electrical equipment shall be stored indoors Common Work Results for Electrical 26 05 00 - 4 LUB19278 – Low Head C Pipeline and space heaters energized where applicable. Equipment that will be stored indoors for an extended period of time and that do not have space heaters shall have a 100-watt incandescent light placed in it and energized to eliminate the build-up of condensation in the equipment. Coordinate with equipment manufacturer for storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the Work is completed and accepted by the Owner. 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the Work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the Work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the Work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of Work, or if equipment or accessories can be installed better than the general arrangement of Work on the Drawings, the Contractor shall prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. D. Motor horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the Contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the Owner. E. Contractor is required to abide by the Owner’s construction safety and health program where applicable. F. Clearances indicated in the National Electrical Code must be maintained around equipment. 2.00 PRODUCTS 2.01 MATERIALS A. Supplemental or alternative materials supplied and installed by the Contractor shall be approved prior to installation. Materials installed without pre-approval, through the submittals process, shall be removed from the Site and replaced at no additional cost to the Owner. No exceptions. B. Discrepancies between the Drawings and Specifications shall be addressed prior to bidding the Project, otherwise the most expensive of the two options shall be assumed. 3.00 EXECUTION 3.01 INSTALLATION A. All enclosures for equipment unless specifically identified otherwise shall be: 1. NEMA 4X, 316 stainless steel for exterior applications and all other locations. B. Maintain waterproof integrity of conduit penetrations through enclosures, the roof, exterior walls and floors. Common Work Results for Electrical 26 05 00 - 5 LUB19278 – Low Head C Pipeline C. Install steel reinforced concrete foundations below floor mounted switchboards, panelboards, motor control centers, transformers, control panels and other floor mounted electrical equipment. Concrete foundations shall not be less than 4 inches high. Neatly chamfer top edges. Concrete foundations shall be 4 inches wider and 4 inches longer than the base of the equipment being installed. Concrete shall be in accordance with Division 03, and shall be reinforced with a minimum of 6-inch x 6-inch #6 welded wire mesh. D. Route all conduits parallel to building lines, columns, or steel route conduits near to columns and roof beams. E. Do not penetrate the top of enclosures in exterior applications. 3.02 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. 3.03 PAINTING A. Painting shall be in accordance with Division 09. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the Drawings or Specifications. If the finish is marred in transit or during installation, re-finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 3.04 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner’s representative, utility companies and Owner’s facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the Project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent Work, structures and properties. Damage to adjacent Work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the Contract Documents, or to the conditions of the Site prior to construction. Grading shall bring the Site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro-mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, Common Work Results for Electrical 26 05 00 - 6 LUB19278 – Low Head C Pipeline or plants as existed. Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, Contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turf and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as- built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. F. In cases where high voltage duct banks may exist, Contractor shall employ safe drilling/excavating techniques such as vacuum excavation, etc. 3.05 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner's locking system. 3.06 CLEANING AND ADJUSTING A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Clean electrical equipment and the entire electrical installation upon completion of the Work. END OF SECTION Low Voltage Electrical Power Conductors and Cables 26 05 19 - 1 LUB19278 – Low Head C Pipeline 26 05 19 LOW-VOLTAGE ELECTRICAL CONDUCTORS AND CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Furnish labor, materials, equipment and incidentals necessary to install 2000 volt and below single conductors, cables, wiring connections and terminations. Electrical work shall be in accordance with Section 26 05 50 “Common Work Results for Electrical”. 1.02 SUMMARY A. Section Includes: 1. Building wires and cables rated 2000 V and less. 2. Ground wire. 3. Connectors, splices, and terminations rated 2000 V and less. 1.03 SUBMITTALS A. Product Data: For each type of product. B. Product Schedule: Indicate type, use, location, and termination locations. 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency or manufacturer's authorized service representative. B. Field quality-control reports. 1.05 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing. 1.06 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. B. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. C. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. D. Do not drop reels from any height. E. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. Low Voltage Electrical Power Conductors and Cables 26 05 19 - 2 LUB19278 – Low Head C Pipeline F. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. G. Provide moisture protection by using manufacturer’s standard procedure or heat shrinkable self-healing end caps applied to both ends of cable. Do not remove end caps until cables are ready to be terminated. 2.00 PRODUCTS 2.01 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Alpha Wire Company 2. Belden Inc 3. Encore Wire Corporation. 4. General Cable Technologies Corporation. 5. Southwire Company. 6. Okonite 7. Houston Wire & Cable B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide." D. Comply with UL 1277, UL 1685, and NFPA 70 for Type TC-ER cable used in VFD circuits. E. Conductors: Copper, complying with NEMA WC 70/ICEA S-95-658. 1. Conductor Insulation: Conductor with thermoplastic insulation rated at 600 volts. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Comply with NEMA WC 70/ICEA S-95-658 for Type XHHW-2. F. Cable: Comply with NEMA WC 70/ICEA S-95-658 for Type SE and Type USE with ground wire. G. ETHERNET CATEGORY 5 CABLE 1. Cable shall far exceed ANSI/TIA/EIA-568-B.2-1 and ISO/IEC 11801 Class E standards. 2. The conductors shall be 22 AWG construction with FEP (CMP) or polyolefin (CMR) insulation. 3. The copper conductors shall be twisted in pairs, separated by an integrated pair divider and shall be covered by a low smoke, flame retardant (CMP) jacket or a flame retardant (CMR) jacket. 4. Provide plenum-rated cable for all plenum environments and riser-rated cable for all non-plenum environments. Low Voltage Electrical Power Conductors and Cables 26 05 19 - 3 LUB19278 – Low Head C Pipeline 5. The jacket color for OWNER cables shall be blue. 6. Cable shall be Category 5 UTP Copper Cable as manufactured by Belden or Commscope. 2.02 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. 3M Electrical Products. 2. Ideal Industries, Inc. 3. ILSCO. 4. O-Z/Gedney; a brand of Emerson Industrial Automation. 5. AFC Cable Systems, Inc. 6. Hubbel Power systems, Inc. 7. Thomas & Betts Corporation, A Member of the ABB Group. 8. Tyco Electronics Corp. B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: The appropriate hole sizes and spacing which are in accordance with NEMA standards; two (2) holes in the tongue for use on conductor sizes 250 kcmil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. All compression connectors shall be long-barrel type, no exceptions. D. SPLIT BOLTS: Shall be usable for connecting conductors which are both copper, both aluminum or one copper and one aluminum. Split bolts shall have a spacer between the two conductors, which it connects. E. MECHANICAL SET SCREW CONNECTOR: Consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. F. POWER DISTRIBUTION BLOCKS: Rated for 600 VAC at 90C for termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. G. WIRENUTS: Silicone-based pre-filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wirenut shall meet requirements of UL 486D for Sealed Wire Connector Systems. Wirenut shall be spring insulated, properly sized and resistant to vibration may be used for No.12 through No.10 solid gauge conductor for lighting and branch circuits only. H. 600 VOLT VINYL TAPE (PHASE IDENTIFICATION): Scotch Vinyl Electrical Tape 35. I. 600 VOLT VINYL TAPE: Scotch Vinyl Electrical Tape Super 88. Low Voltage Electrical Power Conductors and Cables 26 05 19 - 4 LUB19278 – Low Head C Pipeline J. RUBBER TAPE: Scotch Linerless Rubber Splicing Tape 2242 or Scotch Linerless Rubber Splicing Tape 130C. K. ARC PROOFING TAPE: Scotch Fire and Electric Arc Proof Professional Grade Tape 77. Fireproofing shall be done with a half-lapped layer of arc proofing tape, anchored at each end with a double wrap of Scotch Glass Cloth Electrical Tape 89. L. INSULATING RESIN: Scotchcast Electrical Insulating Resin 2104. 3.00 EXECUTION 3.01 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper; solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 12 AWG and smaller; stranded for No. 10 AWG and larger. 3.02 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type XHHW-2, single conductors in raceway. B. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type XHHW-2, single conductors in raceway. 3.03 INSTALLATION OF CONDUCTORS AND CABLES A. General Installation 1. Installed unapproved conductors and cables shall be removed and replaced at the Contractor’s expense. 2. Properly support cables in accordance with the NEC and manufacturer’s recommendations in all raceways. Provide strain relief for vertical runs as required. a. Where single conductors and cables are in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 4 inches on center. b. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and bundle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein and in specification section 26 05 53, “Identification for Electrical Systems.” c. Cap and label each side of spare conductors not terminated with the UL listed end caps. d. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. Low Voltage Electrical Power Conductors and Cables 26 05 19 - 5 LUB19278 – Low Head C Pipeline e. For conductors that will be connected by others, provide at least 6 feet spare conductors in free standing panels and at least 2 feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. a). Each circuit shall include a ground wire. Sharing grounds or neutrals is not allowed. f. Neatly train wiring inside boxes, equipment and panelboards. B. Conductors and Cables Installed In Conduit 1. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. 2. Prior to pulling conductors and cables a. Complete raceway installation between conductor and cable termination points according to Section 26 05 33 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. b. Do not install pull wires and conductors until the raceway system is in place in accordance with the NEC and these specifications. Exception: Only flexible connections to motors shall be permitted to be installed after the installation of the remainder of the raceway system. The installation of these conductors shall be limited to exposure to damage for a maximum of one (1) week prior to installing flexible connection and making final terminations. Any conductors exposed to damage (i.e. not installed in raceway) longer than one (1) week shall be subject to rejection by the Owner and/or Engineer. If rejected, the cables shall be removed, discarded, replaced, reinstalled and retermination at the Contractor’s expense. c. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3. Process for pulling conductors and cables a. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor, insulation or cable outer jacket. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. b. Do not exceed cable manufacturer’s recommendations for maximum pulling tensions and minimum bending radii. c. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage usable portions of cables or raceway. d. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed with tension-monitoring equipment. Where conductors are found to have been installed without tension-monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at the Contractor’s expense. Low Voltage Electrical Power Conductors and Cables 26 05 19 - 6 LUB19278 – Low Head C Pipeline e. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. 3.04 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. B. Make splices, terminations, and taps compatible with conductor material and that possess equivalent or better mechanical strength, continuous temperature and insulation ratings than unspliced conductors. C. Power Conductors: Splicing of existing power conductors shall be permitted where specifically indicated on the plans. Splices for all other circuits shall be disallowed. Splice in junction boxes or at outlets only for lighting and receptacle branch circuits. Splices for all other circuits shall be disallowed. All splices are subject to the Engineer’s approval. Obtain approval from Engineer before installing any splices. D. For existing installations, splices of 120V circuits shall use twist-on wire nuts. E. Where pre-approved by Engineer, 480V splices shall terminate conductors using power distribution blocks mounted on a junction box backplane. F. No splicing of conductors shall be performed in any below ground structure. G. Condulet type fittings shall not contain splices. H. Under no condition shall conductors of a different color be spliced together. I. For No. 10 and smaller, connect conductors with a silicone filled twist-on spring wirenut. If a splice or tap is below 3' above the final grade, fill the spring connectors with an electrical insulating resin so that the resin encapsulates conductor and spring materials. Conductor splices and taps inside the MCC, VFDs, panels, etc. shall be on the terminal strips or power distribution blocks. J. For No. 8 and larger, connect conductors with a split bolt type of connector or a mechanical, set screw type connector. Wrap splices and taps with a single half-lapped layer of rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3' above the finished grade, the tape or splice shall have a final outer coating or insulating resin. Splices must be pre-approved by the Engineer. K. Furnish and install power distribution blocks as required for terminating conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. L. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. M. Use crimp connectors on all stranded conductors. N. Soldered mechanical joints insulated with tape will not be acceptable. Low Voltage Electrical Power Conductors and Cables 26 05 19 - 7 LUB19278 – Low Head C Pipeline O. SINGLE CONDUCTORS: Sufficient wire shall be left at outlets to make connections to equipment without straining. Light switches and receptacles shall be connected with pig- tails and crimp-on connectors. 3.05 IDENTIFICATION A. Identify and color-code conductors and cables according to Section 26 05 53 "Identification for Electrical Systems." B. Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. 3.06 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Testing: All testing required shall be per Specification Section 26 01 26, “Testing of Electrical Systems”. END OF SECTION Page Intentionally Left Blank Grounding and Bonding for Electrical Systems 26 05 26 - 1 LUB19278 – Low Head C Pipeline 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL. 1.02 SUMMARY A. Submittal shall be in accordance with Section 01 33 00, “Document Management”, and shall include: 1. Product Data: For each type of product indicated. 2. Test wells. 3. Ground rods. 4. Ground Conductors 5. Connectors 6. Grounding arrangements and connections for separately derived systems. 7. Field quality-control reports in accordance with Section 26 01 26 TESTING OF ELECTRICAL SYSTEMS. 1.03 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association to supervise on-site testing specified in Part 3. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with UL 467 for grounding and bonding materials and equipment. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Burndy; Part of Hubbell Electrical Systems. 2. ERICO International Corporation. Grounding and Bonding for Electrical Systems 26 05 26 - 2 LUB19278 – Low Head C Pipeline 3. Harger Lightning & Grounding. 4. ILSCO. 5. O-Z/Gedney; a brand of Emerson Industrial Automation. 6. Thomas & Betts Corporation, A Member of the ABB Group. 2.02 CONDUCTORS A. Insulated Conductors: tinned-copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Tin-plated Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1- 5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 2.03 CONNECTORS A. Listed and labeled by a Nationally Recognized Testing Laboratory (NRTL) acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected. B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure-type, with at least two bolts. C. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. D. Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless compression-type wire terminals, and long-barrel, two-bolt connection to ground bus bar. 2.04 GROUNDING ELECTRODES A. Ground Rods: 316 Stainless steel; [3/4 inch by 10 feet. B. Chemical-Enhanced Grounding Electrodes: Copper tube, straight or L-shaped, charged with nonhazardous electrolytic chemical salts. 1. Termination: Factory-attached No. 4/0 AWG bare conductor at least 48 inches long. 2. Backfill Material: Electrode manufacturer's recommended material. Grounding and Bonding for Electrical Systems 26 05 26 - 3 LUB19278 – Low Head C Pipeline C. Ground Plate Electrodes: 1/4” thick, 2’-0” wide x 2’-0” long serrated copper plate with #4/0 tinned copper conductor terminated ten (10) foot welded pigtail connection, ALT Fabrication Item #3280-40 or equal. 2.05 MISCELLANEOUS A. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. B. GROUND ROD BOXES: Precast Box with cast iron lid. Lid shall read “ground rod”. H-10 rated boxes shall be Brooks Precast Model “3-RT” or approved equal. Ground rod boxes located in driveway areas shall have an AASHO HS-20 rating by ALT Fabrication Item #3114 or approved equal. C. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS – as manufactured by ERICO products or approved equal. 2.06 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connections is not acceptable. B. Any concealed connection (buried, encased in concrete or otherwise sealed) shall be done only with exothermic welds. C. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.07 GROUNDING SYSTEM A. Provide a complete grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Grounding system shall be installed and sized in accordance with the National Electrical Code. 3.00 EXECUTION 3.01 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install bare copper conductor, No. 4/0 AWG minimum. 1. Bury at least 24 inches below grade. 2. Duct-Bank Grounding Conductor: Place conductor on top of duct bank prior to back filling above duct bank when indicated as part of duct-bank installation. C. Isolated Grounding Conductors: Green-colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal Grounding and Bonding for Electrical Systems 26 05 26 - 4 LUB19278 – Low Head C Pipeline inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. D. Grounding Bus: Install in electrical equipment rooms, in rooms housing service equipment, and elsewhere as indicated. 1. Install bus horizontally, on insulated spacers 2 inches minimum from wall, 6 inches above finished floor unless otherwise indicated. 2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down; connect to horizontal bus. E. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. 5. Connections to Equipment: NEMA ground pads and insulated jumpers. 6. Connections to Ground Pad: Exothermic. 7. The use of “pig tails” for connections to ground loops or equipment shall not be allowed. 3.02 GROUNDING AT THE SERVICE A. Equipment grounding conductors and grounding electrode conductors shall be connected to the ground bus. Install a main bonding jumper between the neutral and ground buses. 3.03 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 and NFPA 70 grounding requirements. B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches above to 6 inches below concrete. Seal floor opening with waterproof, nonshrink grout. C. Grounding Connections to Manhole Components: Bond exposed-metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard-drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields according to written instructions by manufacturer of splicing and termination kits. D. Pad-Mounted Transformers and Switches: Install two ground rods and ground ring around the pad. Ground pad-mounted equipment and noncurrent-carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install tinned-copper conductor not less than No. [2] AWG for ground ring and for taps to Grounding and Bonding for Electrical Systems 26 05 26 - 5 LUB19278 – Low Head C Pipeline equipment grounding terminals. Bury ground ring not less than 6 inches from the foundation. 3.04 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Computer and Rack-Mounted Electronic Equipment Circuits: Install insulated equipment grounding conductor in branch-circuit runs from equipment-area power panels and power-distribution units. C. Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. D. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply circuit raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install a separate insulated equipment grounding conductor. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service unless otherwise indicated. E. Signal and Communication Equipment: For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. F. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. G. Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch-circuit conductors. H. Metallic Fences: Comply with requirements of IEEE C2. 1. Grounding Conductor: Tin-plated copper, not less than No. 2 AWG. 2. Gates: Shall be bonded to the grounding conductor with a flexible bonding jumper. 3. Barbed Wire: Strands shall be bonded to the grounding conductor. Grounding and Bonding for Electrical Systems 26 05 26 - 6 LUB19278 – Low Head C Pipeline 3.05 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. B. Ground Bonding Common with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. C. Ground Rods: Drive rods until tops are 6 inches below finished floor or final grade unless otherwise indicated. 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any. 2. For grounding electrode system, install at least two rods spaced at least one-rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor. D. Test Wells: Ground rod driven through bottom of Ground Rod Box. Ground Rod Box shall be at least 12 inches deep, with cover. 1. Test Wells: Install at least one test well for each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. E. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic-welded connectors for outdoor locations; if a disconnect-type connection is required, use a bolted clamp. F. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug-type connector to a pipe flange by using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. Grounding and Bonding for Electrical Systems 26 05 26 - 7 LUB19278 – Low Head C Pipeline 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. G. Ground electrical work in accordance with the National Electrical Code Article 250 and local codes. H. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs. buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. I. Install a green-colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. J. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green-colored insulation, equipment grounding conductor in accordance with Section 26 05 19 LOW VOLTAGE ELECTRICAL CONDUCTORS & CABLES. Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. K. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. L. Provide exothermic weld connection for extension to existing stub-up ground conductors. M. Liquid tight flexible metal conduit in sizes 1-1/2” or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. Contractor shall provide bonding jumpers sized in accordance with the National Electrical Code. N. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. O. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. P. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner’s Representative. Q. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of #12 wire with green-colored insulation to connect to the grounding terminal at the receptacle. R. Ground pad shall be installed in concrete foundations or pad for connections to equipment and grounding system. Flat plate all copper alloy Erico CADWELD B164-2Q or equal Ground pad shall be exothermic weld connection for connection to ground cable. 1. Motor Grounding: Provide a ground pad in the concrete slab. Provide a #4/0 bare copper to the grounding system. Provide two hole spade terminals connected to a #4/0 bare copper conductor at each end and connect to the motor enclosure and to the ground pad and to the pump frame. Grounding and Bonding for Electrical Systems 26 05 26 - 8 LUB19278 – Low Head C Pipeline 2. The use of “pig tails” for connections to ground loops or equipment shall not be allowed. 3.06 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. Testing shall be in accordance with Section 26 01 26 TESTING OF ELECTRICAL SYSTEMS and the latest version of NETA Acceptance Testing Specification. B. Tests and Inspections: 1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. 3. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 4. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer’s recommendation using the fall of potential method. 5. All test equipment provided under this section shall be approved by the ENGINEER. 6. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. The contractor shall test the grounding system at each ground rod shown on plans. 7. Testing shall be performed before energizing the distribution system. 8. A separate test shall be conducted for each building or system. 9. Notify the ENGINEER immediately if the resistance to ground for any building or system is greater than five ohms. Provide additional ground rods and conductors as required to bring the resistance to five ohms 10. Test completed grounding system at each location where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods. Make tests at ground rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall-of-potential method according to IEEE 81. 11. Prepare dimensioned Drawings locating each test well, ground rod and ground-rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and Grounding and Bonding for Electrical Systems 26 05 26 - 9 LUB19278 – Low Head C Pipeline their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. C. Grounding system will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. E. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System: 5 ohms. 2. Power Distribution Units or Panelboards Serving Electronic Equipment: 5 ohms. 3. Manhole Grounds: 5 ohms. F. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner/Engineer promptly and include recommendations to reduce ground resistance. END OF SECTION Page Intentionally Left Blank Hangers and Supports for Electrical Systems 26 05 29 - 1 LUB19278 – Low Head C Pipeline 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Product Data: For each type of product. a. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: 1). Hangers. 2). Steel slotted support systems. 3). Nonmetallic support systems. 4). Trapeze hangers. 5). Clamps. 6). Turnbuckles. 7). Sockets. 8). Eye nuts. 9). Saddles. 10).Brackets. b. Include rated capacities and furnished specialties and accessories. 1.04 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M. B. Comply with NFPA 70. 2.00 PRODUCTS Hangers and Supports for Electrical Systems 26 05 29 - 2 LUB19278 – Low Head C Pipeline 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4 factory-fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit; a part of Atkore International. b. B-line, an Eaton business. c. ERICO International Corporation. d. Flex-Strut Inc. e. GS Metals Corp. f. G-Strut. g. Thomas & Betts Corporation, A Member of the ABB Group. h. Unistrut; Part of Atkore International. 2. Material: Stainless Steel, Type 316 3. Channel Width: 1-5/8 inches 4. Nonmetallic Coatings: Manufacturer’s standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 5. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. 6. Channel Dimensions: Selected for applicable load criteria. B. Conduit and Cable Support Devices: 316 Stainless-steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. C. Structural Steel for Fabricated Supports and Restraints: ASTM A36/A36M steel plates, shapes, and bars; black and galvanized. D. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Mechanical-Expansion Anchors: Insert-wedge-type, 316 stainless steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1). B-line, an Eaton business. 2). Empire Tool and Manufacturing Co., Inc. 3). Hilti, Inc. 4). ITW Ramset/Red Head; Illinois Tool Works, Inc. 5). MKT Fastening, LLC. Hangers and Supports for Electrical Systems 26 05 29 - 3 LUB19278 – Low Head C Pipeline 2. Concrete Inserts: Steel or malleable-iron, slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58. 3. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. 4. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A325. 5. Toggle Bolts: 316 stainless steel springhead type. 6. Hanger Rods: 316 Threaded stainless steel. 3.00 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems unless requirements in this Section are stricter. B. Comply with requirements for raceways and boxes specified in Section 26 05 33 “Raceways and Boxes for Electrical Systems.” C. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMTs, IMCs, and RMCs as required by NFPA 70. Minimum rod size shall be 3/8 inch in diameter. D. Multiple Raceways or Cables: Install trapeze-type supports fabricated with 316 stainless steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with single-bolt conduit clamps using spring friction action for retention in support channel. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article. B. Raceway Support Methods: In addition to methods described in NECA 1, RMCs may be supported by openings through structure members, according to NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 pounds. D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. Hangers and Supports for Electrical Systems 26 05 29 - 4 LUB19278 – Low Head C Pipeline 4. To Existing Concrete: Expansion anchor fasteners. 5. To Steel: Beam clamps (MSS SP-58, Type 19, 21, 23, 25, or 27), complying with MSS SP- 69. 6. To Light Steel: Sheet metal screws. 7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted-channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcing bars. 3.03 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 3000-psi, 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Section 03 30 00 “Cast-In-Place Concrete.” C. Anchor equipment to concrete base as follows: 1. Place and secure anchorage devices. Use supported equipment manufacturer’s setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturer’s written instructions. 3.04 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. END OF SECTION Raceways and Boxes for Electrical Systems 26 05 33 - 1 LUB19278 – Low Head C Pipeline 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete conduit system for each type of electrical system. Electrical work shall be in accordance with Div. 26 ELECTRICAL specifications. B. Furnish labor, materials, equipment and incidentals necessary to install concrete electrical manholes and pull boxes, as specified and indicated on the Drawings. Manhole sizes shown on the Drawings are the minimum size allowed. Contractor shall be responsible for sizing all manholes and pull boxes in accordance with the latest edition of the National Electrical Code (NEC), Article 370 and relevant sections of the NEC. Contractor shall be responsible for setting elevations at manhole and cable entry locations to meet the intent of the Contract Documents. C. The CONTRACTOR shall be responsible for sizing all pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. 1.03 DEFINITIONS A. RAC: Rigid aluminum conduit. B. LFMC: Liquid tight flexible metal conduit. C. RNC: Rigid nonmetallic conduit. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, “Document Management”, and shall include: 1. Product Data: Record data for surface raceways, wireways and fittings, Pull and Junction Boxes, hinged-cover enclosures, and cabinets. Raceways and Boxes for Electrical Systems 26 05 33 - 2 LUB19278 – Low Head C Pipeline 2. Pull and Junction Boxes Sizing Calculations: Detailed calculations shall be submitted to the ENGINEER with the pull and junction boxes’ initial submittal. Submittals submitted without sizing calculations shall not be accepted. 2.00 PRODUCTS 2.01 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems; a part of Atkore International. 2. Allied Tube & Conduit; a part of Atkore International. 3. Anamet Electrical, Inc. 4. Calbond. 5. Eaton. 6. Electri-Flex Company. 7. Emerson. 8. Formex Manufacturing, Inc. 9. FSR Inc. 10. O-Z/Gedney; a brand of Emerson Industrial Automation. 11. Picoma Industries, Inc. 12. Pipeline Seal & Insulator, Inc. 13. Republic Conduit. 14. Robroy Industries. 15. Saint-Gobain. 16. Southwire Company. 17. Thomas & Betts Corporation, A Member of the ABB Group. 18. Western Tube and Conduit Corporation. 19. Wheatland Tube Company. B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RAC: Comply with ANSI C80.5 and UL 6A. D. PVC-coated Rigid Aluminum conduit. 1. Comply with NEMA RN 1 and UL 6A 2. Coating Thickness: minimum 0.040 inch PVC exterior coating and 0.020 inch urethane interior coating. Raceways and Boxes for Electrical Systems 26 05 33 - 3 LUB19278 – Low Head C Pipeline 3. ETL Verified PVC-001 and U.L. listed. Acceptable manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. E. LFMC: Single strip, helically wound, interlocking, hot dip galvanized, in accordance with U.L. 360. Liquid tight conduit shall have an extruded, polyvinyl jacket over the flexible metal . F. Fittings for Metal Conduit: Threaded type material to match the conduit. Comply with NEMA FB 1 and UL 514B. 1. Expansion Fittings: Aluminum match conduit type, rated for environmental conditions where installed, and including aluminum bonding jumper. 2. Coating for Fittings for PVC-Coated Rigid Aluminum Conduit: minimum 0.040 inch PVC exterior coating and 0.020 inch urethane interior coating, with overlapping sleeves protecting threaded joints. 3. Elbow and Bends: Conduit systems shall use PVC coated aluminum unless indicated otherwise. G. Joint Compound for RAC or PVC-Coated Rigid Aluminum Conduit: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.02 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. AFC Cable Systems; a part of Atkore International. 2. Anamet Electrical, Inc. 3. Arnco Corporation. 4. CANTEX INC. 5. CertainTeed Corporation. 6. Condux International, Inc. 7. Electri-Flex Company. 8. Kraloy. 9. Lamson & Sessions. 10. Niedax Inc. 11. RACO; Hubbell. 12. Thomas & Betts Corporation, A Member of the ABB Group. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. Raceways and Boxes for Electrical Systems 26 05 33 - 4 LUB19278 – Low Head C Pipeline D. Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. Elbows and bends for all conduit systems shall be PVC-coated aluminum unless indicated otherwise. E. RIGID METAL CONDUIT FITTINGS: Threaded type material to match the conduit, in accordance with ANSI/NEMA FB1 and as manufactured by Appleton Form 35, Killark "O" Series, Crouse Hinds, OZ Gedney, or RACO. F. FLEXIBLE AND LIQUID TIGHT FITTINGS: In accordance with ANSI/NEMA FB1; cadmium- plated, malleable iron body and nut; aluminum ferrule; insulated throat; integrally-cast, external ground lugs, as manufactured by Appleton "ST" series, Hubbel, OZ Gedney Type 4QL, or RACO. G. PVC CONDUIT FITTINGS: Solvent-welded, slip-on joints, in accordance with NEMA TC3, as manufactured by Carlon, CertainTeed. H. CONDUIT SEALS: 1. Explosion-proof, rigid metal conduit fitting as defined by NEC Article 500, and as manufactured by Crouse Hinds fitting with Chico "X" Fiber and Chico "A" compound or Appleton fitting with Apelco fiber and compound. Seal shall be same material as conduit. 2. Use aluminum seal off fittings where required by the National Electrical Code. Seal with 3M model 2123 re-enterable sealing compound. I. ELBOW AND BENDS: Rigid, nonmetallic conduit system shall use PVC-coated rigid aluminum for conduits 2" and larger for all bends greater than 45 degrees. Meeting the requirements of rigid steel conduit; 40 mil PVC, exterior coating and 2 mil urethane interior coating. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. Other conduit systems shall use the same material as the conduit with which they are installed. J. BUSHINGS: High impact, thermosetting, phenolic insulation; 150 degrees C.; as manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A. K. GROUNDING BUSHINGS: Conduit grounding bushings shall consist of an aluminum, insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply with Fed. Spec. W-F-408b and W-W-C-581d, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug or approved equal. L. LOCKNUTS: Aluminum as manufactured by Appleton "BL", OZ Gedney, RACO, or Steel City. M. HUBS: 1. ALUMINUM CONDUIT: a. Cast aluminum, with broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain "O" ring for watertight seal of conduit entry. Hubs shall be Meyers Hub, or Appleton. b. For all enclosure entries, use aluminum grounding type Meyers Hubs with insulating throats. N. CONDUIT THROUGH-WALL AND FLOOR SEAL: Malleable iron body with oversized sleeves, sealing ring, pressure clamp and rings and sealing grommet; hex head cap screw, as manufactured by OZ Gedney, type FSK. Raceways and Boxes for Electrical Systems 26 05 33 - 5 LUB19278 – Low Head C Pipeline O. END BELLS: Aluminum, as manufactured by OZ Gedney type TNS. P. EXPANSION FITTINGS: Aluminum with aluminum bonding jumpers. Linear expansion fittings shall be OZ Gedney Zx for rigid, use with aluminum conduit or Appleton "XJ" series. Combination linear and deflection expansion fittings shall be OZ Gedney type AXDX. Q. THREADED NIPPLES: As manufactured by Allied or Triangle. Aluminum Conduit nipples shall have two (2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joining two (2) fixed conduits in a continuous run. R. ACCESSORIES: Reducers, washers, etc., shall be cadmium-plated, malleable iron. S. CONDUIT DRAINS: Conduit drains shall be 316 stainless steel as manufactured by Crouse Hinds ECD Universal, or approved equal. T. DUCT BANK SPACERS: Interlocking module spacers as manufactured by Formex, or approved equal. U. LINK SEAL: Link seal shall be modular, mechanical type, consisting of inter-locking synthetic rubber links shaped to continuously fill the space between the conduit and the wall opening. Link seal shall be suitable for use in a core-drilled and pre-cast wall openings and shall be manufactured by Pipeline Seal & Insulator, Inc. or approved equal. 2.03 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. B-line, an Eaton business. 2. Hoffman; a brand of Pentair Equipment Protection. 3. MonoSystems, Inc. 4. Square D. B. Enclosures: Sheet metal, complying with UL 870 and NEMA 250, Type 1 (metallic) for Air Conditioned spaces, Type 4X Stainless Steel for all other locations unless otherwise indicated, and sized according to NFPA 70. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireways shall have integral lugs, quick release cover with stainless steel latches, continuously welded seams, oil resistant gasket. E. Finish: ANSI 61 gray finish for NEMA 1. 2.04 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Adalet. 2. Crouse-Hinds, an Eaton business. Raceways and Boxes for Electrical Systems 26 05 33 - 6 LUB19278 – Low Head C Pipeline 3. EGS/Appleton Electric. 4. Erickson Electrical Equipment Company. 5. FSR Inc. 6. Hoffman; a brand of Pentair Equipment Protection. 7. Hubbell Incorporated. 8. Kraloy. 9. Milbank Manufacturing Co. 10. MonoSystems, Inc. 11. Oldcastle Enclosure Solutions. 12. O-Z/Gedney; a brand of Emerson Industrial Automation. 13. RACO; Hubbell. 14. Robroy Industries. 15. Spring City Electrical Manufacturing Company. 16. Stahlin Non-Metallic Enclosures. 17. Thomas & Betts Corporation, A Member of the ABB Group. 18. Wiremold / Legrand. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514, galvanized steel, with ½” male fixture studs where required. D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum, Type FD, with gasketed cover, threaded hubs and integral mounting lugs. Use cast boxes for damp and outdoor installations. E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb. Outlet boxes designed for attachment of luminaires weighing more than 50 lb shall be listed and marked for the maximum allowable weight. F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. G. Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773, cast aluminum with gasketed cover. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Gangable boxes are allowed. J. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1 for Air Conditioned spaces, Type 4X 304 Stainless Steel for all other locations with hinged, gasketed doors and quarter-turned latches or a 3-point latch (single operator) system on enclosures larger than 36-inch wide or 32 inch tall unless otherwise indicated, and sized according to NFPA 70. Finish: ANSI 61 gray finish for NEMA 1. Raceways and Boxes for Electrical Systems 26 05 33 - 7 LUB19278 – Low Head C Pipeline K. Cabinets: 1. NEMA 250, Type 1 for Air Conditioned spaces, Type 4X 304 Stainless Steel for all other locations with, and sized according to NFPA 70. Finish: ANSI 61 gray finish for NEMA 1. 2. Hinged, gasketed doors and quarter-turned latches or a 3-point latch (single operator) system on enclosures larger than 36-inch wide or 32 inch tall unless otherwise indicated. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Apply raceway products as specified below unless otherwise indicated: 1. Exposed above grade conduit: RAC unless noted otherwise. PVC coated rigid aluminum conduit shall be used in corrosive environments or where in contact with concrete. 2. Underground Conduit: RNC, Type EPC-40-PVC, red concrete encased. Conduit below grade shall not be smaller than 2”. 3. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC shall only be used to equipment in non-hazardous locations not subject to physical damage or excessive temperatures, 6’-0” maximum length. The bending radius shall be in accordance with Chapter 9, Table 2 of the NEC and shall not deform or alter the flex jacket. 4. Boxes and Enclosures, Aboveground: NEMA 250, Type 1 for Air Conditioned spaces, Type 4X Stainless Steel for all other locations. B. Minimum Raceway Size: 3/4-inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Aluminum Conduit: Use threaded rigid aluminum conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. D. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. E. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. 3.02 INSTALLATION Raceways and Boxes for Electrical Systems 26 05 33 - 8 LUB19278 – Low Head C Pipeline A. RACEWAYS: 1. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. 2. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. 3. Complete raceway installation before starting conductor installation. 4. Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems" for hangers and supports. 5. Arrange stub-ups so curved portions of bends are not visible above finished slab. 6. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction. 7. Support conduit within 12 inches of enclosures to which attached. 8. Raceways Embedded in Slabs: a. Run conduit larger than 1-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot intervals. b. Arrange raceways to cross building expansion joints at right angles with expansion fittings. c. Arrange raceways to keep a minimum of 2 inches of concrete cover in all directions. d. Do not embed threadless fittings in concrete unless specifically approved by Architect for each specific location. 9. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. 10. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly. 11. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. 12. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch trade size and insulated throat metal bushings on 1-1/2-inch trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. 13. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. 14. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. Raceways and Boxes for Electrical Systems 26 05 33 - 9 LUB19278 – Low Head C Pipeline 15. Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. 16. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. 17. Conduit stubbed-up under free standing enclosures located indoors/outdoors in an electrical room, etc., such as a motor control center, shall be PVC and have a PVC end bell terminator that is solvent welded onto each conduit end. End bell shall be installed flush with the finished floor. No PVC shall be exposed to daylight or be installed such that any portion is out of concrete housekeeping pad or duct bank. 18. Conduits terminating inside an air conditioned space from outside shall be sealed to prevent moisture/condensation from entering the enclosure. 19. At the transition from underground and or from concrete, protect PVC from mechanical damage by extending PVC coated rigid aluminum conduit a maximum of 12" and a minimum of 4" into the earth or concrete at the transition. 20. Aluminum conduit, straps, and struts shall not be in direct contact with concrete. Provide a neoprene washer between the two materials. 21. Aluminum conduit which penetrates into concrete shall be factory-coated with 0.40" of PVC, per Spec. MIL-P-15147. 22. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall not be closer than 1" from any reinforcement bars. 23. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. All transitions from concealed to exposed shall be made with PVC coated aluminum. Conduit shall not be placed horizontally in a concrete floor slab or a beam without the ENGINEER's written approval. 24. Flexible metal conduit (sealtight) used for connecting light fixtures, i.e., fixture whips, shall be 1/2" as a minimum. Fixture whips shall contain only three conductors: one hot, one neutral, and one equipment grounding conductor. Other conduit types shall be 3/4" as a minimum. The inside surface of the conduit shall be reamed smooth after it has been cut. 25. Provide conduit sizes as shown on the plans. Where hash marks are used to indicate the number of conductors in a conduit without indicating the conduit size, provide a 3/4" conduit for up to nine #12 conductors, and a 1" conduit for ten to 20 #12 conductors. 26. Where conduits stub up through a floor slab from below finished floor level for multi- level structures, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. 27. Conduit system shall be swabbed clean prior to installation of conductors. 28. Ground conduits in accordance with the National Electrical Code and Specification 26 05 26, “Grounding & Bonding For Electrical Systems”. 29. Contractor shall properly tape PVC coated aluminum conduit where it transitions to PVC conduit in underground concrete encased duct banks so that no aluminum conduit is in Raceways and Boxes for Electrical Systems 26 05 33 - 10 LUB19278 – Low Head C Pipeline contact with concrete encasement. Tape shall be manufactured by Scotch or approved equal. Coordinate with tape manufacturer for type of tape to use for the installation 30. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. 31. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: a. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. b. Where an underground service raceway enters a building or structure. c. Where otherwise required by NFPA 70. 32. Comply with manufacturer's written instructions for solvent welding RNC and fittings. 33. Expansion-Joint Fittings: a. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight-run length that exceeds 25 feet. Install in each run of aboveground RAC conduit that is located where environmental temperature change may exceed 100 deg F and that has straight-run length that exceeds 100 feet. b. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: 1). Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. 2). Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. 3). Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change. 4). Attics: 135 deg F temperature change. c. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F of temperature change for metal conduits. d. Install expansion fittings at all locations where conduits cross building or structure expansion joints. e. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. B. ROUTING AND SUPPORT Raceways and Boxes for Electrical Systems 26 05 33 - 11 LUB19278 – Low Head C Pipeline 1.Use the conduit route where shown on the plans. Route conduits that do not have a specified route in the most direct path between the two points, i.e. home runs shown with an arrow symbol. Route conduits parallel to building lines. Concealed conduits on the plans shall be below grade, within walls, or above ceilings. 2.Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3" separation, except in crossing which shall be a minimum of 1". Conduits shall not be installed/concealed in water bearing walls. 3.Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. 4.Group conduit in parallel runs where practical. Use a conduit rack constructed of channels with conduit straps or clamps. Provide space for an additional 25% conduit. 5.Parallel runs of conduit shall have bends and offsets made at the same point such that the angle of bend is the same in each conduit and the conduits remain parallel throughout the run. Conduits not installed in this manner shall be removed and reinstalled at the Contractor’s expense. Conductors that are installed shall be removed and replaced at the Contractor’s expense. 6.Conduits installed in parallel shall be arranged such that crossings are eliminated. 7.Rigid aluminum conduit systems shall utilize Stainless Steel straps, clamps and strut channel. Coated rigid steel or aluminum conduit shall utilize PVC factory coated straps, clamps and thread rods, etc. as manufactured by Robroy. 8.Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be stainless steel. 9.Install conduit other than PVC with threaded couplings and other threaded fittings. Threadless, or clamp type fittings shall not be used on metallic conduit. Rigid aluminum conduit shall have each set of threads coated with an oxidation inhibitor, Ilsco, De-Ox, ITT Noalox, Blackburn Contax or approved equal. 10.Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. The use of duct tape or any other tape shall be prohibited. 11.Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. 12.Install a pulling string in empty (spare) conduit, except sleeves and nipples, and leave for future pulling as applicable. 13.Expansion/deflation fittings made of neoprene in outdoor applications shall have aluminum lagging over the neoprene held in place with stainless steel tie-wraps. C. TERMINATIONS 1. Use threaded hubs for termination of conduits. Locknut termination of conduits shall not be used on this project. a. Conduit terminations shall not penetrate the top of NEMA 4X and NEMA 3R enclosures. Enclosures with top penetrations shall be removed and replaced with Raceways and Boxes for Electrical Systems 26 05 33 - 12 LUB19278 – Low Head C Pipeline conduits re-routed for side or bottom penetration at contractor’s expense. If conductors have been installed and are too short to accommodate the re-routed conduit, then they shall be removed and replaced at the Contractor’s expense D. UNDERGROUND RACEWAYS: 1. Underground conduit shall be steel reinforced red concrete encased. Conduit which is below the finished grade shall be PVC schedule 40, except where indicated on the plans or noted otherwise. Unless otherwise indicated, all other conduit shall be rigid aluminum. 2. Where underground conduits are routed under a concrete slab on grade and brought up under slab the duct bank reinforcing steel shall be tied into the slab. 3. Bury underground conduit a minimum of 18" deep to the top of the concrete encasement for 600V duct banks, and as shown on the plans, whichever is greater. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Install underground conduit with the conduit duct bank dimensions shown on the plans. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. The concrete shall be red in color. Apply dye in concrete truck, sprinkling dye on top of the duct bank after concrete placement is prohibited. Place 3” CMU blocks under rebar cage to suspend rebar off of the bottom of the trench so that it does not contact the soil and is completely encased in the concrete envelope when concrete is placed. 4. Underground conduits terminating in a vault or below grade structure shall first turn up at least three feet above the structure top slab and terminate in a junction box. Only then shall a conduit penetrate the structure and go directly into the structure. 5. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at low points. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. 6. Underground conduits shall drain to an underground structure with a floor drain, such as a manhole. 7. Install conduit drain assemblies in outside or underground conduits to provide for draining. 8. Underground conduit bends shall have a long sweep bend radius. Underground conduit bends shall have a minimum 2' bend radius or larger as required by the minimum bending radius of the cables, whichever is greater. All Underground conduit bends shall utilize PVC factory-coated rigid aluminum bends. 9. Contractor shall install duct bank spacers a minimum of every 5 feet. a. Conduit shall slope uniformly at not less than 4” per 100’, or more than 60” per 100’ unless indicated otherwise on the plans or approved by the Engineer. Arrange duct banks to drain into manholes with no low pockets in the duct runs. The electrical contractor shall coordinate with the Contractor and the plans on the proposed grades for the site. 10. Minimum size for underground conduits shall be 2”. Raceways and Boxes for Electrical Systems 26 05 33 - 13 LUB19278 – Low Head C Pipeline E. BOXES AND ENCLOSURES: 1. Unless otherwise noted, location of outlet boxes shall be as follows: Equipment or Outlets Elevation *(A.F.F.) Toggle switches 4'0" Receptacles 1'6" Equipment or Outlets Elevation *(A.F.F.) Control stations 4'0" Circuit protective devices 6'6" to top of enclosure * Above Finished Floor. 2. Locate boxes so that cover or plate will not span different building finishes. 3. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. 4. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. 5. Use separate pull boxes and junction boxes for electric power, control and communication systems. 6. Install pull boxes and junction boxes where required by the National Electrical Code and wherever required to overcome mechanical difficulties. 7. Pull and junction boxes shall be accessible and not buried. 8. Support boxes independently of conduit except for cast boxes that is connected to two rigid metal conduits, both supported within 12" of box. 9. Junction boxes shall have terminal strips/distribution blocks for splicing conductors where approved by the ENGINEER or as shown/specified on the plans. Terminal strips shall be manufactured by Allen-Bradley, Phoenix Contact or approved equal. No top entry in junction boxes with a terminal strip. 10. Box shall be mounted using mounting lugs. Drilling through the box to mount is prohibited. Any box drilled to mount will be rejected and shall be removed and replaced at the Contractor’s expense. 11. Provide at least 1/4 inch air space between the back of the box and the wall. 12. Conduit penetrations in the top of any enclosure or junction box is strictly prohibited in all areas except dry NEMA 1 areas. Any enclosure top penetrated will be rejected and shall be removed and replaced at the Contractor’s expense. 3.03 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. Raceways and Boxes for Electrical Systems 26 05 33 - 14 LUB19278 – Low Head C Pipeline 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION Manholes and Concrete Pull Boxes for Electrical Systems 26 05 43.01-1 LUB19278 – Low Head C Pipeline 26 05 43.01 MANHOLES AND CONCRETE PULL BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install concrete electrical manholes and pull boxes, as specified and indicated on the plans. Contractor shall be responsible for sizing all manholes and pull boxes in accordance with the National Electrical Code, Article 370 and relevant sections of the NEC. Contractor shall be responsible for setting elevations at manhole and cable entry locations to meet the intent of the specifications and plans. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS; PRECAST MANHOLES: Precast concrete products shall comply with the specifications and shall be produced by the following Manufacturers: 1. Brooks Products 2. American Industrial Precast Products 3. Dalworth Quickset Co. 4. Approved Equal B. ACCEPTABLE MANUFACTURERS; PRECAST PULL BOXES: Precast concrete products shall comply with the specifications and shall be produced by the following Manufacturers: 1. Brooks Products 2. Old Castle 3. Approved Equal C. DESIGN CRITERIA: Concrete for precast concrete shall obtain a compressive strength of 4000 psi minimum at 28 days, and shall be an air-entrained mix of the Manufacturer's standard mix design. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include Shop Drawings: 1. Manholes, pull boxes and accessories 2. Contractor shall provide detailed conduit layout showing number and size of conduits entering the manholes. Cables routed in conduits shall be clearly identified. Details shall also show elevation of conduits entering manholes. Manhole details shall be submitted to the Engineer for approval prior to the duct bank/manhole system being installed. 3. Manhole and Concrete Pull Box Calculations: Detailed calculations shall be submitted to the ENGINEER with the Manhole and Pull Box initial submittal. Submittals submitted without sizing calculations shall not be accepted. Manholes and Concrete Pull Boxes for Electrical Systems 26 05 43.01-2 LUB19278 – Low Head C Pipeline 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: AASHO H-20 "Standard Specifications for Highway Bridges" ANSI/ASTM A-15 "Zinc Coating (Hot Dipped) on Iron and Steel Hardware" ANSI/ASTM A-569 "Steel, Sheet and Strip, Carbon (0.15% Maximum), Hot Rolled, Commercial Quality. ASTM A-48 "Gray Iron Castings" ASTM A-123 "Zinc (Hot Galvanized) Coatings on Products fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strips." 2.00 PRODUCTS 2.01 MATERIALS A. PULL BOXES: As manufactured by Brooks model #66 or approved equal. B. MANHOLE FRAMES AND COVERS: Class 30B gray cast iron conforming to ASTM A-48; machine finished with flat bearing surfaces. C. SUMP COVERS: Class 30B gray cast iron conforming to ASTM A-48. D. PULLING IRONS: Steel bar with 7/8" diameter forming a triangle of 9" per side when set; galvanized according to ANSI/ASTM A-153 for irregularly shaped articles. E. CABLE RACK INSERTS: Steel channel inserts with a minimum load rating of 800 pounds; length to match cable rack channel. F. CABLE RACK CHANNEL: 4" x 1-1/2" x 3/16" steel channel wall bracket, 48" long, with cable rack arm mounting slots on 8" centers. G. CABLE RACKS: 2-1/2" x 14" steel channel with high glazed, wet-process porcelain insulators conforming to ANSI/ASTM A-569. H. MANHOLE STEPS: Cast iron; suitable for manhole shape and construction. I. DUCT TERMINATORS: Duct terminator shall be provided at manhole walls and shall be the product of Formex Manufacturing, Inc., or approved equal. Terminators shall be formed of high impact, high strength, prime virgin acrylonitrile butadiene styrene (ABS) plastic, containing the proper number, size and arrangement of openings to receive ducts installed under this contract. Terminators shall be hollow, 6 inches outside-to-outside of interior and exterior surfaces, to allow placement of reinforcing steel inside. Terminators shall be installed in accordance with manufacturer’s recommendations. Where terminators are provided only for reception of future ducts, factory-fabricated plastic plugs of proper size shall be furnished and installed in the duct opening. J. GROUND ROD: 3/4" x 10’ stainless steel, installed in the floor of the manhole, and all metallic cable racks, irons, etc. grounded (to the ground rod). Ground rod may be field installed, but floor penetration shall be sealed against the entrance of sewage or clear water under positive head. Manholes and Concrete Pull Boxes for Electrical Systems 26 05 43.01-3 LUB19278 – Low Head C Pipeline K. JOINT SEALANT: Flexible plastic gasket of flexible butyl resin sealant. 2.02 MIXES A. Concrete and reinforcing shall be in accordance with Section 03 30 00, “Cast-In-Place Concrete.” 2.03 FABRICATIONS A. PRECAST CONCRETE 1. Precast concrete shall be a factory controlled product, reinforced in accordance with AASHTO HS-20 bridge loading requirements. Units shall be precast in modular sections with tongue and groove joints. Manholes shall have the following characteristics: a. Shape: Square 2. Provide a 36" diameter, grooved opening in top section. Neck and shaft diameter shall be 30" clear dimension. Provide a 12" drain opening and two (2) 1" ground rod openings in the base section. 3. Provide a window opening on each wall, large enough to permit conduit penetrations without necking off duct bank at point of entry. Openings shall be at elevations required to permit drainage and all other specification and plan requirements. Provide cable pulling irons opposite each duct entry window. 4. Conduits shall enter manhole a minimum of 24” above the finished floor of the electrical manholes and pull boxes. 5. Include inserts for cable racks at 3” on center. 6. Where manhole depth exceeds 6’-0” include precast manhole steps at 16" centers. 3.00 EXECUTION 3.01 PREPARATION A. Excavate hole for a suitably sized manhole which permits installation and inspection. Base material and backfill shall be in accordance with the Manufacturer's printed instructions and the provisions of Section 31 05 16, “Aggregates for Earthwork”, of these specifications. 3.02 INSTALLATION A. PRECAST CONCRETE MANHOLES: Install manholes in accordance with the Manufacturer's printed instructions. Manholes shall be plumb and level. Use precast neck and shaft sections to bring manhole entrance to finished grade 6” above finished grade. B. At the intersection of electrical duct banks and manholes, both existing and new, Contractor shall install (4) #4x3’-0” dowels into the electrical manhole with Hilti RE 500 adhesive and 2/3 wall thickness embedment. Do not damage manhole wall reinforcement. Do not core drill the holes. Provide a 2’-0” lap splice with continuous duct bank reinforcement. C. MANHOLE ACCESSORIES 1. Install drains in manholes and connect to 4" PVC pipe terminating in 1/3 cu. yd. of crushed gravel bed. 2. Install a ground rod in each of two (2) base section openings with the top of the rod protruding 4" above the manhole floor. Manholes and Concrete Pull Boxes for Electrical Systems 26 05 43.01-4 LUB19278 – Low Head C Pipeline 3. Attach cable racks to inserts after manhole installation is complete. 4. Waterproof exterior surfaces of manholes, including joints and interruptions after concrete has cured for a minimum of 28 days. 5. Manhole frames, pulling irons and cable rack channels shall be grounded to the ground rods. Grounding shall meet the requirements of Section 26 05 26, “Grounding and Bonding for Electrical Systems”, and Articles 250 and 450 of the National Electrical Code. D. SUPPORTING CABLES ON WALLS 1. Support cables by cable racks. Provide quantity of racks by the number of conductors routed through manholes. Provide minimum of two cable hooks per rack. 2. Install a minimum of two racks on each wall in each manhole. 3. Cable racks shall be provided for installation of future conductors. 4. Instrumentation cables, power cables, and control cables shall be kept separately when routed along racks through manholes. Provide 12” separation between power and instrumentation/control cables. END OF SECTION Identification for Electrical Systems 26 05 53-1 LUB19278 – Low Head C Pipeline 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.02 SUBMITTAL PROCEDURES A. Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include: 1. Product Data to include cut sheets for each electrical identification product to be used on the project. 2. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers are not acceptable. 2.00 PRODUCTS 2.01 POWER RACEWAY IDENTIFICATION MATERIALS A. Colors for Raceways Carrying Circuits at 600 V or Less: 1. White letters on black field. Identification for Electrical Systems 26 05 53-2 LUB19278 – Low Head C Pipeline 2. Legend: Indicate voltage. B. Colors for Raceways Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch- (75-mm-) high letters on 20-inch (500-mm) centers. C. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4-inch- (100-mm-) wide black stripes on 10-inch (250-mm) centers diagonally over red background that extends full length of raceway or duct and is 12 inches (300 mm) wide. Stop stripes at legends. D. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with stamped legend, punched for use with self-locking cable tie fastener. E. Identify each circuit with non-ferrous metal or fiber tags in manholes and junction boxes and at terminations. F. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: 1. Tags relying on adhesives or tapes-on markers are not acceptable. 2. Provide heat shrinked conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an “S” suffix. Travelers shall have the designation described above on their tags, plus a “T” suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.02 CONDUCTOR IDENTIFICATION MATERIALS A. Color-coding conductor Tape: 1. Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. 2.03 UNDERGROUND-LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. Identification for Electrical Systems 26 05 53-3 LUB19278 – Low Head C Pipeline 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE. 2.04 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked-Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch (6.4-mm) grommets in corners for mounting. 3. Nominal size, 7 by 10 inches (180 by 250 mm). D. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES (915 MM)." 2.05 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm) thick for signs up to 20 sq. inches (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes. 1. Engraved legend with white letter on black face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. 2.06 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Phenolic Label: Punched or drilled for aluminum rivet mounting. White letters on a black background. Minimum letter height shall be 3/8 inch (10 mm). 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. Identification for Electrical Systems 26 05 53-4 LUB19278 – Low Head C Pipeline B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with aluminum rivet fasteners appropriate to the location and substrate. F. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches (400 mm) overall. G. Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.02 IDENTIFICATION SCHEDULE A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding insulation to identify the phase. 1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for ungrounded service, feeder, and branch-circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG. b. Colors for 120/240-V Circuits: 1). Phase A: Black. 2). Phase B: Red. 3). Neutral: White c. Colors for 208/120-V Circuits: 1). Phase A: Black. 2). Phase B: Red. 3). Phase C: Blue. 4). Neutral: White d. Colors for 480/277-V Circuits: 1). Phase A: Brown. 2). Phase B: Purple. 3). Phase C: Yellow. 4). Neutral: Gray e. Phase colored insulation is required for all insulated conductors. Use of field- applied, color-coding conductor tape is not allowed, no exceptions. Identification for Electrical Systems 26 05 53-5 LUB19278 – Low Head C Pipeline B. Power-Circuit Conductor Identification, More than 600 V: For conductors in vaults, pull and junction boxes, manholes, and handholes, use nonmetallic plastic tag holder with adhesive- backed phase tags, and a separate tag with the circuit designation. C. Install instructional sign including the color-code for grounded and ungrounded conductors using adhesive-film-type labels. D. Conductors to Be Extended in the Future: Attach type-on tags to conductors and list source. E. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. F. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground-line warning tape to direct-buried cables. 2. Install underground-line warning tape for both direct-buried cables and cables in raceway. G. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. H. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. I. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: a. Outdoor Equipment: Engraved, laminated acrylic or melamine label. Identification for Electrical Systems 26 05 53-6 LUB19278 – Low Head C Pipeline b. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. c. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to be Labeled (only label equipment that is provided under this contract): a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be laminated acrylic or melamine label and placed in a clear plastic sleeve. b. Enclosures and electrical cabinets. c. Transformers: Label that includes tag designation shown on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary. d. Enclosed switches. e. Enclosed controllers. f. Push-button stations. g. Contactors. h. Monitoring and control equipment. i. UPS equipment. j. Conduits k. Combination motor starters, soft starters, and VFDs l. Pull and Junction Boxes END OF SECTION Electrical Power System Studies 26 05 73.01-1 LUB19278 – Low Head C Pipeline 26 05 73.01 ELECTRICAL POWER SYSTEM STUDIES 1.00 GENERAL 1.01 DESCRIPTION General: This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study, load flow study, and an arc flash hazard analysis for the electrical power system as shown on the plans for the complete electrical system at the Low Head C Pipeline valve vaults electrical equipment rack/pad. Short Circuit and Protective Device Coordination Study, Arc Flash Analysis, and Load Flow Study. The studies shall provide an evaluation of the electrical power system and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the CONTRACTOR. The Studies shall include settings for all protective relays and circuit breakers, power meters and electric system monitoring for both devices provided under this contract and for the existing devices. The Contractor shall obtain any needed data or information for the electrical equipment from Contract Documents, various suppliers, and from conducting his own field investigations. A. Scope: 1. The CONTRACTOR is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Protective Device Coordination Study, and Arc Flash Analysis. All cable and raceway data, data from all new transformers, panelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing or new protective device information to include all present settings. The CONTRACTOR shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained shall be organized and submitted to the ENGINEER to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the CONTRACTOR from the Electric Utility. The use of infinite bus fault current calculation is not acceptable. 3. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up and shall re-submit the updated study for engineer approval. 4. Provide a complete short circuit study. Include three phase and phase-to-ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions shall be thoroughly addressed in the study. a. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. b. Electrical equipment bus impedance shall be assumed zero. Electrical Power System Studies 26 05 73.01-2 LUB19278 – Low Head C Pipeline c. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. d. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility and Generator manufacturer. An assumption of infinite bus for the purposes of the Study is not acceptable. e. Study shall use actual motor X/R and subtransient reactance data obtained from equipment suppliers. 5. A protective device coordination study shall be performed to determine appropriate relay settings. The study shall include all electrical equipment provided under this contract and any up-stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, cable short circuit withstand curves and motor curves. Include all low voltage distribution switchboards, motor control centers, starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground-fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier’s equipment (such as soft starters, switchgear) shall be in included. Include the last protective device in the Electric Utility’s system feeding each facility being considered. 6. Provide Time-Current Curves on 11X17 log-log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one-line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Coordination study time-current curves (11x17 log-log type) including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Organize the curves as specified here in. Ground fault time current curves shall be on a separate sheet. 7. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the panelboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 8. Provide arc flash hazard analysis in accordance with the applicable NFPA, ANSI, and IEEE standards. 9. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the State of Texas. 10. Any problem areas or inadequacies in the equipment shall be promptly brought to the ENGINEER's attention. 11. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an equal approved by the ENGINEER. Electrical Power System Studies 26 05 73.01-3 LUB19278 – Low Head C Pipeline 12. The report shall include a comparison of short circuit duties of each bus to the inter- rupting capacity of the equipment that is protecting that bus. 13. The report shall include all data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 14. Provide and program all settings for all power meters, motor protection relays, feeder protection relays, etc. 15. The CONTRACTOR shall coordinate with the Utility for electrical data required for the studies. 1.02 REFERENCES A. This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc-Flash Hazard Calculations NEC National Electrical Code 1.03 SCHEDULE A. The report shall be provided to the ENGINEER NO LATER THAN 60 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. 1.04 SUBMITTAL PROCEDURES Submittals shall be in accordance with this section, the General Requirements, and shall include the following minimum information: A. Shop Drawings: 1. Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log-log type paper. The 11x17 paper with the TCC shall also include a one-line diagram for the branch that the TCC on that sheet corresponds with. The CONTRACTOR can provide time current curves on 8 ½ x 11 log-log type paper as a supplement but not as a replacement. 2. Provide a list of all recommended settings for all power meters, motor protection relays, feeder protection relays, etc. Electrical Power System Studies 26 05 73.01-4 LUB19278 – Low Head C Pipeline 3. Arc Flash Hazard Analysis a. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment – switchgear, starters, motor control center, panelboards, starters, etc. b. Provide a copy of the one-line diagram color-coded to show the incident ranges at each bus. The one-line shall be on 11x17 paper. 1). The one-line shall also include the information specified in section 2.03 below. B. After the report and one-line has been approved, provide a color copy in PDF format of the finalized 11x17 one-line diagram to the Contractor for the Contractor’s use to frame in the electrical room as specified in section 26 05 00, “Common Work Results for Electrical”. The one-line shall reflect all changes made including but not limited to changes made during construction C. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up. The Contractor shall re-submit the Power System Studies for Engineer Approval. The Studies shall include an updated copy of the color copy Arc Flash Labels. D. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies Submittal Procedures. 1. Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. 2.00 EXECUTION 2.01 GENERAL A. Provide a short-circuit and protective device coordination study load flow and motor starting study, and arc flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. Electrical Power System Studies 26 05 73.01-5 LUB19278 – Low Head C Pipeline 2.02 QUALIFICATIONS A. The studies shall be performed by an electrical manufacturer/consultant serving/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional Engineer shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional Engineer’s seal will not be reviewed and returned Not Approved, Revise & Resubmit. EQUIPMENT MANUFACTURERS SHALL NOT BE ALLOWED TO PERFORM THE STUDIES, NO EXCEPTIONS. 2.03 SHORT CIRCUIT STUDY A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study shall include the following: 1. One-Line Diagram: a. Location and function of each protective device in the system, such as relays, direct- acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (i.e. Impedence, X/R, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their subtransient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. 1). Show short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc. shall be included. h. The time-current setting of existing adjustable relays and direct-acting trips, if applicable. Electrical Power System Studies 26 05 73.01-6 LUB19278 – Low Head C Pipeline i. One-Line showing available fault current at each bus all the way down to the 120/240V and 208Y/120V panelboards. 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances. e. Cable impedances. f. Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solidly grounding, or no grounding). i. Motor contribution assuming the new and existing motors as shown on the plans all running at the same time. 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line-to-ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the ENGINEER, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the ENGINEER and recommendation made for improvements. 2.04 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log-log graph paper: 1. The time-current coordination analysis shall be performed with aid of a digital computer. a. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 2. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 3. Time-current curves and points for cable and equipment damage. Electrical Power System Studies 26 05 73.01-7 LUB19278 – Low Head C Pipeline 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 2.05 ARC FLASH HAZARD ANALYSIS A. The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. B. The CONTRACTOR shall adjust all adjustable time-current devices such that the trip settings lower the arc flash exposure and minimizing the clearing time. However, the CONTRACTOR shall adjust the time-current devices to avoid nuisance tripping. C. The CONTRACTOR shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, prohibited approach boundary and appropriate PPE required. D. The CONTRACTOR shall provide project specific arc-flash labeling. The arc-flash labeling shall be placed on the outside of the cover of the switchgear, motor control centers, combination motor starters, panelboard, switchboard, distribution panel, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc- flash labels a maximum of 6’-6” AFF, include the housekeeping pad in the mounting height. The CONTRACTOR shall provide arc-flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added or work is performed in or on the electrical equipment. E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or approved equal. The lettering shall be performed by thermal transfer print. 1. Arc Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Arc Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40cal/cm2, and a WARNING header for all other incident energy levels. F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA requirements, use specialized arc flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G. The arc-flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc-flash software program shall be used to calculate the available arcing fault at each bus in the system, the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances. H. The report shall include the following information: Arc-flash evaluation table, arc-flash and shock hazard label definitions, arc-flash evaluation information, arc-flash and shock hazard labels and definitions of terms used in the arc-flash hazard analysis. Electrical Power System Studies 26 05 73.01-8 LUB19278 – Low Head C Pipeline I. Arc Flash labels shall be similar to the following example: END OF SECTION Lighting and Branch Panelboards 26 24 16.02-1 LUB19278 – Low Head C Pipeline 26 24 16.02 LIGHTING AND BRANCH PANELBOARDS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install lighting and branch panelboards. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Mini Power Station shall comply with the specifications and shall be by the following Manufacturers: 1. Eaton 2. Square D 3. No Approved Equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include: 1. Shop Drawings: a. Bill of Material b. Front Elevation with dimensions c. Assembly ratings including short circuit ratings, continuous current and voltage d. Cable terminal sizes e. Cut sheet on circuit breakers and surge protective devices 1.04 STANDARDS A. Circuit breakers, molded case, and branch circuit shall be in accordance with the applicable provisions of the following standards as if written here in their entirety: 1. Fed. Spec. W-C-375 2. NEMA AB1 Molded Case Circuit Breakers and their application. 3. NEMA PB1 Panelboards 1.05 DELIVERY AND STORAGE A. Equipment shall be handled and stored in accordance with the manufacturer’s instructions. Equipment shall be protected from damage. 1.06 WARRANTY A. The manufacturer shall warrant the equipment to be free from defects. Warranty to be one year from date of project final acceptance. Lighting and Branch Panelboards 26 24 16.02-2 LUB19278 – Low Head C Pipeline 1.07 QUALITY ASSURANCE A. Manufacturer shall be ISO 9001 2000 or later certified. B. Manufacturer shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 2.00 PRODUCTS 2.01 MINI POWER STATION A. Mini power station shall be in a NEMA 3R, 316 stainless steel enclosure. Mini power station shall include: 1. a 10KVA, 480V-120/240V step-down transformer. Transformer shall have copper windings. 2. A 120/240V, single phase panelboard with a main circuit breaker and feeder breakers. Circuit breakers shall be of bolt-on type. Refer to plans for additional information. B. Mini power station panel shall have an interrupting capacity of not less than 18,000 Amps, RMS symmetrical. C. Mini power station shall be as manufactured by Square D Catalog model no. MPZB10S40FSS or by Eaton Catalog model no. P48G11S10SS, no equal. 2.02 PANELBOARDS A. Panelboards shall consist of a box, front, interior and circuit protective devices and shall be manufactured in accordance with NEMA PB1 and bearing the applicable U.L. labels. B. Panelboards shall contain sequence style busing and full capacity neutral, composed of an assembly of bolt-on, molded case, automatic breakers with thermal and an instantaneous, magnetic trip in each pole and a trip-free position separate from either the "On" and the "Off" positions. Two (2) and three (3) pole circuit breakers shall simultaneously open all poles. The use of metal clips tying single pole circuit breakers together to make a multi-pole breaker shall not be allowed. Circuit breakers, molded case and branch circuits shall be in accordance with Fed. Spec. W-C-375. C. The voltage rating, phase, number of wires and ampere rating shall be as indicated and scheduled on the plans. D. The interior of the panelboard shall consist of a factory-assembled, rigid frame supporting the rectangular bus, the mains and the neutral bar. E. All Busings including ground bus shall be tin-plated copper and arranged for sequential phasing throughout. The bus bar shall be sized so that the temperature rise is limited in accordance with NEMA standards. The insulated neutral bar shall be located at the opposite end of the structure from the mains. F. Panelboards shall have either solderless lugs or a main circuit protective device as scheduled. Each enclosure shall have grounding lugs and uninsulated equipment grounding terminals. Lighting and Branch Panelboards 26 24 16.02-3 LUB19278 – Low Head C Pipeline 2.03 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers. B. Circuit breakers shall be molded case, bolt in type. C. Single pole circuit breakers serving fluorescent lighting loads shall have the SWD marking. Circuit breakers serving air conditioning branch loads shall be U.L. listed as type HACR. D. Each circuit breaker used in the panelboards shall have an interrupting capacity of not less than the RMS symmetrical rating indicated on the plans for that panelboard. E. Circuit breakers shall be manufactured by the panelboard manufacturer. F. The panelboard and circuit breaker interrupting capacities and rating shall be equal to or greater than the fault currents available to each panelboard and as shown on the panelboard schedules on plans. Series rating of breakers shall not be permitted. 3.00 EXECUTION 3.01 INSTALLATION A. Install the panelboard in accordance with applicable codes at each location indicated on the plans. Provide filler plates for unused spaces in the panelboard. All labeling shall be in accordance to Section 26 05 00, “Common Work Results for Electrical”. B. Mount panelboard with 1/4” spacers off of walls. C. NAMEPLATES: 1. Plastic, white 3/8" letters on black background, on the front of each door on the switchgear; identifying the compartment contents for each compartment. 2. Attach nameplates with aluminum rivet and nut at each end of the nameplate. Adhesive backed nameplates shall not be installed. END OF SECTION Page Intentionally Left Blank Wiring Devices 26 27 26-1 LUB19278 – Low Head C Pipeline 26 27 26 WIRING DEVICES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install wiring devices. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Source Limitations: Obtain each type of wiring device and associated wall plate through one source from a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates from a single manufacturer and one source. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. D. Products shall comply with the specifications and shall be by the following Manufacturers: 1. Hubbell 2. Leviton 3. Pass & Seymour 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include: A. Shop Drawings for Wiring Devices: Cut sheets of all devices indicating model being provided, NEMA configuration, rating, color, etc. 1.04 STANDARDS The applicable provisions of the following standard shall apply as if written here in its entirety: NEMA WD-1 General Color Requirements for Wiring Devices NEMA WD-6 Wiring Devices – Dimensional Requirements UL 943 Ground-Fault Circuit-Interrupters NFPA 70 National Electrical Code 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. WALL SWITCHES: For general use, totally enclosed industrial type, specification grade, rated for 120/277 VAC and 20 amps. Approved wire connection to switches shall consist of inserting wire into back wiring hole and tightening terminal screw until wire is tightly griped Wiring Devices 26 27 26-2 LUB19278 – Low Head C Pipeline by clamping mechanism inside switch body. Side wiring shall not be allowed. Switches installed in hazardous areas shall be explosion proof type in accordance with the NEC. B. MOTOR RATED SWITCHES: HP rated switches approved for motor control or disconnect service when controlling or disconnecting motor loads in excess of 1/4 HP; 20 amp switches for loads exceeding 10 amps. C. WEATHERPROOF SWITCHES: Fitted with a single switch as specified, and weatherproof cover with spring door cover; gray in color for all areas. D. RECEPTACLES: For general use shall be U.L. approved, hospital grade heavy duty duplex grounding type 20 ampere 125 volt heavy duty phosphor bronze contacts. Terminal screws shall be large head, deep slotted #8-32 brass, backed out, color coded for polarity identification, and shall accept up to 10 AWG wire. Side wiring shall not be allowed. All receptacle bodies to be ivory in color, unless otherwise indicated or required by the NEC. 1. GROUND FAULT CIRCUIT INTERRUPTING, INDOOR: GFCI receptacle shall include visible indication of ground fault condition. Feed-through feature shall not be used. Install GFCI device at each location indicated. GFCI circuit breaker shall not be permitted. 2. ISOLATED-GROUND RECEPTACLES: Isolated-ground receptacles shall be listed and labeled as isolated-ground type. Isolation-ground shall be integral to the receptacle construction and not dependent on removable parts. 3. WEATHER RESISTANT RECEPTACLES: Weather resistant receptacles shall be listed as weather resistant type in accordance with the National Electrical Code. 4. WEATHERPROOF RECEPTACLES: a.Weatherproof receptacles shall be hospital grade, 20 ampere, 125 volt and shall be listed as weather resistant type in accordance with the National Electrical Code and shall include a weatherproof device cover. 1)Weatherproof Duplex Receptacle: Provide GFCI duplex receptacle with weatherproof cover. 2)Weatherproof Single Receptacle: Provide a cast box fitted with a single receptacle and threaded cap with a weatherproof cover. b.Weatherproof device covers shall have a NEMA 3R rating while receptacle is in use rating with die cast metallic aluminum construction as manufactured by Taymac Corporation, Tempe, Arizona or Thomas & Betts E. SWITCH AND RECEPTACLE COVER PLATES: The cover plate color shall be ivory in color for all areas, unless otherwise indicated or required by the NEC. Screw heads shall have color to match plate, 316 stainless steel. Provide telephone cover plates which are the same as above, except with a single bushed pole for the telephone cable. 3.00 EXECUTION 3.01 INSTALLATION A. Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. B. Coordination with Other Trades: Wiring Devices 26 27 26-3 LUB19278 – Low Head C Pipeline 1. Take steps to insure that devices and their boxes are protected. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of the boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. D. Existing Conductors: 1. Cut back and pigtail, or replace all damaged conductors. 2. Straighten conductors that remain and remove corrosion and foreign matter. E. Pigtailing all conductors is required. Outlet boxes shall be oversized to allow pigtailing. All wiring devices shall be wired using pigtails. F. Terminate stranded wire with crimp on connectors. G. Install receptacles and switches only in electrical boxes which are clean, free from excess building materials, dirt and debris. H. Install switches, wall-mounted duplex receptacles and telephone outlets at the heights specified in Section 26 05 33“Raceways and Boxes”, unless indicated otherwise on the plans. I. Switches installed at one (1) location shall be ganged together under one (1) cover plate. J. Sharing of neutrals is not allowed. K. Through on wiring at receptacles is not allowed. 3.02 FIELD QUALITY CONTROL A. Test wiring devices to insure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 108 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. Wiring Devices 26 27 26-4 LUB19278 – Low Head C Pipeline 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION Enclosed Switches and Circuit Breakers 26 28 16-1 LUB19278 – Low Head C Pipeline 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install disconnects. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS Disconnects shall comply with the specifications and shall be by the following Manufacturers: A. Eaton B. General Electric C. Square D D. No Approved Equal 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, “Document Management”, and shall include: 1. Shop Drawings: a. Product Data Sheets for Disconnects and Circuit Breakers. b. Complete rating c. Short circuit withstand ability of bus and lowest rated device d. Overall outline dimensions including the space available for conduit e. Conduit entry and exit points clearly showing dimensions of entry and exit points. Provide a detailed bottom view showing how conduits penetrate the bottom of the enclosure. Coordinate with the Electrical Contractor on this prior to submitting information to the Engineer. f. Overall weight of line-up and each shipping split g. Complete bill of materials with cut sheets on all major equipment clearly identifying exact model numbers of each component. h. Device description 2. O&M Manual a. Operation and maintenance manuals shall contain the shop drawing submittals, final drawings with any changes made during start-up and maintenance procedures. b. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end date as well as contact information for service Enclosed Switches and Circuit Breakers 26 28 16-2 LUB19278 – Low Head C Pipeline 1.04 STANDARDS The applicable provisions shall apply as if written here in their entirety: A. ANSI/UL - 198E B. NEMA RS1 C. Fed. Spec. FS-WS-865 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. DISCONNECT SWITCHES: 1. Class "R" or non-fusible; of the required ampere rating, or as indicated on the plans; heavy duty, either single throw or double throw (as indicated in the plans) quick-make, quick-break, 3-phase, 3-pole switches, unless otherwise indicated. 2. Enclosure: NEMA 4X, 316 Stainless Steel for interior and exterior installations not exposed to a hazardous location, as indicated on Construction Drawings. Furnish enclosures with interlocking covers with maintenance defeat feature and external front- operated flange-mounted switch levers. Disconnects shall have provisions for the use of three (3) safety padlocks in the "Off" position. Furnish horsepower rated switches for motor circuits. The fuse interrupting rating shall be 65,000 rms amperes. 3.00 EXECUTION 3.01 INSTALLATION Install disconnect switches as required by the National Electrical Code. Install fuses in fusible disconnect switches where indicated on drawings. END OF SECTION Lightning Protection for Structures 26 41 13 - 1 LUB19278 – Low Head C Pipeline 26 41 13 LIGHTNING PROTECTION FOR STRUCTURES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, design, materials, equipment and incidentals necessary to install a complete lightning protection system in accordance with UL 96A, NFPA 780. Lightning protection system shall be tied to the lift station’s grounding system. 1.02 QUALITY ASSURANCE A. The system furnished under this specification shall be the standard product of a manufacturer regularly engaged in the production of lightning protection systems and shall be the manufacturer's latest approved design. Listing of the manufacturer in the lightning protection section of the current edition of Underwriters' Laboratories, Inc., Electrical Construction Materials List will be accepted as compliance with this requirement. B. All materials shall be copper and bronze and of the size, weight and construction to suit the application where used in accordance with UL, NFPA, NEC code requirements for this type structure and as per manufacturer's recommendations. Class I sized components may be utilized on roof levels 75 feet and below in height. Class II sized components are required for roof levels over 75 feet in height. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, “Document Management”, and shall include: 1. Shop Drawings a. Specifications b. Catalog Sheets for All Products Provided c. Shop drawings showing type, size and location of all equipment, grounds, cable routings, details, etc. 2. Continuity Test Report 3. Copy of U.L. Master Label for the Facility 1.04 STANDARDS AND REFERENCES A. Refer to Section 26 05 00, “Common Work Results for Electrical”, for all standards which apply to this section. NFPA 780 Standard for the Installation of Lightning Protection Systems UL 96A Standard for Installation Requirements for Lightning Protection Systems LPI 175 Lightning Protection Institute Standard of Practice Lightning Protection for Structures 26 41 13 - 2 LUB19278 – Low Head C Pipeline 2.00 PRODUCTS 2.01 MATERIALS A. Materials used in connection with the installation of the lightning protection systems shall be approved for lightning protection systems by the Underwriters' Laboratories, Inc. No combination of materials shall be used that form an electrolytic couple of such a nature that corrosion is accelerated in the presence of moisture unless moisture is permanently excluded from the junction of such metals. When unusual conditions exist which would cause deterioration or corrosion of conductors, conductors with suitable protective coatings or oversize conductors shall be used. If a mechanical hazard is involved, the conductor size shall be increased to compensate therefore, or suitable protection shall be provided. The conductors may be protected by covering them with molding or tubing preferably made of wood or nonmagnetic material. If metal tubing is used, the conductor shall be electrically connected to it at its upper and lower ends. B. All equipment used shall be new and of a design and construction to suit the application in accordance with UL 96A requirements and shall be so marked. 2.02 MANUFACTURED PRODUCTS A. CONDUCTORS - Copper conductors manufactured of copper grade ordinarily required for commercial electrical work generally designated as being 98 percent conductive when annealed. Down conductors of copper cable for installations other than towers shall weigh not less than 187.5 pounds per thousand feet and the size of any wire of this cable shall not be less than No. 17 AWG (0.045 inch). Down conductors shall be tinned. The thickness of any copper ribbon or strip shall be not less than No. 16 AWG (0.051 inch). B. AIR TERMINALS - Air terminals shall be tapered to a blunt point. The rod shall be of solid copper, 1/2 inch in diameter. Air terminals and support shall be designed over 24 inches to handle a 75 pound per square foot wind load. All air terminals shall be supported by a suitable brace, with guide(s) not less than one-half the height of the air terminal. Air terminals shall be located in accordance with the requirements of NFPA 780 and UL 96A. Air terminals shall extend at least ten inches above the object or area they are intended to protect. Air terminals shall be placed around the perimeter of flat or gently sloping roofs at intervals not exceeding 20 feet. C. FASTENERS - Fasteners shall be of the same material as the conductor base material or bracket being fastened, or other equally corrosion resistant material. Galvanized or plated materials shall not be used. D. FITTINGS - Fittings/bonding devices, cable splicers, and miscellaneous connectors shall be suitable for use with the installed conductor and shall be copper, bronze or aluminum with bolt pressure connections to the cable. Cast or stamped crimp type fittings shall not be used. E. Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. Lightning Protection for Structures 26 41 13 - 3 LUB19278 – Low Head C Pipeline 3.00 EXECUTION 3.01 INSTALLATION A. The shop drawings shall indicate the extent and general arrangement of the lightning protection system. If any departures from the shop drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Lightning protection systems for all applications shall conform to National Fire Protection Association Code No. 780 and the NEC, whichever is more stringent. B. Installation shall be performed by a certified master installer. Installer shall provide an Underwriters' Laboratories Master Label for the facilities. C. Air terminals shall be provided on the highest projections and at intervals not exceeding 20 feet along the perimeter top surface. Air terminals shall extend at least 10 inches above the object or area that they are intended to protect. Air terminals shall be connected to the lightning protection system when specifically authorized by the Engineer. D. Roof and down conductors shall be stranded and shall meet the requirements given in NFPA 780. Roof and down conductors shall maintain a horizontal or downward course. No bend in a roof or down conductor shall form an included angle of less than 90 degrees, nor shall it have a bend radius of less than eight inches. Conductors shall be routed external to buildings and six feet or more from power or signal conductors. Down conductors shall be routed outside of any structure and shall not penetrate or invade that structure. All down conductors except one may be provided with a screw type connector as described in UL 96 where lightning protection system testing may be required. Down connectors shall be supported from and secured to the building exterior using one hole straps of copper or bronze at maximum intervals of three feet. E. Guards shall be provided for down conductors located in or next to driveways, walkways or other areas where they may be displaced or damaged. Guards shall extend at least six feet above and one foot below grade level. Guards shall be metal pipe. Metal guards shall be bonded to the down conductor at both ends. Bonding jumpers shall be of the same size as the down conductor. Crimp type fittings shall not be used. F. Metallic bodies, on or below roof level, that are subject to induced charges from lightning include exhaust fans, radio towers, HVAC units, ladders, railings, antennas, roof drains, plumbing, vents, metal coping, metal flashing, gutters, downspouts, small metal wall vents, door and window frames, metal balcony railings, and in general any isolated metallic body within six feet of an exposed lightning protection system element. When these metallic bodies have a metal thickness of 3/16 inch or greater, they shall be bonded to the nearest main lightning protection system conductor with UL approved fittings and conductors meeting the requirements of NFPA 780. These bonding fittings shall provide surfaces of not less than three square inches. Provisions shall be made to prevent corrosive effects introduced by galvanic action of dissimilar metals at bonding points. If the metal parts of these units are less than 3/16 inch thick, additional approved air terminals, conductors and fittings, providing a two way path to ground from the air terminals shall be installed. Lightning Protection for Structures 26 41 13 - 4 LUB19278 – Low Head C Pipeline G. If metallic, the mast of roof mounted antennas and obstruction lightning shall be bonded to the nearest roof or down conductor using UL approved fittings and conductors. The bonding jumpers shall be of the same size and material as the roof or down conductor to which they are connected. Provide as a minimum a path to ground at each corner of the building. H. Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. 3.02 FIELD QUALITY CONTROL A. The lightning protection system will be inspected by the Engineer to determine conformance with the requirements of this specification. No part of the system shall be concealed until so authorized by the Engineer. B. The Contractor shall establish and maintain quality control for the “Lightning Protection System” installation to assure compliance with contract requirements, and shall maintain records of his quality control for all construction operations. A copy of these records and Contractor tests, as well as records of corrective action taken, shall be furnished to Owner’s Representative, as directed by the Engineer. C. Contractor shall obtain an Underwriters' Laboratories Master Label for the facility. 1. Upon completion, an application shall be made to the Underwriters Laboratories, Inc. for inspection and certification. 2. Cost for UL inspection and associated costs to obtain the UL Master Label shall be paid for by the Contractor. D. Testing of Continuity of all Conductors - A copy of these records and tests, as well as the records of corrective action taken, shall be furnished to Owner’s Representative, as directed by the Engineer. END OF SECTION Corrosion Monitoring System 26 42 00.01 - 1 LUB19278 - Low Head C Pipeline 26 42 00.01 CORROSION MONITORING SYSTEM 1.00 GENERAL 1.01 WORK INCLUDED A. This section covers the work necessary to furnish and install a complete corrosion monitoring system. B. Locations requiring test stations are major pipeline crossings and below-grade insulated flanges. C. Bidder to have a third-party Corrosion Expert perform BIDDER QUALITY CONTROL TESTING as defined this section. Bidder performed quality control testing shall include the following tests, which shall be performed as defined this section. 1. Pipeline Continuity Testing 2. Insulating Flange Joint Testing 3. Concrete Reinforcement Isolation Testing, where required. 1.02 STANDARDS A. The following standards are included by reference: 1. ASTM D 1248 – Polyethylene Plastic Molding and Extrusion Material 2. NACE SP0169 – Control of External Corrosion on Underground or Submerged Metallic Piping Systems 3. UL 83 – Thermoplastic Insulated Wires 4. UL 486A – Wire Connectors for Use with Copper Conductors 1.03 QUALIFICATIONS A. All Bidder specified quality control 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), and/or a registered professional engineer with verifiable expertise in corrosion control and cathodic protection. 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 bond resistance for each 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 Standard Practice SP0169. Corrosion Monitoring System 26 42 00.01 - 2 LUB19278 - Low Head C Pipeline 1.05 SUBMITTALS A. Catalog Cuts: Submit manufacturer’s catalog cuts for each item. Include the manufacturer’s name on the catalog cuts. Provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. B. Quality Assurance Submittals: 1. Manufacturers' Certificates of Compliance 2. All materials, fabrication and installations are subject to inspection and testing. 3. Field Test Reports 4. 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 JOINT BONDS A. General: 1. Single-conductor, stranded copper wire, 18 inches long, with 600-Volt HMWPE insulation. Supply joint bonds complete with formed copper sleeve on each end of wire. Bond cable gauge shall be based on the diameter and thickness of the pipe cylinder. Bond cables shall be used for each non-welded, non-insulating pipe joint. 2. Flexible Coupling Joints: 24 inches long, with two 12-inch long THHN insulated No. 10 AWG wire pigtails, as manufactured by Erico Products Inc. (Cadweld), Cleveland, OH. 3. Mechanical or compression type connections shall not be permitted. 4. Bonds and welds shall exhibit sufficient strength and flexibility to allow thermal movement of the pipe after pipe backfill without cracking or breakage. 5. All installed bonds shall be insulated or coated copper with all exposed copper field coated to prevent galvanic corrosion of the pipe. B. Flange joints: 1. Flanged joint bonds shall be as defined below: Bond Type Two Sets of Bonds Three Sets of Bonds Four Sets of Bonds #2 AWG Wire NA 30” or less Under 60” 2. Connection of wire joint bonds to pipe shall be with the thermite weld method using molds and cartridges as recommended by the welder manufacturer for bond type used. Corrosion Monitoring System 26 42 00.01 - 3 LUB19278 - Low Head C Pipeline C. Steel Pipe: 1. Bond Quantity per Joint: Provide the quantity of bonds per pipe diameter as defined below: Bond Type Two Sets of Bonds Three Sets of Bonds Four Sets of Bonds No. 2 Wire Bond NA 54” or less Over 54” 2. Connection of joint bond to pipe shall be with the thermite weld method using the mold 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. 2.03 CATHODIC PROTECTION TEST STATIONS A. Flush Style: 1. The traffic valve boxes shall be G5 Utility Boxes as manufactured by Christy Concrete Products, Inc., No. 3RT Utility Box as manufactured by Brooks Products or approved equivalent. Traffic box covers for test stations shall be cast iron with welded bead legend and labeled “CP TEST”. 2. Furnish extensions as required to penetrate concrete surfaces by 4 inches minimum. 3. Traffic valve boxes shall be rated to withstand AASHTO H20 traffic loading. B. Flush Style Terminal Boards: 1. Panel boards shall be made of ¼-inch thick phenolic plastic sized as indicated on the Drawings. 2. Connection hardware shall be brass or bronze. All connections shall be double nutted bolts with lock washers. C. Post Mounted, Steel Conduit: 1. Test Box: a. Junction boxes shall be NEMA 250, Type 4, fiberglass construction. Junction boxes shall be sized as indicated on the Drawings. Hinges shall be stainless steel and a neoprene gasket shall be furnished with the box to ensure a watertight seal. b. Manufacturer and Product: c. Post mounted test boxes shall be Testox, as manufactured by Gerome or equivalent Reducer: 2. Mounting Structure: a. 3-inch rigid hot dipped galvanized steel conduit, threaded at one end (minimum) length as required for installation requirements. b. PVC long radius sweep elbow, 1-inch diameter, for wire protection as shown on Drawings. c. Coat all exposed pipe threads with cold galvanizing or inorganic zinc rich primer. 2.04 WIRE A. Pipe and Reference Electrode Wires: Corrosion Monitoring System 26 42 00.01 - 4 LUB19278 - Low Head C Pipeline 1. No. 12 AWG wire, single-conductor, stranded copper with 600-volt, TW, THWN, or HMWPE insulation. 2. Insulation Color: Color shall indicate the function of each test wire and shall be as follows: a. Pipe: White b. Insulating Joints: White or as shown on Drawings c. Casing: Orange d. Corrosion Coupon: Green 2.05 CONDUIT, LOCKNUTS AND STRAPS A. Outdoors, Exposed Conduit: 1. 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, cast steel, consisting of a clamp back spacer and one hole clamp for mounting to surfaces with either lag bolts or concrete wedge anchors, as shown on the Drawings. B. Buried Conduit: 1. Conduit shall be electrical grade, schedule 40, rigid gray PVC. 2. Locknuts, conduit clamps, and other miscellaneous hardware shall be galvanized steel. Galvanized items shall be hot-dipped galvanized in accordance with ASTM A153. 2.06 EXOTHERMIC WELD MATERIALS A. General: 1. Exothermic welds shall be in accordance with the manufacturer’s recommendations. Exothermic welds shall be Cadweld, as manufactured by Erico Products, Inc. or Thermoweld as manufactured by Continental Industries, Inc., or approved equivalent. Duxseal packing as manufactured by Johns-Manville or approved equivalent shall be used where necessary to prevent leakage of molten weld metal. Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers is not acceptable. 2. The shape and charge of the exothermic weld shall be chosen based on the following parameters: 3. Pipe material 4. Pipe size 5. Wire material/size and requirement for sleeves 6. Number of strands to be welded 7. Orientation of weld (vertical or horizontal) Molds: Graphite, as recommended by manufacture for pipe and wire size. B. Adapter Sleeves: Corrosion Monitoring System 26 42 00.01 - 5 LUB19278 - Low Head C Pipeline 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. 2.07 INSULATING JOINTS A. General: Insulating joints shall be dielectric unions, flanges, or couplings. The complete assembly shall have an ANSI rating equal to or higher than that of the joint and pipeline. All materials shall be resistant for the intended exposure, operating temperatures, and products in the pipeline. B. Insulating Flanges: 1. Gaskets: a. Full-face Type E NEMA G10 fiberglass with O-ring seal. b. Complete assembly shall have an ANSI rating equal to the flange joint and bolt pattern. c. Gasket materials shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. 2. Insulating Sleeves: Full-length, fiberglass reinforced epoxy (NEMA G-10 grade). 3. Insulating Washers: Fiberglass reinforced epoxy (NEMA G-10 grade). 4. Steel Washers: Plated, hot-rolled steel, 1/8-inch thick. C. Insulating Unions: O-ring sealed with molded and bonded insulating bushing to union body, as manufactured by Central Plastics Company, Shawnee, OK; or equal. 2.08 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: ¾ 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. 2.09 STEEL CORROSION COUPON A. The corrosion coupon shall have an exposed steel surface area of 0.01 square feet (1.55 square inches). The coupon shall be provided with two lead wires of sufficient length to reach the test station terminals without splicing. The lead wires shall be AWG No. 12 stranded copper wire with green THWN insulation. The lead wire shall be attached to the steel coupon with the manufacturer's standard connection. Splicing of the corrosion coupon lead wires shall not be permitted under any circumstances. B. Corrosion Monitoring System 26 42 00.01 - 6 LUB19278 - Low Head C Pipeline C. Approved Manufactures: 1. M.C. Miller Company or approved equal 2.10 OTHER MISCELLANEOUS MATERIALS A. Test Station Wire Terminations: One-piece, tin-plated crimp-on ring tongue connector as manufactured by Burndy Co. or Thomas and Betts. B. Compression Connectors: 1. Compression connectors for in-line and tap splices shall be "C" taps made of conductive wrought copper, sized to fit the wires being spliced. 2. Compression connectors shall be applied with the crimp tool and die recommended by the manufacturer for the wire and tap connector size. Connectors shall be Burndy Type "YC", or equal. C. Electrical Tape: 1. Petrolatum tape system shall be Trenton Primer and #1 Wax-tape, as manufactured by Trenton Corp., or Denso Paste and Densyl Tape by Denso North America, Inc., or approved equivalent 2. Vinyl electrical tape shall meet the requirements of ASTM D 30055 with a minimum thickness of 8.5 mils. Electrical tape shall be Scotch Brand Premium Vinyl Electrical Tape, Model Super 88 or approved equal. 3.00 WORKMANSHIP 3.01 GENERAL A. The installation of the facilities herein specified and described shall conform to the latest applicable NACE specifications. 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 Bidder 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 Contract Team shall be consulted. 3.02 STORAGE AND HANDLING A. Protect materials against weather, condensation, and mechanical damage. 3.03 PIPE JOINT BONDING A. All steel and iron pipe joints shall be electrically bonded to form an electrically continuous pipeline and associated appurtenances, including buried, vault, and manhole joints; except welded or insulated joints. B. Install a minimum of two joint bonds on each joint required to be bonded shown on the Drawings. Where the specifications and drawings conflict, the larger quantity will 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. Corrosion Monitoring System 26 42 00.01 - 7 LUB19278 - Low Head C Pipeline D. Bidder shall test each bonded joint for electrical resistance as specified under ELECTRICAL CONTINUITY TESTING, this section. 3.04 TEST STATION INSTALLATION A. General: 1. Test station location, type, and style shall be as shown on the Drawings. 2. Bidder may relocate test station up to ±25 feet for site conditions without ENGINEER approval. Relocation greater than ±25 feet must be approved by the Contract Team. 3. Bidder shall maintain records showing actual test station location based on stationing of wire connections to the pipe. 4. Test stations shall be generally located as follows: a. Install test stations at both ends of cased crossings. b. Install test stations at all buried insulated joints. 5. Locate post-mounted test stations directly over the pipe and at protected locations such as fences, manholes, power poles, or edges of cultivated land, where possible. 6. 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. Flush mounted test stations will not be allowed in unpaved areas without written approval of the Engineer. 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 test stations in paved areas with traffic, landscaping, or areas where aesthetic requirements restrict use of aboveground facilities. Changes from post to flush mount style shall only be allowed with approval of Engineer. 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 42 and 48-inches. 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. D. Test Wires: 1. Wires shall be attached to the pipe as specified under THERMITE WELD WIRE CONNECTIONS, this section. 2. Wire connections shall be an individual connection with not less than 6-inches separation from other connections. Common connections will not be allowed. 3. Wires to foreign-owned pipelines shall be connected to the pipe by the Bidder unless the foreign pipeline owner has indicated otherwise in writing. The Bidder shall coordinate this work with the owner of the foreign pipeline. Corrosion Monitoring System 26 42 00.01 - 8 LUB19278 - Low Head C Pipeline 4. Where foreign owners refuse test wire installation to their pipe, the Bidder shall install a monitoring test station. Bidder to provide written documentation of foreign pipe representative name, company, and date they decline the installation of test wires. Bidder shall remain responsible to provide all foreign pipe test wires, except where written documentation test wire decline is provided. 5. Wires shall be buried a minimum of 30 inches below finished grade. Wires shall be direct buried except where test station offset is required. Offset wires shall be installed in PVC coated rigid steel conduit from the centerline of the pipeline to test station but shall not be connected to the test station. 6. 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. 7. Maintain sufficient slack in flush mount test wires to permit extension of terminal block 18- inches from station. 8. Make wire connections to test station terminals with crimp-on ring tongue terminals, except where solid wire is specified. 3.05 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 hitting 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. 3.06 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. Bidder shall complete all utility notifications prior to performing trenching and excavations work. C. Take care to avoid damage to existing structures and utilities during excavating and trenching process. Bidder may modify location, where approved by the Contract Team, to minimize possible damage to existing structures. Trench shall be of uniform depth and width, level, smooth, and free of sharp objects. Corrosion Monitoring System 26 42 00.01 - 9 LUB19278 - Low Head C Pipeline D. 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. E. 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. F. 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. 3.07 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 insulated bushings, insulated throat connectors, or PVC sweeps as shown on Drawings at ends of rigid metallic conduit for protection of wire insulation. 3.08 CONCRETE A. Concrete used for slabs shall conform to the requirements for concrete in Section CONCRETE. B. Bidder 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. 3.09 WIRE INSULATION REPAIR A. Splicing of wire will not be permitted except where specifically shown on the drawings and approved by the ENGINEER. B. Splices or insulation damage to test station wires shall be spirally wrapped with two coats of high-voltage self-vulcanizing rubber splice tape and two layers of vinyl electrical tape. C. Make wire splices by mechanically securing and soldering with rosin cored 50/50 solder. 3.10 INSULATED JOINTS A. Install insulated joints to electrically isolate the pipeline as shown on the Drawings. B. Align and install insulating joints according to the manufacturer's recommendations to avoid damaging insulating materials. C. Install a test station at each buried insulated joint. D. Provide a DC blocking device on all insulating joints, except buried insulating joints, as specified herein and shown on the Drawings. E. The Bidder shall test each insulated joint for electrical insulation as specified this section. Defective insulating joints shall be repaired by the Bidder at his sole expense. All damaged or defective insulation parts shall be replaced. Corrosion Monitoring System 26 42 00.01 - 10 LUB19278 - Low Head C Pipeline 3.11 BIDDER QUALITY CONTROL TESTING A. General: 1. Bidder shall correct all construction defects identified during testing. 2. Provide 7 days advance notice of completion for Engineer acceptance testing. 3. Bidder specified testing shall be performed by a NACE accredited personnel as specified this section, employed by the Bidder, unless indicated otherwise. B. Insulated Joint Isolation Test: 1. Bidder 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. The Corrosion Expert shall conduct additional insulating joint testing as required to ensure 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. Bidder 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 Standard Practice SP0169. 6. Bidder shall submit a report prepared by Corrosion Expert certifying insulating joint testing isolation, test method(s), test data, and any corrective action required. 3.12 ENGINEER PERFORMED SYSTEM TESTING A. Testing as listed below will be performed by the Project Engineer as a final test of the system installation. 1. Static potentials at each test station and on each wire. 2. Continuity test of test leads at test stations. 3. Final acceptance testing of insulating joints after all construction is completed. B. Bidder shall not be required to provide any personnel for assistance during the testing. C. Upon completion of tests, the Engineer will tabulate the data recorded. END OF SECTION Lighting 26 50 00-1 LUB19278 – Low Head C Pipeline 26 50 00 LIGHTING 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install light fixtures, complete with lamps, ballasts and other incidentals. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS 1. Refer to Lighting Fixture Schedule on contract drawings. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include Shop Drawings: 1. Refer to the Lighting Fixture Schedule for the manufacturer and model number for each type of fixture. Submittals with alternate manufacturers than those listed in the lighting fixture schedule will not be reviewed and will be returned without review. 2. Bill of Material 3. Product data sheets for each fixture type: a. Product data sheets shall be marked for each fixture type, arranged in the order of the fixture designation. b. Product data for fixtures, lamps, ballasts, drivers and emergency lighting units. c. Outline drawings indicating dimensions and principal features of the fixture. d. Electrical ratings and photometric data provided by certified laboratory tests for the fixture and lamps. e. Provide data on LED Fixture indicating it is rated for maintained 70% lumen output at 60,000 hours. 1.04 DELIVERY AND STORAGE A. Ship light fixtures inside protective cartons and keep packaged until installed. Deliver lamps to the job site in the original packing cases and sleeves. B. Store poles on decay-resistant-treated skids at least 12 inches above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation. C. Retain factory-applied pole wrappings on metal poles until right before pole installation. For poles with nonmetallic finishes, handle with web fabric straps. Lighting 26 50 00-2 LUB19278 – Low Head C Pipeline 1.05 JOB CONDITIONS A. Provide cold weather ballasts in fixtures which are subject to temperatures below 32 degrees F. B. Provide special mounting, enclosures and fire-safing, as required by the authorities having jurisdiction so that the integrity of the U.L. listed ceiling assembles is maintained. C. Provide U.L. labels where fixtures are subject to moisture. Provide DL or WL label on fixtures required for the location. D. Contractor shall verify voltages with ballasts and power supplies prior to ordering fixtures. 1.06 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Five years from date of Substantial Completion. 2. Warranty Period for Metal Corrosion: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention: Five years from date of Substantial Completion. 4. Warranty Period for Lamps: Replace lamps and fuses that fail within 12 months from date of Substantial Completion; furnish replacement lamps and fuses that fail within the second 12 months from date of Substantial Completion. 5. Warranty Period for Poles: Repair or replace lighting poles and standards that fail in finish, materials, and workmanship within manufacturer's standard warranty period, but not less than 5 years from date of Substantial Completion. 2.00 PRODUCTS 2.01 MATERIALS A. LED DRIVERS AND LAMPS: Drivers and LED lamps shall be integral to the fixture. The fixture shall be rated for operating temperatures of -40°C to +60°C, UL wet location rated with frosted impact rated glass lens. Fixture shall be rated for maintained 70% lumen output at 60,000 hours. B. POLES AND SUPPORT COMPONENTS: 1. Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting requirements. Use stainless-steel fasteners and mounting bolts, unless otherwise indicated. Lighting 26 50 00-3 LUB19278 – Low Head C Pipeline 2. Mountings, Fasteners, and Appurtenances: Corrosion-resistant items compatible with support components. a. Materials: Shall not cause galvanic action at contact points. b. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot-dip galvanized after fabrication, unless stainless-steel items are indicated. c. Anchor-Bolt Template: Plywood or steel. 3.00 EXECUTION 3.01 INSTALLATION A. Provide the lighting fixtures, as specified and scheduled on the plans. If a type designation is omitted, verify the fixture selection with the Engineer before installation. B. Check the architectural finishes and provide fixtures with proper trim, frames, support hangers and other hardware required to coordinate with the proper finishes, regardless of the specified or scheduled catalog number, prefixes and suffixes. C. Test and aim flood lights, when dark outside to provide a uniform and widespread, illuminated area. Direct units as indicated or instructed by the Engineer to prevent objectionable glare. D. Furnish and install a complete exterior lighting control system, as indicated on the plans. Provide materials and equipment to properly interface timing devices and photocells with relays and contactors so that a complete and satisfactory operating system is rendered. 3.02 CLEAN AND ADJUST Immediately before final inspection, clean all fixtures, inside and out, including plastics and glassware. Adjust all trim to properly fit adjacent surfaces. Replace broken or damaged parts. Lamp and test all fixtures for electrical, as well as, mechanical operation. 3.03 SPARE PARTS A. LED Driver: Furnish at least one of each type. B. Globes and Guards: Furnish at least one of each type. END OF SECTION Page Intentionally Left Blank DIVISION 27 COMMUNICATIONS Page Intentionally Left Blank Common Work Results for Communications 27 05 00-1 LUB19278 – Low Head C Pipeline 27 05 00 COMMON WORK RESULTS FOR COMMUNICATIONS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational communications systems, as specified herein. B. This Section, as well as Division 1, concerns all other Sections in Division 27, and shall be considered a part of each of those Sections as if written in their entirety. C. The System Supplier shall provide all hardware associated with the system. Provide all labor and materials a specified in the Contract Documents. 1. Procure and install raceway (conduit and fiber pull boxes) for a future fiber optic cable system along the Low Head C Pipeline as indicated in the Contract Documents. 1.02 QUALITY ASSURANCE A. WORKMANSHIP 1. Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. B. Contractor shall as part of their work, arrange for and obtain all necessary permits, inspections, and approvals by the authorities having local jurisdiction of such work. This shall include any third-party inspections and testing of panels and equipment. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include: A. Submit for evaluation within one week of Notice to Proceed, the System Installer’s company(s) resumes complete with: 1. Company history, project lists, locations, Owner, costs, type of system installed, and references with phone numbers. 2. Resumes of the certified installation personnel who will actually conduct and supervise the installation, indicating the experience in the work specified under this Section. B. Component catalog number and manufacturing data sheet, indicating pertinent data and clearly marked identifying each component by the item number and nomenclature as specified. C. Component drawings showing dimensions, mounting, and external connection details. D. Field test reports shall be submitted to the Engineer for approval within two weeks from test date. Common Work Results for Communications 27 05 00-2 LUB19278 – Low Head C Pipeline E. The Contractor shall: 1. Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings which shall be available at each monthly pay application. 2. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. 3. Keep the Record Drawings on the Work Site; 4. Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner’s Representative in accordance with the Owner’s Requirements. 5. Underground Interference drawing showing all underground ducts, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies the location and routing of these systems. All interferences shall be brought to the Engineer’s attention. Provide as a minimum the duct bank dimensions, burial depth and coordinates of terminations and those of any changes of direction. The dimensions of the duct bank shall be measured prior to back filling. 6. Provide revised final shop drawings in AutoCAD format noting any changes made to equipment during start-up. 7. Record drawings shall include the location of all pull boxes using Station Number, and the exact Northing and Easting of each pull box using the North American Datum (NAD) 83 Texas State Plane, North Central Zone 4202 coordinate system. The minimum standard to collect data is sub meter accuracy. a. Use survey equipment to indicate alignment and grade of pull boxes. Take at least one elevation reading at every pull box. Make periodic elevation measurements with surveying instruments to verify accuracy of grades. b. Coordinates shall be provided for all installed fiber pull boxes located along the pipeline utilized for the future installation of the fiber optic system not provided under this contract. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Common Work Results for Communications 27 05 00-3 LUB19278 – Low Head C Pipeline Underwriters' Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local utility companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) International Electrical Testing Association (NETA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Coordinate with equipment manufacturer for additional storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. Improperly stored equipment is subject to rejection by the Owner/Engineer and will not be allowed to be installed. 1.06 JOB CONDITIONS A. Permits, licenses, inspections and testing shall be secured and paid for as required by law by the Contractor for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer's and Owner’s review and approval. Common Work Results for Communications 27 05 00-4 LUB19278 – Low Head C Pipeline 2.00 EXECUTION 2.01 INSTALLATION A. Contractor shall employ installers who are skilled and experienced in the installation and connection of all elements, components, accessories and assemblies required for this project. 2.02 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner’s representative, utility companies and Owner’s facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro-mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. The Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, Contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turf and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as- built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. Common Work Results for Communications 27 05 00-5 LUB19278 – Low Head C Pipeline 2.03 CLEAN AND ADJUST A. Remove shipping labels, dirt, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation so that it is suitable for the Owner's use. END OF SECTION Page Intentionally Left Blank Grounding & Bonding for Communication Systems 27 05 26-1 LUB19278 – Low Head C Pipeline 27 05 26 GROUNDING & BONDING FOR COMMUNICATION SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 27 05 00, “Common Work Results for Communications”. 1.02 SUBMITTALS A. Submittal shall be in accordance with Section 01 33 00, “Document Management” and shall include Record Data: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality-control test reports. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. 2.00 PRODUCTS 2.01 MATERIALS A. GROUND RODS: Copper-clad steel, having a diameter of 5/8" and a minimum length of 8'. B. GROUND CABLES: 1. Stranded, bare tinned copper of 98% conductivity. 2. Ground wire shall be Class B stranded tin-plated conductor without insulation in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulation as specified for low voltage wire. For larger conductors where green insulation is not available, provide green indicating tape per the National Electrical Code (NEC). C. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. D. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS – as manufactured by ERICO products or approved equal. Grounding & Bonding for Communication Systems 27 05 26-2 LUB19278 – Low Head C Pipeline 2.02 PROCESSES A. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.03 GROUNDING SYSTEM A. Provide a complete grounding system that includes all connections and the testing of ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Grounding system shall be installed and sized in accordance with the National Electrical Code. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Underground Connections: Exothermically welded connectors, B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Provide grounding and bonding jumpers as required per the NEC and sized in accordance with the NEC. D. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner’s Representative. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. All test equipment provided under this section shall be approved by the Engineer. C. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. END OF SECTION Fiber Optic Conduit System Components Along Pipelines 27 15 23.01 - 1 LUB19278 – Low Head C Pipeline 27 15 23.01 FIBER OPTIC CONDUIT SYSTEM COMPONENTS ALONG PIPELINES 1.00 GENERAL 1.01 SCOPE A. Provide a fiber optic conduit system including the installation of conduit, pull boxes, locate post and marker post with associated material as indicated in the plans and as specified herein. Work shall be in accordance with Section 27 05 00, “Common Work Results for Communications”. 1.02 QUALITY ASSURANCE A. Comply with the requirements of the latest edition of the National Electrical Code, as modified by applicable local electrical codes. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include: 1. Shop Drawings: a. Data sheets on conduit system components including but not limited to: pull boxes, conduit fittings, conduit sealant, pull rope, identifications tape, and warning signs, etc. b. Data sheets shall clearly indicate which model is being provided. Data sheets shall also clearly indicate material and color options being provided where applicable. c. Drawings of the pull box showing dimensions. d. Detailed Component Bill of Material e. Drawings indicating the locations of all pull boxes with station numbers 2. Field Test Reports 3. Record Drawings shall include a table listing NAD83 coordinates and the pipeline station number for each of the following: fiber optic pull boxes, marker posts, locate posts and location of pull boxes. The table shall also indicate the approximate burial depth of the pull boxes. 1.04 WARRANTY A. The Equipment supplier and the Contractor shall warrant to the Owner that the equipment delivered with reference to this specification complies with this specification. B. The equipment supplier and the Contractor shall warrant the equipment as to defects in material and workmanship for a period of two years from the date of final acceptance of the project. Vendor shall include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification shall be exclusive, and in lieu of all other warranties whether written, implied, orally presented, or statutory. Fiber Optic Conduit System Components Along Pipelines 27 15 23.01 - 2 LUB19278 – Low Head C Pipeline 2.00 PRODUCTS 2.01 MATERIALS A. CONDUIT SEALANT 1. Semco duct sealing compound or approved equal. B. IDENTIFICATION TAPE 1. A 6 inch magnetically detectable warning tape with orange protective polyethylene jacket resistant alkalies, acids, and other destructive elements shall be installed beside the warning tape for the pipeline along the entire length of the conduit route. The polyethylene tape shall be continuously imprinted “CAUTION-FIBER OPTIC CABLE”. The warning tape shall be Teletrace by George Ingraham, Vikamatic or approved equal. C. PULL ROPE 1. Low Friction, polyethylene jacketed polypropylene rope with 1800 psi tensile strength as manufactured by Vikamatic “Fiber Glide” or approved equal. D. SCHEDULE 80 PVC CONDUITS: 1. The 3” Schedule 80 PVC conduit shall comply with NEMA Specification TC-2 and UL651. Fittings for the Schedule 80 conduit shall comply with NEMA TC-3 and UL Standard 514b. 2. Conduit and fittings shall be identified by type and manufacturer and shall be traceable to the plant and date of manufacture. The markings shall be permanent and legible. 3. Conduit, fittings and cement shall be of the same manufacturer to ensure the integrity of the conduit system. 4. The 3” Schedule 80 PVC conduit shall have an O.D. of 3.5” with a minimum wall thickness of 0.3”. 5. The Schedule 80 PVC conduit shall be Carlon or owner-approved equal meeting all requirements and specifications. E. PULL BOXES 1. Pull boxes and lids shall be polymer concrete and rated Tier 22 for off-roadway applications subject to occasional non-deliberate heavy vehicular traffic. 2. Pull Boxes dimensions shall be as indicated in the contract drawings. The pull box dimensions shall be a minimum of 36” width, 48” length, and 48” depth. 3. All pull box lids shall be attachable to the body by a minimum of (4) corner bolts. Corner bolts shall be 3/8”-16 UNC stainless steel penta-head. 4. All pull boxes located along the pipeline shall be installed flush with the surrounding grade level unless indicated otherwise. F. CABLE WARNING POSTS (Locate and Marker type) 1. The cable posts shall be used to alert excavators there is buried cable in the area and to obtain a location prior to any excavation. Fiber Optic Conduit System Components Along Pipelines 27 15 23.01 - 3 LUB19278 – Low Head C Pipeline a. Marker Posts: Shall serve to alert excavators of the presence of a fiber pull box (that does not include a splice) in addition to alerting excavators of the presence of fiber optic cables in the area. 2. The cable warning posts shall be a minimum of 3-1/2” in diameter and 72” in length. The installed height of the marker post shall be 48” above groundline. 3. The cable warning posts shall be highly flexible and able to withstand repeated impacts by vehicles and livestock. 4. All marker post shall be guaranteed not to fade, peel or disband for the life of the post. The post shall be white in color with the top 16” being orange in color with the owners contact information and the words “Warning Fiber Optic Cable”. 5. The cable warning posts shall be Cottmark 503 & 504, Arris PolyDome or owner- approved equal meeting all requirements and specifications. 3.00 EXECUTION 3.01 INSTALLATION A. CONDUIT INSTALLATION 1. The conduit shall be installed in accordance with industry standards, manufacturer’s written instructions, and as shown on the Plans or as specified by the Engineer. 2. Conduit sections shall be joined in accordance with the Manufacturer’s recommendations. All joints shall be water tight. 3. Conduit shall be placed in a same trench from the new water pipeline except where indicated on the contract drawings. 4. Conduit shall be installed in the trench for the new water pipeline at a minimum depth of 40” below grade along the entire pipeline route. When placed in the same trench as the water pipe, the conduit shall be placed at the outer edge of the excavated trench and at a depth equal to or greater than the top of the water pipeline. The conduit shall not cross over the pipe unless specifically indicated on the pipeline plan drawings. 5. All ducts shall be swept or bent at the maximum practical radius to achieve the routing called out on the design prints at all times. Duct bend radius shall never be less than 48” in any scenario. All bends in the conduit shall be made without kinking, flattening or appreciably reducing the internal diameter of the conduit and as recommended by the manufacturer. The conduit shall gradually and smoothly slope up to the elevation of the pull box entrance. All bends shall be factory manufactured bends. 6. Conduit shall clear concrete structures and vaults associated with the pipeline by a minimum of one foot. 7. Contractor shall install pull rope in the conduit. 8. conduit entering pull boxes shall be capped or sealed water tight. 9. Bedding and backfill shall be select and in accordance with Division 03, and places at least 2” thick below and 6” above the conduit, compacted to at least 90 percent density. Fiber Optic Conduit System Components Along Pipelines 27 15 23.01 - 4 LUB19278 – Low Head C Pipeline 10. All duct and pull box entrances shall be sealed with RTV or other re-enterable sealant material to prevent ingress of water, dust or other foreign materials. 11. All duct shall be sealed during installation and when being stored. The proposed duct plugs shall be as specified or as approved by the engineer. B. PULL BOXES. 1. The manufacturer shall provide installation procedures and technical support concerning the installation of the pull boxes provided by the contractor. 2. The contractor shall refer to the design prints at each pull box location to determine the bury depth of the pull box. 3. The pull boxes are to be placed on a 10-12” bed of evenly placed crushed rock to allow a level firm bedding for the pull box. 4. The lid and all bracing associated with the pull box is to be in place prior to the placement of the backfill material. 5. The backfill shall be placed in 12” increments and compacted around the pull box. 6. All pull boxes shall have a round marker ball placed at the center of the lid to assist in the locating of the pull box during future excavations. 7. Pull boxes shall be installed a minimum of 12 inches from all structures. C. CONDUIT TESTING: 1. Once installed the conduit shall be mandrel tested to assure the raceway is intact. 2. The mandrel test shall entail the passage of a mandrel sized no less than 80% of the conduit inner diameter from pull box to pull box. If the mandrel does not successfully pass from one pull box to the next, the Contractor shall check conduit run for deformation and repair. The successful mandrel testing between all pull boxes shall be witnessed by the Owner or Engineer prior to acceptance of the conduit system. 3.02 RECORD DRAWINGS A. The Contractor shall upon completing the construction of the fiber optic raceway system, submit Record Drawings showing the following: 1. Horizontal alignment of fiber optic conduit system. 2. Vertical alignment of fiber optic conduit system. 4. Location of pull boxes using Station Number, and the exact Northing and Easting of each pull box using the North American Datum (NAD) 83 Texas State Plane, North Central Zone 4202 coordinate system. The minimum standard to collect data is sub meter accuracy. a. Use survey equipment to indicate alignment and grade of pull boxes. Take at least one elevation reading at every pull box. Make periodic elevation measurements with surveying instruments to verify accuracy of grades. b. Coordinates shall be provided for all pull boxes located along the pipeline and for all pull boxes provided under CMAR3 utilized for installation of the fiber optic system provided under this contract. Fiber Optic Conduit System Components Along Pipelines 27 15 23.01 - 5 LUB19278 – Low Head C Pipeline END OF SECTION Page Intentionally Left Blank DIVISION 31 EARTHWORK Page Intentionally Left Blank Soils for Earthwork 31 05 13 - 1 LUB19278 – Low Head C Pipeline 31 05 13 SOILS FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. 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 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 A. 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 percent 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 percent 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 percent passing the No. 200 sieve, which are free of organic materials. 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. 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Page Intentionally Left Blank Aggregates for Earthwork 31 05 16 - 1 LUB19278 – Low Head C Pipeline 31 05 16 AGGREGATES FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. 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 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 A. Aggregate Fill shall be classified into the appropriate class listed below according to ASTM testing procedures as specified for the various classes. 1. American Society for Testing and Materials (ASTM) 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 Aggregates for Earthwork 31 05 16 - 2 LUB19278 – Low Head C Pipeline 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 57: Sieve Size Square Opening Percent 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 Aggregates for Earthwork 31 05 16 - 3 LUB19278 – Low Head C Pipeline 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 Percent Passing 2-1/2”100 2”95-100 1”35-70 1/2”10-30 No. 4 0-5 Aggregates for Earthwork 31 05 16 - 4 LUB19278 – Low Head C Pipeline 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 6: Sieve Size Square Opening Percent Passing 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 Aggregates for Earthwork 31 05 16 - 5 LUB19278 – Low Head C Pipeline 1/2”10-40 3/8”0-15 No. 4 0-5 I. Class 9 Aggregate Fill: 1. 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 2. Class 9 Aggregate Fill shall have not more than 45 percent 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: 1. 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 0-10 2. Class 10 Aggregate Fill shall have not more than 45 percent 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. Aggregates for Earthwork 31 05 16 - 6 LUB19278 – Low Head C Pipeline 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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”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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and shall meet the following gradation: Sieve Size Square Opening Percent Passing 1-3/4”100 7/8”65-90 Aggregates for Earthwork 31 05 16 - 7 LUB19278 – Low Head C Pipeline 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 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. 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 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 98-100 No. 40 0-2 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Page Intentionally Left Blank Clearing and Grubbing [Civil]31 11 00 - 1 LUB19278 – Low Head C Pipeline 31 11 00 CLEARING AND GRUBBING 1.00 GENERAL 1.01 WORK INCLUDED A. 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, bushes, and other organic matter at or above original ground level. B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 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. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing limits, shall be clearly marked to avoid damage during clearing and grubbing operations. C. Remove trees and brush outside the clearing limits, but within the immediate vicinity of the work, upon receipt of approval by the Owner’s Representative, when the trees or brush interfere with the progress of construction operations. D. Clearly mark 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. E. The clearing limits shall not extend beyond the project limits. F. Establish the clearing limits as follows: 1. Embankments plus 10 feet beyond the toe of the embankment. 2. Excavations plus 5 feet beyond the top of the excavation. 3. Concrete structures plus 10 feet beyond the edge of the footing. 4. Roadways, driveways, and parking areas plus 5 feet beyond the edge of pavement or R.O.W. limits. 5. Retaining walls plus 10 feet beyond the edge of the footing. 6. Underground utility trench top width plus 8 feet. G. Establish the grubbing limits as follows: 1. Embankments plus 2 feet beyond the toe of the embankment. Clearing and Grubbing [Civil]31 11 00 - 2 LUB19278 – Low Head C Pipeline 2. Concrete structures plus 2 feet beyond the edge of the footing. 3. Roadways, driveways, and parking areas plus 1 foot beyond the edge of pavement. 4. Retaining walls plus 2 feet beyond the edge of the footing. 3.02 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 cleared. B. Grubbing: 1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1 inch in diameter. 2. Extend grubbing to the depth indicated below: In the case of multiple construction items, the greater depth shall apply. a. Footings: 18 inches below the bottom of the footing. b. Walks: 12 inches below the bottom of the walk. c. Roads and Taxiways: 18 inches below the bottom of the subgrade. d. Parking Areas: 12 inches below the bottom of the subgrade. e. Embankments: 24 inches below existing ground. f. Concrete Structures: 18 inches below the bottom of the concrete. g. Retaining Walls: 18 inches below the bottom of the footing. 3.03 FIELD QUALITY CONTROL A. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner’s property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner’s property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. END OF SECTION Structural Excavation and Backfill 31 23 10 - 1 LUB19278 – Low Head C Pipeline 31 23 10 STRUCTURAL EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 SUMMARY A. This Section specifies excavation, backfill materials, backfill placement and compaction procedures, and other construction activities incidental to project structures. B. The Specification does not include excavation and backfilling for utility lines, manholes, valve boxes, and other minor structures related to utility lines. Refer to Section 31 23 33 “Trenching and Backfill” for utility line related excavation and backfill. 1.02 QUALIFICATION ASSURANCE A. Testing Agency: An independent testing agency that is AASHTO accredited. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Qualification Data: For testing agency. 2. Provide list of compaction equipment to be used. 3. Backfill material classifications: For each soil or aggregate backfill material provide a certification by the testing agency. 4. Compaction Test Results: Submit test results within 24 hours of successful testing. 1.04 STANDARDS A. Material classification, placing, and testing shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. 1. ASTM International (ASTM) Standards: ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by Sand-Cone Method ASTM D2487 Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Standard Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) 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. Structural Excavation and Backfill 31 23 10 - 2 LUB19278 – Low Head C Pipeline 1.05 DELIVERY AND STORAGE A. Deposit material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations and as required to prevent contamination with other materials. 1.06 JOB CONDITIONS A. Review subsurface investigations. A limited subsurface investigation has been performed by Pavetex. Boring logs from that investigation are for information purposes only. The precise profile of soil and rock strata beneath this Site is not known. 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 BACKFILL MATERIALS A. Structural Earth Backfill shall be Class 4 Earth Fill as specified in Section 31 05 13 “Soils for Earthwork” or on-site excavated soils free of organic materials and particles larger than 3- inches. B. Structural Aggregate Backfill: Structural aggregate backfill shall be Class 1 Aggregate Fill as specified in Section 31 05 16 “Aggregates for Earthwork.” C. Lean Concrete Backfill: Lean concrete in accordance with Section 03 30 00 “Cast-In-Place Concrete.” D. Mud Slab: Lean concrete in accordance with Section 03 30 00 “Cast-In-Place Concrete.” E. Flowable Fill: Flowable fill shall be in accordance with Section 31 23 23.34 Flowable Fill F. Topsoil: Topsoil shall be Class 12 Earth Fill as specified in Section 31 05 13 “Soils for Earthwork.” G. Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and manufactured or natural sand, or recycled, crushed concrete (in accordance with TxDOT Item 247, Type D); ASTM D448, Size 10, with 100 percent passing a 3/8-inch sieve, 10 to 30 percent passing a No. 100 sieve, and 5 to 15 percent passing No. 200 sieve; maximum plasticity index of 7; complying with deleterious substance limits of ASTM C33 for fine aggregates. 2.02 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements. Structural Excavation and Backfill 31 23 10 - 3 LUB19278 – Low Head C Pipeline 1. Heavy Compaction Equipment: a. Tamping Compactor: Steel wheels with rectangular face, tapered pads that prevent fluffing the soil. Compactor shall be equipped with cleaning fingers to remove soil accumulation from between pads. 1). Operating Weight, Minimum: 30,000 pounds. 2). Wheels or Drum Size, Minimum: 4 feet diameter. 3). Travel Speed, Maximum: 10 mph. b. Pneumatic Rollers: Minimum eight-tire, pneumatic roller with a modular ballast system and flexible operating weight, and which will equally distribute load between tires to provide compaction uniformity. 1). Operating Weight Range: As required for specified compaction, 36,000 to 50,000 pounds. 2). Tire Pressure Range: 80 psi to 100 psi. 3). Travel Speed, Maximum: 10 mph. 4). Distance Between Edges of Adjacent Tires: Less than 50 percent of tire width. c. Vibratory Rollers: Smooth drum roller with 90 percent of the static weight transmitted through a single drum. 1). Static Weight, Minimum: 20,000 pounds 2). Centrifugal Force Per Drum, Minimum: 40,000 pounds 3). Frequency: 1400 v/min 4). Drum Size: Diameter 5 feet, +/- 1 foot; width between 6 and 9 feet. 5). Travel Speed: 5 mph for self-propelled; 2 mph for towed. 6). No backing up of the vibratory roller will be allowed on an embankment unless the vibrating mechanism is capable of being reversed. 2. Hand-Directed Compaction Equipment: Use power tampers and vibratory plate compactors in areas where it is impracticable or unacceptable to use heavy compaction equipment. 3.00 EXECUTION 3.01 PREPARATION A. Clear and grub the area to be excavated prior to the start of excavation in accordance with Section 31 11 00 “Clearing and Grubbing.”. Remove the surficial vegetation, waste and soils to a minimum depth of 12 inches. Depth of removal shall not be less than that required to remove trees, shrubs, stumps, roots, and other organic material above and below ground from within the area to be excavated. Ensure below grade organic material is removed to a minimum depth of 18 inches below bottom of footing/structure. Structural Excavation and Backfill 31 23 10 - 4 LUB19278 – Low Head C Pipeline 3.02 EXCAVATION FOR FOUNDATIONS A. General: Excavate subgrade to the depth indicated on Drawings, +/- 0.1 feet tolerance Extend limits of the excavation beyond the perimeter of the foundations as indicated on the Drawings. 1. Exposed subgrade surfaces shall be level and of sound, stable material; free of mud, frost, snow, or ice. Testing agency or Owner’s representative shall confirm exposed subgrade is a suitable bearing material based on the Construction Documents. 2. Proof roll the exposed subgrade in accordance with TxDOT Item 216. Do not proof roll wet or saturated subgrades. 3. Where unsound or unstable material is uncovered, notify Owner’s representative Remove objectionable material and replace after approval is received from Owner’s representative. Replacement material shall be as indicated here unless otherwise indicated on Drawings: a. Rock subgrade replacement material: Flowable fill. Soil subgrade replacement material: Flowable fill B. Mud Slab: Where indicated, install mud slab on exposed foundation subgrade surface within 8 hours of subgrade exposure. Confirm subgrade is free of loose, unsound, and/or deleterious material before placement of mud slab. C. Aggregate Work Platform: Where indicated, install work platform on exposed foundation subgrade prior to allowing any vehicular traffic on subgrade. D. When the material encountered at footing bearing elevation is found to be partially rock or incompressible material, but otherwise satisfactory for the foundation, remove the incompressible material to a depth of 6 inches below the footing grade and 12 inches on each side and backfill with compacted select fill. E. Excavation Safety: All excavations shall be in accordance with OSHA requirements. 3.03 WATER IN FOUNDATION EXCAVATIONS A. General: 1. Prevent water infiltration into foundation excavations. Remove standing water from excavation prior to placing concrete. If removal of standing water is not possible due to continuous water infiltration, then contact Owner’s representative for additional direction regarding placing concrete underwater. 2. Do not dewater a foundation excavation while placing concrete or for a period of at least 24 hours after concrete placement. B. Rock Foundation Subgrade: If rock material becomes weathered due to water infiltration, then remove weathered material and provide rock replacement material to restore foundation subgrade elevation. C. Soil Foundation Subgrade: If foundation subgrade becomes saturated do not disturb the subgrade. Wait for water to evacuate the subgrade and subgrade surface to adequately stiffen prior to placing concrete. If subgrade is disturbed, then wait until subgrade has dried out, excavate disturbed subgrade and provide replacement material as indicated above. Structural Excavation and Backfill 31 23 10 - 5 LUB19278 – Low Head C Pipeline 3.04 COMPACTED BACKFILL A. General: Backfill excavated spaces and areas not occupied by the permanent structure. 1. Backfill behind a retaining wall or basement-type wall shall not be placed until the concrete has reached its 28-day compressive strength or 7 days, whichever is longer. 2. Unless otherwise indicated on Drawings, structures with a top slab shall not backfilled until the top slab has been in place at least 4 days. 3. Structures with soil on opposing (opposite) sides shall be backfilled to prevent uneven loading of the structure – evenly raise backfill on opposing sides of the structure. The maximum differential backfill height between opposing sides is 1 foot. 4. Do not permit rollers to operate within 3 feet of structures. 5. Maximum Loose Lift Height: a. Heavy Compaction Equipment: 8 inches. b. Hand-Directed Compaction Equipment: 4 inches. 6. Previous Compacted Layer: If backfill placement occurs over a period of time greater than 24 hours, then scarify and recompact the previous day’s final compacted layer. a. Scarify and Recompact: 6-inch depth; adjust the moisture content; recompact. b. Saturated subgrades shall not be worked on until sufficiently dry and harden so as not to be rutted with compaction equipment. Scarify and recompact layers damaged by weather or construction equipment. B. Moisture: Prior to compacting backfill, mix and aerate or water the loose lift backfill material as necessary to adjust the moisture content and evenly distribute throughout. The material shall contain moisture within the limits specified below. 1. In accordance with ASTM D6938, determine the optimum moisture content for the maximum dry density. 2. Backfill moisture content shall be as indicated in Table 1, “Compacted Fill.” 3. Aggregate fill: Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. C. Compaction: As required to achieve the specified density, increase the number of passes above the minimum specified and/or modify the weight of the equipment. 1. Determine the maximum dry density in accordance with ASTM D698 for cohesive soils and ASTM D4253 for cohesionless soils. 2. Minimum number of passes for all compacted fill types: 8. 3. Cohesive Soils: A tamping compactor or tamping compactor followed by a pneumatic roller shall be used. 4. Cohesionless or low cohesive soils: A vibratory roller or vibratory plate compactors shall be required if the material is cohesionless or with less than 15 percent passing the No. 200 sieve. Confirm applicability of vibratory compaction equipment in the field. Structural Excavation and Backfill 31 23 10 - 6 LUB19278 – Low Head C Pipeline 5. Overlap passes a minimum of 1 feet for heavy compaction equipment and 50 percent of the baseplate width for hand-directed equipment. 6. Backfill density shall be as indicated in Table 1, “Compacted Fill.” Table 1: Compacted Fill Backfill Type Density1,2 Moisture Content3, 4 Comments Classes 1 & 2 95%-0% to +5%N/A Classes 3 & 4 & 5 95%-2% to +5%N/A Fine Graded Granular Material 98%See Note 4 N/A 1 The percentage indicated is the minimum required percentage of the maximum dry density as determined by the applicable ASTM. 2 Below Vehicular Pavement: Scarify to a depth of 8, moisture condition, and recompact to not less than 100 percent of the maximum dry density. 3 Range indicated is the acceptable tolerance with respect to the optimum moisture content. 4 Completely cohesionless materials, shall be at a moisture content which will allow use of the specified compaction equipment and result in consistent achievement of the specified density. 3.05 FIELD QUALITY CONTROL A. Owner is responsible for the costs involved in providing an approved testing agency to perform quality control testing of backfill operations and verification of subgrade bearing material. The testing laboratory shall make tests of in-place density and moisture in accordance with ASTM Standards previously mentioned in this Section. The testing agency shall monitor backfill operations continuously or at intervals acceptable to the Owner’s representative. It shall be the responsibility of the Contractor to notify the testing agency a minimum of two business days before backfill operations begin. 1. Unless noted otherwise, in-place density tests shall be conducted at a rate of one test per 1500 square feet for every lift. END OF SECTION Flowable Fill 31 23 23.34 - 1 LUB19278 – Low Head C Pipeline 31 23 23.34 FLOWABLE FILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to mix and place flowable fill, consisting of Portland cement, fine aggregate, fly ash, and water in the proper proportions as specified hereinafter. Flowable fill (Controlled Low-Strength Material, CLSM) shall be used to bed and backfill around piping, utilities, and structures where indicated. 1.02 QUALITY ASSURANCE A. Design Criteria – Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: 1. Permeability: Maximum permeability limit of 1x10 -6 cm/sec. This limit shall apply at all locations where flowable fill is used as a utility trench plug (dam) within trench backfill materials. 1. Subsidence: Evaporation of bleed water shall not result in shrinkage of more than 10.4 mm per m (1/8 inch per ft.) of flowable fill depth. Measurement of a Final Bleeding shall be as measured in Section 10 of ASTM C940. 2. Strength for Excavatable Flowable Fill: Unconfined compressive strength at 28-days when tested in accordance with ASTM D4832: 100 psi (+/- 50 psi). a. The 1-year strength shall not exceed 150 psi. b. Where indicated provide Excavatable Flowable Fill around utilities, unless noted otherwise. c. Excavatable Flowable Fill shall be excavatable with hand tools and conventional machinery such as backhoes. 3. Fluidity: Flowable fill shall be self-consolidating and non-segregating in accordance with ASTM C1611: a. Slump Flow Test: Minimum 20-inch mean spread. b. Visual Stability Index (VSI) Test: Less than or equal to 1. 4. Density, minimum: 100 pcf. 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. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. Flowable Fill 31 23 23.34 - 2 LUB19278 – Low Head C Pipeline C. Owner Testing: It is the responsibility of the Contractor to achieve and maintain the quality of material required by this Section. However, the Owner may secure the services of an independent testing laboratory to verify the quality of the flowable fill. The Owner shall have the right to require additional testing, strengthening, or replacement of flowable fill which has failed to meet the minimum requirements of this Section. 1.03 SUBMITTALS A. Submit mix design on each material required. Provide backup data as required below. B. Submit historical or trial mix data and test results as a basis for mix design approval. Required data shall include: 1. Permeability test results if plugs are required on Project. 2. Subsidence test results. 3. Strength test results for Excavatable and Non-Excavatable Flowable Fill if used on Project. 4. Fluidity test results. 1.04 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C40 Test Method for Organic Impurities in Fine Aggregates for Concrete ASTM C150 Specification for Portland Cement ASTM C618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete ASTM C 940 Standard Test Method for Expansion and Bleeding of Freshly Mixed Grouts for Preplaced-Aggregate Concrete in the Laboratory ASTM C 1611 Standard Test Method for Slump flow of Self Consolidating Concrete ASTM D 4832 Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Portland cement conforming to the specifications and test for Type I Portland cement of the American Society for Testing and Materials, Designation 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 C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 Flowable Fill 31 23 23.34 - 3 LUB19278 – Low Head C Pipeline percent pass a 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material which gives a color darker than the standard color when tested in accordance with ASTM Specification Designation C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class “C” fly ash. The fly ash may be used in controlled low-strength material. D. Water: Water for flowable fill shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which 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. Performance Additive: As required to meet specification requirements: 1. “Darafill” by Grace Construction Products. 2. Rheocell Rheofill by BASF The Chemical Company. 3. Sika Lightcrete Powder by Sika Corporation. 4. Approved equal. F. Chemical Admixtures for Concrete per ASTM C 494, as required by performance requirements. 2.02 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the 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 flowable fill 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. 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 preparation for pouring. B. Conduct the operation of depositing the material so as to form a compact, dense, impervious mass, and so as not to develop air pockets in confined spaces. Flowable Fill 31 23 23.34 - 4 LUB19278 – Low Head C Pipeline C. Unless specified otherwise, flowable fill shall be uniformly placed to the depth shown on the Drawings. The fill shall be brought up uniformly to the top of excavation elevation. Placement of flowable fill shall then cease and the fill protected from traffic for a period of 72 hours. 1. To prevent pipe flotation place material in lifts or provide alternate means. 2. Around structures, material shall be placed in lifts. Lift depth shall not exceed one-tenth of total structure embedment into subgrade nor 5 feet, whichever is less. 3. When multiple lifts are required, material shall be allowed to harden before placing next lift. Hardening time varies with each mix. Verify flowable fill has reached a penetration number of 1500, in accordance with ASTM C 403, but not less than 5 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. At time of placement the ambient temperature shall be 35 F and rising. 3.02 FIELD QUALITY CONTROL A. An approved testing laboratory shall perform the quality control testing of backfill operations. The testing laboratory shall sample material in accordance with ASTM D5971. The testing laboratory shall monitor backfill operation continuously or at intervals acceptable to the Owner and Engineer at structures. It shall be the responsibility of the Contractor to provide sufficient advance notification to the testing laboratory before backfill operations begin. 1. Strength: A strength test is the average of two cylinders per ASTM D4832. 2. Fluidity: A fluidity test is a Slump Flow Test and a VSI Test per ASTM C1611. 3. For all tests required, at a minimum perform one test per day, but not less than one per 150 cubic yards. END OF SECTION Trench Safety 31 23 33.14 - 1 LUB19278 – Low Head C Pipeline 31 23 33.14 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. 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. 1. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. B. Comply with the applicable federal, state, and local rules, regulations, and ordinances. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Page Intentionally Left Blank Trenching and Backfill 31 23 33.16 - 1 LUB19278 – Low Head C Pipeline 31 23 33.16 TRENCHING AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. 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 A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Certified test reports for embedment material, course gravel, and flexbase. Certified Test Reports shall be from an independent laboratory. Test reports shall include sieve analysis, soil classification, and Atterburg limits, and soil resistivity tests for embedment material. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) 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 Classification of Soils for Engineering Purposes (Unified Soil Classification System) 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 2. American Water Works Association (AWWA) Standards: AWWA C151 Ductile Iron Pipe AWWA C200 Steel Water Pipe 6 Inches and Larger AWWA C301 Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water and Other Liquids AWWA C303 Concrete Pressure Pipe – Steel Cylinder Type for Water and other Liquids 3. Texas Highway Department Standard Specifications for Road and Bridge Construction, 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 Trenching and Backfill 31 23 33.16 - 2 LUB19278 – Low Head C Pipeline 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. 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 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 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 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 2 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 2000 psi concrete backfill to be used. Trenching and Backfill 31 23 33.16 - 3 LUB19278 – Low Head C Pipeline 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 A. Following the certification of completion by the Engineer, maintain paved surfaces, unpaved trench surfaces, fences, curbs, sidewalks, and gutters, for a period of 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. 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 2000 psi unless otherwise indicated. B. Granular Embedment: 1. Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck or be dispersive. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. 2. Granular Embedment for Rigid Pipe: This shall be cohesionless material meeting the following gradation requirements: Sieve Size Square Opening Percent Passing 1/2”100 3/8”85-100 No. 4 10-30 No. 8 0-10 No. 16 0-5 3. Pipe Classification: a. For the purpose of this specification, “rigid pipe” shall be defined as the following: 1). All diameters Prestressed Concrete Pressure Pipe (AWWA C301). 2). 24-inch and smaller diameters Bar-Wrapped Concrete Cylinder Pipe (AWWA C303). 3). All diameters Ductile Iron Pipe (AWWA C151). Trenching and Backfill 31 23 33.16 - 4 LUB19278 – Low Head C Pipeline b. For the purpose of this specification, “semi-rigid pipe” shall be defined as the following: 1). 27-inch and larger diameters Bar-Wrapped Concrete Cylinder Pipe (AWWA C303). 2). All diameters Steel Water Pipe (AWWA C200). C. Coarse Gravel: Where coarse gravel is required for water drainage, restoration of trench foundation, or other uses, it shall be crushed stone or washer gravel and in compliance with ASTM C33 for Coarse Concrete Aggregate. Gradation shall be ASTM C33 No. 57, No. 67, or as follows: Sieve Size Square Opening Percent Passing 1”95-100 3/4”55-85 1/2”25-50 No. 4 0-5 D. 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 percent passing the No. 200 mesh sieve, a minimum of 80 percent passing the No. 4 mesh sieve, 100 percent passing a 1-1/2-inch square mesh sieve. The material shall be free of organic or other deleterious materials. E. Ordinary Backfill Material: Trench excavated material free from rock fragments and clods larger than 6 inches greatest dimension. The ordinary material shall be free from organic materials. F. Flexible Base Course: Complying with Item 248 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition, Type A, Grade 1 or 2, Flexible Base (Crushed Stone) or Type F, Grade 2 or 3 (Caliche). G. Hot Mix Asphalt Concrete (HMAC): Complying with Item 340 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. H. Flowable Fill: Flowable fill shall be as specified in Section 31 23 23.34 “Flowable Fill.” 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 damage, injury or loss. Comply with the requirements of Section 31 23 33.14 “Trench Safety.” Trenching and Backfill 31 23 33.16 - 5 LUB19278 – Low Head C Pipeline 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 ensure 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. 5. 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 inches 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 Smaller Pipe O.D. plus 20”Pipe O.D. plus 24” 33” and Larger Pipe O.D. plus 24”Pipe O.D. 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 percent 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. Trenching and Backfill 31 23 33.16 - 6 LUB19278 – Low Head C Pipeline C. Pipe Foundation: 1. Excavate the trench to an even grade so that the full length of the pipe barrel is supported and joints make up properly. Excavate the trench to the line and grade indicated and as directed by the Engineer. Grades shall be uniform between high points and low points to eliminate intermediate “highs and lows.” 2. For 32-inch diameter and smaller pipe, the trench shall be “rough cut” a minimum of 4 inches below the bottom of the pipe. For 33-inch and larger pipe, the trench shall be “rough cut” a minimum of 6 inches below the bottom of the pipe. The “rough cut” dimension shall be increased as necessary to provide a minimum clearance of 2 inches from the bottom of the trench to the bottom of the bells, flanges, valves, fittings, etc. 3. The entire foundation area in the bottom of all excavations shall be firm, stable material. Loose material shall be removed, leaving a clean, flat trench bottom, and material shall not be disturbed below required sub grade except as hereinafter described. If the subgrade is soft, spongy, disintegrated, or where the character of the foundation materials is such that a proper foundation cannot be obtained at the elevation specified, then when directed by the Engineer the Contractor shall deepen the excavation to a depth where a satisfactory foundation can be obtained. The sub grade shall then be brought back to the required grade with course gravel, thoroughly compacted to 95 percent 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 percent 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 percent 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 inches 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. Polyurethane, coated steel pipe shall have the joints excavated to a sufficient depth to allow proper 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 12 inches of the trench backfill shall be topsoil. Save the topsoil to be used as backfill of the top 12 inches of the trench after pipe laying. Where the Trenching and Backfill 31 23 33.16 - 7 LUB19278 – Low Head C Pipeline natural topsoil is less than 12 inches deep and with the approval of the Engineer, the Contractor may strip less than 12 inches of topsoil. I. Manner of Piling Excavated Material: Place excavated material so that work is not endangered or interferes with public traffic or other construction. Do not place excavated material over buried pipelines or existing utilities unless adequate provisions are made to protect those pipelines and/or utilities. Roads and driveways must be kept open in every case. Keep drainage channels clear of obstructions or make other satisfactory provisions for drainage. J. Trenching by Machine or by Hand: The use of trench digging machinery is approved except in places where operations of same will cause damage to existing structures or pipelines above or below ground, in which case employ hand methods. K. Open Trench: Owner’s Representative shall have the right to limit the amount of trench which may be opened or partially opened at any time in advance of the completed line; and also the amount of trench left not backfilled. Not over 500 feet of trench in open country or pasture land shall be opened at any one time, and not more than 150 feet of trench in populated areas shall be left open unless otherwise permitted in writing by the Owner. Backfill and/or protect trenches as necessary to prevent injury to livestock, adjacent property, and the public. 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 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. B. Time of Backfilling: Backfill operations shall immediately follow pipe jointing, joint coating application, and curing. C. Braced and Sheeted Trenches: Remove sheeting and shoring as backfilling operations progress. Incorporate methods so that a good bond is obtained between the backfill material and the undisturbed trench walls. D. Protection of Pipe During Backfilling Operations: Take the necessary precautions to protect the pipe during backfilling operations. Take care to prevent damage to the pipe or to the pipe coating, and repair any damaged pipe before being “covered up.” Backfill the trench to prevent the deformation or otherwise deflection of the cylindrical shape of the pipe by more than the allowable pipe deflection as specified elsewhere. Use methods such as stulling or ellipsing as necessary. E. Site and Preparation: In addition to clearing and grubbing of brush and trees along the right of way for this project, alteration to the topography shall be done if indicated on the Plans, at the locations and to the extent shown. Trenching and Backfill 31 23 33.16 - 8 LUB19278 – Low Head C Pipeline F. Backfill Procedures in the Pipe Zone for Rigid Pipe: 1. Place the specified granular embedment material on satisfactory trench foundation to the indicated dimensions in two lifts. The first lift shall extend from the bottom of the trench to slightly above the bottom of the pipe grade. Lay pipe on the first lift of embedment material to the indicated grade. The second lift shall be the remainder of the embedment material to 0.25 of the outside diameter of the pipe. Compact granular embedment material on both sides of the pipe to 95 percent of the maximum density as measured by ASTM D4253. Compact embedment by vibration, mechanical tamping, or a combination thereof. 2. Place first lift of embedment material true to line and grade with bell holes of ample dimension to permit the pipe to rest on the full length of the barrel and to permit joint make-up and coating application at joints. 3. Place second lift of embedment material carefully to prevent voids under the haunches of the pipe and to prevent disturbing pipe alignment. 4. 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 within 2 percent of optimum moisture content. Compaction in this zone shall be a minimum of 95 percent of Standard Proctor Density. 5. Mechanical compaction of select backfill material shall be in lifts not exceeding 18 inches loose depth. 6. 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 in the Pipe Zone for Semi Rigid Pipe: 1. 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. 2. For semi-rigid pipe construction, extend the embedment material from the bottom of the trench to 6 inches over the top of pipe. 3. Place the second lift of embedment material, uniformly on both sides of the pipe to a loose depth of one-half of the outside diameter of the pipe, taking precautions not to disturb the pipe alignment. Compact the second lift of embedment material using vibration or mechanical tamping to produce a uniformly blended and compacted backfill. 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 6 inches above the top of the pipe using vibration or mechanical tamping. Compaction of granular embedment in this zone shall be at a minimum of 95 percent Maximum Density in accordance with ASTM D4253. Trenching and Backfill 31 23 33.16 - 9 LUB19278 – Low Head C Pipeline 5. 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 6 inches above the pipe. H. Procedure Above Pipe Zone: Mechanical compaction may be utilized. Place the ordinary backfill material above the pipe zone in lifts not exceeding 18 inches loose depth and compacted to 90 percent Standard Proctor density in areas outside of existing or proposed roadways. The Contractor shall be responsible for any damage which may occur to the pipe using his method of compaction. I. Surface Material Replacement: 1. The top 12 inches 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. Grade the surface to allow drainage in the same manner as existed prior to construction. 2. Topsoil shall not contain rocks or clods larger than those adjacent to the trench in the undisturbed condition. J. 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 Section 31 23 10 “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 inches, loose thickness. Bring material to within 2 percent of optimum moisture content and compact each layer to a uniform density of not less than 95 percent of maximum density as determined by ASTM D698. Laboratory control shall be used to secure compliance with this requirement. 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 test pit for inspection of each day’s 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. Trenching and Backfill 31 23 33.16 - 10 LUB19278 – Low Head C Pipeline 5. Provide special attention to assure that the material flows under the pipe haunches. This may require the removal of pipe joints to observe the results and make density tests. Pipe laying shall not begin until satisfactory results are achieved by the Contractor’s proposed method. 3.03 BACKFILL PROCEDURE FOR PUBLIC AND PRIVATE ROADS A. 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 granular embedment material for the full depth of the trench to subgrade of flexible base. Compact the backfill to 95 percent maximum density per ASTM D4253. Replace flexbase roads with a minimum of 12 inches of flexbase material compacted in 6-inch lifts to 95 percent Standard Proctor Density. Replace asphalt paved roads with 8 inches of flexbase material compacted in 4- inch lifts to 95 percent Standard Proctor Density and 4 inches of HMAC. Replace concrete roadways with 3000 psi concrete reinforced equal or better than existing. Saw-cut asphalt roads prior to placement of HMAC. Cut concrete roads back to expose reinforcing prior to replacing concrete paving. Backfill and compact unimproved field road as per the backfill requirements for open areas, except compact the top 12 inches to 95 percent Standard Proctor Density. 3.04 MAINTENANCE OF SURFACES A. Rock and Organic Material Exclusion: Rock and organic material removed from the trench excavated material shall be removed from the right of way at the Contractor’s expense. B. Deficiency of Backfill - by Who 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 and Sodding: 1. Provide sodding at disturbed residential or commercial lawns and where indicated. Provide seeding in TxDOT right-of-way and where indicated. 2. 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. 3. Surfaces for seeding or sodding shall have a minimum of 12 inches 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. 4. Water seeded and sodded areas as necessary to obtain grass coverage of 95 percent of area, with no bald areas larger than 10 square feet. Trenching and Backfill 31 23 33.16 - 11 LUB19278 – Low Head C Pipeline 5. 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. Item 162.4 (1): Bermuda Grass - Spot Sodding. c. Item 162.5: Block Sodding. d. Item 162.7: Mulch Sodding. e. Item 164: Seeding for Erosion Control. f. Item 166: Fertilizer. 3.05 CLEAN AND ADJUST A. 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 2500 feet 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 Page Intentionally Left Blank Seeding for Erosion Control 31 25 13.13 - 1 LUB19278 – Low Head C Pipeline 31 25 13.13 SEEDING FOR EROSION CONTROL 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to seed the slopes and other areas as specified. This Section includes seedbed fertilization, watering, mulching, and emulsifying or tacking the mulch and maintenance until final acceptance by the Owner. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Texas Testing Seed Label. 2. Record Data for fertilizer to be used. 3. Results of a recent soil test (6 months old or less) of the area to be seeded shall be submitted. Soil samples shall be collected after final grading, when topsoil has been placed. The test results must include soil lab recommended additions of Nitrogen (N), Phosphorus (P), and Potassium (K) for the type of vegetation proposed, as well as soil organic matter percentage and textural class. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges. 2. Texas Seed Law. 3. Texas Fertilizer Law. 1.04 DELIVERY AND STORAGE A. Deliver seed and store in required quantities as furnished and shipped from source. B. Deliver fertilizer (if soil tests determine it is needed) to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked, or otherwise damaged, making it unsuitable for use, shall be rejected. 1.05 OPTIONS A. When seed, tackifier, and fertilizer are to be distributed as a water slurry, apply the mixture within 30 minutes of mixing. B. If dry mechanical methods are permitted; the fertilizer may be spread at the same time as the seed. After sowing straw mulch will be mechanically spread over the seeded area. Seeding for Erosion Control 31 25 13.13 - 2 LUB19278 – Low Head C Pipeline 2.00 PRODUCTS 2.01 MATERIALS A. Seed: 1. Seed shall be from the previous season’s crop. Seed packaging must carry a Texas Testing Seed Label showing purity and germination, name, type of seed and that the seed meets all requirements of the Texas Seed Law. 2. Each variety of seed shall be furnished and delivered in separate bags or containers clearly marked with the date of analysis shown. The date of analysis shall be within nine months of the date of delivery to the Site. Seed shall not be stored on site for more than two consecutive calendar months unless stored in refrigerated conditions. 3. Seed shall equal or exceed the quality, purity and germination requirements established by TxDOT Item 164. The species shall be determined based upon appropriate seasons and soil texture as listed under Item 164 for TxDOT District 5 (Lubbock). B. Fertilizer: If fertilizer usage is deemed necessary based on soil lab recommendations, the fertilizer shall be in an acceptable condition for distribution in containers labeled with the analysis. The type and rate of fertilizer should be based on chemical tests of recent (6 months old or less) representative site soil samples. A pelleted or granulated fertilizer shall be used. For nitrogen fertilizer, at least 50% of the nitrogen component shall be a slow-release sulfur-coated urea. Fertilizer should be applied only when plants can take them up for growth, during: 1) seed germination and plant establishment and 2) after plant establishment. 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 percent by weight of the herbage making up the hay shall be 10 inches in length or longer. D. Topsoil: As specified for Class 12 earth fill in Section 31 05 13 “Soils for Earthwork.” 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 PREPARATION A. After the areas disturbed by construction operations have been backfilled and completed to the original preconstruction lines or final grades as shown on the Drawings, perform seeding in accordance with the procedure described below. Seeding for Erosion Control 31 25 13.13 - 3 LUB19278 – Low Head C Pipeline 3.02 TOPSOIL PLACEMENT A. Place topsoil as specified in Section 31 23 33.16 “Trenching and Backfill.” 3.03 PLANTING SEASON AND APPLICATION RATES A. Perform planting during the periods identified for each type of seed in Item 164 of the TxDOT specifications. The seed shall be applied at the mixture and rate specified in Item 164 for District 5 (Lubbock). 3.04 TEMPORARY COOL SEASON SEEDING A. Seedbed Preparation: Use a one-way plow, tandem disk, bedder, or equipment that will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Provide tillage operations, as necessary, so planting can be on a clean, firm seedbed. Chiseling shall be performed on areas that have been severely compacted. B. Seeding: 1. Seeding will be required in all disturbed areas and where requested in writing by the Owner. 2. Accomplish the seeding for temporary planting within the time periods specified in TxDOT Item 164. Planting rates when drilled or broadcast shall be in accordance with Item 164. 3.05 PERMANENT SEEDING A. Seedbed Preparation: Use a one-way plow, tandem disk, bedder, or equipment that will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Provide tillage operations, as necessary, so planting can be on a clean, firm seedbed. Chiseling shall be performed on areas that have been severely compacted. B. Fertilization: Pelleted or granulated fertilizer shall be applied uniformly into the soil at time of seedbed preparation to a depth of 4 inches (100 mm) over the area to be fertilized and in the manner directed for the particular item of work. The fertilizer shall be applied at the rate recommended by soil tests. The fertilizer shall be dry and in good physical condition. The fertilizer may also be applied with mulch or hydromulch as specified in Section 32 92 13 “Hydro-Mulching.” C. Mulching: 1. Spread mulch material on the area to be planted. 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 percent 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. Seeding for Erosion Control 31 25 13.13 - 4 LUB19278 – Low Head C Pipeline D. Seeding: 1. Seeding will be required in all disturbed areas and where requested in writing by the Owner. 2. Accomplish the seeding for permanent planting within the time periods specified in TxDOT Item 164. Planting rates when drilled or broadcast shall be in accordance with Item 164. 3.06 MAINTENANCE A. Irrigation: Supply the seeded areas with adequate moisture (3 to 4-inch penetration) at regular intervals to support seed germination and plant growth until acceptance by the Owner. Seedlings may require irrigation immediately after germination to prevent desiccation. Water the seed in a manner that will prevent erosion of the soil. B. Repair: Repair washouts and other bare soil areas greater than a square yard 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, Texas Department of Agriculture, or local Soil Conservation Service Field Office Technical Guides. Strictly adhere to all Federal, State, and local laws governing herbicides. 2. Weed control shall be the Contractor's responsibility whether topsoil is from on-site or off-site sources and for seeded areas that are specified not to receive topsoil. 3.07 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. 3.08 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: 1. The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: Seeding for Erosion Control 31 25 13.13 - 5 LUB19278 – Low Head C Pipeline a. The permanent grass stand uniformly covers the planting area, with no exposed soil areas more than 36 inches across in any dimension. Grass stand shall be 80% or greater before final completion. b. The permanent grass stand is free of over-topping weed species which would compete for sunlight, moisture, and nutrients. In addition, no area of pure weed species greater than 36 inches across in any dimension shall occur within a permanent grass stand. c. The majority of the grass plants in a stand shall have a well-established root system to survive if irrigation is discontinued and shall be no less than 1-1/2 inches in height. 2. Establish the permanent grass stand within the time periods specified in TxDOT Item 164 to preclude having to perform a temporary cool season seeding. In the event a temporary 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 Page Intentionally Left Blank DIVISION 32 EXTERIOR IMPROVEMENTS Page Intentionally Left Blank Rigid Paving Repair 32 01 29 - 1 LUB19278 – Low Head C Pipeline 32 01 29 RIGID PAVING REPAIR 1.00 GENERAL 1.01 WORK INCLUDED A. 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 31 23 33.16 “Trenching and Backfill”. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Proposed material list and sources as record data. 2. Experience record of proposed paving subcontractor as record data. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Texas Department of Transportation (TXDOT), Standard Specifications for Construction of Highways, Streets, and Bridges, latest edition. 1.04 JOB CONDITIONS A. 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°F and falling. Concrete may be placed when temperature is above 35°F and rising. Do not place asphalt or asphaltic concrete when the temperature is below 50°F and falling. Asphalt or asphaltic concrete may be placed when temperature is above 40°F and rising. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Pavement: 1. Concrete: 3000 psi conforming to Section 03 30 00 “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 A615, Grade 60. B. Asphalt Pavement: 1. Hot Mix Asphaltic Concrete: a. HMAC Surface Course: Conforming to TXDOT Standard Specifications, Item 340, Type D. Rigid Paving Repair 32 01 29 - 2 LUB19278 – Low Head C Pipeline b. Asphaltic Materials Used in the Mix: Conforming to TXDOT Standard Specifications, Item 300. The grade of asphalt shall be AC-10. Other grades of asphalt will be considered if weather conditions or mix design appear to warrant a change. c. Aggregate: Conforming to TXDOT Standard Specification, Item 340.2. d. Prime Coat: Conforming 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. 2. Two-Course Surface Treatment: 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. First course shall be Grade 1 and second course shall be Grade 2 (TXDOT Table 2 Aggregate Gradation Requirements). 3. Flexible Base: Of the depth and to the extent shown on the plans. Unless otherwise shown on plans, flexible base shall be one or more of the following listed options: a. Flexible Base Material: Conforming to TXDOT Standard Specifications, Item 247, Type A, B, C, or D, Grade 1 or Grade 2. b. Full Depth Asphaltic Concrete: Conforming to TXDOT Standard Specifications, Item 340, Type A (Coarse Base), B (Fine Base), or C (Coarse Surface). 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: 1. 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. Rigid Paving Repair 32 01 29 - 3 LUB19278 – Low Head C Pipeline New reinforcement shall be of equal size and spacing to existing steel, unless otherwise indicated. Install substantial forms to proper grade at pavement edges. 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 7 days or a strength of 2000 psi may be opened to traffic. B. Flexible Base: 1. Where the base course exceeds 6 inches in thickness, construct the flexible base in two or more courses of equal thickness. Wet, manipulate, and compact material to 95 percent maximum density as determined by ASTM D698. 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 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. Two-Course Asphalt Surface Treatment: 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 Rigid Paving Repair 32 01 29 - 4 LUB19278 – Low Head C Pipeline application of asphalt in the manner specified for the first application, at a rate of 0.30 to 0.40 gallon per square yard. Make the second application with No. 2 aggregate at a rate of one cubic yard per 110 square yards and process as specified for the first application. After the work has been completed, there should be a slight excess of aggregate on the surface. 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. END OF SECTION High-Security Chain Link Fences and Gates 32 31 13.53 - 1 LUB19278 – Low Head C Pipeline 32 31 13.53 HIGH-SECURITY CHAIN LINK FENCES AND GATES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 WORK INCLUDED A. This Section includes the following: 1. High-security chain-link fences. 2. Gates: Motor operated. B. Related Sections include the following: 1. Section 31 05 13 “Soils for Earthwork” for excavation, filling, and grading work. 2. Section 03 30 00 “Cast-In-Place Concrete” for concrete. 3. Division 26 Sections for electrical service and connections for motor operators, controls, limit switches, and other powered devices and for system disconnect switches. 1.03 SUBMITTALS A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for chain-link fences and gates: 1. Fence and gate posts, rails, and fittings. 2. Chain-link fabric, reinforcements, and attachments. 3. Gate operator appurtenances. B. Shop Drawings: Show locations of fences, posts, rails, tension wires, details of extended posts, extension arms,. Indicate materials, dimensions, sizes, weights, and finishes of components. Include plans, sections, details of post anchorage, attachment, bracing, and other required installation and operational clearances. C. Samples for Initial Selection: Manufacturer’s color charts or 6-inch (150-mm) lengths of actual units showing the full range of colors available for components with factory-applied color finishes. D. Samples for Verification: For each type of chain-link fence indicated. 1. Polymer-coated steel wire (for fabric) in 6-inch (150-mm) lengths. 2. Polymer coating, in 6-inch (150-mm) lengths on shapes for posts, rails, wires, and gate framing and on full-sized units for accessories. E. Product Certificates: For each type of chain-link fence signed by product manufacturer. 1. Strength test results for framing according to ASTM F1043. 1.04 QUALITY ASSURANCE High-Security Chain Link Fences and Gates 32 31 13.53 - 2 LUB19278 – Low Head C Pipeline A. Installer Qualifications: An experienced installer who has completed chain-link fences and gates similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. 1. Maintenance Proximity: Not more than 1 hour normal travel time from Installer’s place of business to Project site. 2. Engineering Responsibility: Preparation of data for chain-link fences and gates, including Shop Drawings, based on testing and engineering analysis of manufacturer’s standard units in assemblies similar to those indicated for this Project. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. UL Standard: Provide gate operators that comply with UL 325. D. Emergency Access Requirements: Comply with requirements of authorities having jurisdiction for automatic gate operators serving as a required means of access. E. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Section 01 31 00 “Project Management and Coordination.” 1.05 PROJECT CONDITIONS A. Field Measurements: Verify layout information for chain-link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. B. Interruption of Existing Utility Services: Do not interrupt utility services to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner no fewer than 2 days in advance of proposed interruption of utility services. 2. Do not proceed with interruption of utility services without Owner’s written permission. 1.06 COORDINATION A. Coordinate, schedule, and obtain Owner’s written approval of interruptions to existing perimeter security fences and systems for installation of new Work. 1.07 WARRANTY A. Special Warranty: Manufacturer’s standard form in which Installer agrees to repair or replace components of high-security chain-link fences and gates that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Faulty operation of gate operators and controls. b. Deterioration of metals, metal finishes, and other materials beyond normal weathering. High-Security Chain Link Fences and Gates 32 31 13.53 - 3 LUB19278 – Low Head C Pipeline c. Deflection of fence fabric beyond design limits. 2. Warranty Period: 5 years from date of Substantial Completion. 2.00 PRODUCTS 2.01 CHAIN-LINK FENCE FABRIC A. Chain-Link Fence Fabric: Height indicated on Drawings Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage. Comply with ASTM A392, CLFMICLF2445, and with requirements indicated below: 1. Steel Wire Fabric: Metallic coated. 2. Fabric, 8 feet high. a. Wire Diameter: 0.148 inch. b. Mesh Size: 1 or 2 inch. c. Weight of Metallic (Zinc) Coating: ASTM A392, Type II, Class 2, 2.0 oz/sq. ft. with zinc coating applied after weaving. d. Coat selvage ends of fabric that is metallic coated before the weaving process with manufacturer’s standard clear protective coating. 3. Selvage: Twisted and barbed top and bottom. 2.02 SECURITY FENCE FRAMING A. Posts and Rails: Comply with ASTM F1043 for framing of the following material group and strength requirement for fences of height indicated: 1. Framework Material Group: IC, round steel pipe with a yield strength of 50,000 psi. 2. Fence Height: 6 feet. 3. Strength Requirement: Heavy industrial fence. 4. Post Diameter and Thickness: Provide posts of sizes indicated below that comply with ASTM F1043. a. Horizontal-Slide Gate Post: According to ASTM F1184. 1). Openings up to 10 Feet (3 m), Overhead Clearance up to 14 Feet (4.27 m): Steel post, 2.875-inch (73-mm) diameter, and 4.64-ft-lb (6.91-kg/m) weight. 2). Openings up to 24 Feet (7.3 m), Overhead Clearance up to 22 Feet (6.7 m): Steel post, 4-inch (102-mm) diameter, and 8.65-ft-lb (12.88-kg/m) weight. 3). Guide Posts for Class 1 horizontal-slide gates, equal gate post height, one size smaller, but weight is not less than 3.11 ft-lb (4.63-kg/m), installed adjacent to gate post to permit gate to slide in space between. 5. Metallic Coatings for Steel Framing: a. Type A, consisting of not less than minimum 2.0-oz./sq. ft. (0.61-kg/sq. m) average zinc coating per ASTM A123/A123M or 4.0-oz./sq. ft. (1.22-kg/sq. m) zinc coating per ASTM A653/A653M. High-Security Chain Link Fences and Gates 32 31 13.53 - 4 LUB19278 – Low Head C Pipeline 2.03 TENSION WIRE A. General: Provide horizontal tension wire at the following locations: 1. Location: Extended along bottom of fence fabric. B. Metallic-Coated Steel Wire: 0.177-inch (4.5-mm) diameter, marcelled tension wire complying with ASTM A824 and the following: 1. Metallic Coating: Type II, zinc coated (galvanized) by hot-dip process, with the following minimum coating weight: a. Class 3: Not less than 2.0 oz./sq. ft. (610 g/sq. m) of uncoated wire surface. 2.04 FITTINGS A. General: Comply with ASTM F626. 2.05 HORIZONTAL SLIDE GATE AND OPERATORS A. General: The project site has existing horizontal slide gates and operators for access to the Lake Arlington Pump Station and Lake Arlington Dam. Replace gate and gate operator appurtenances that are removed during construction. B. Gate Operator Appurtenances: Pedestal post mounted and as follows: 1. Card Reader: Functions only when authorized card is presented. Programmable, magnetic multiple-code system face-lighted unit fully visible at night. a. Reader Type: Proximity. b. Features: Capable of monitoring and auditing gate activity. 2. Vehicle Loop Detector: System including automatic closing timer with adjustable time delay before closing and loop detector designed to hold gate open until traffic clears. Provide electronic detector with adjustable detection patterns, adjustable sensitivity and frequency settings, and panel indicator light designed to detect presence or transit of a vehicle over an embedded loop of wire and to emit a signal activating the gate operator. Provide number of loops consisting of multiple strands of wire, number of turns, loop size, and method of placement at location shown on Drawings, as recommended in writing by detection system manufacturer for function indicated. a. Loop: Factory preformed in size indicated; style for pave-over or saw-cut with epoxy-grouted installation. 3. Vehicle Presence Detector: System including automatic closing timer with adjustable time delay before closing and presence detector designed to hold gate open until traffic clears. Provide retroreflective detector with adjustable detection zone pattern and sensitivity, designed to detect presence or transit of a vehicle in gate pathway when an infrared beam in zone pattern is interrupted, and to emit a signal activating the gate operator. 3.00 EXECUTION 3.01 EXAMINATION High-Security Chain Link Fences and Gates 32 31 13.53 - 5 LUB19278 – Low Head C Pipeline A. Examine areas and conditions, with Installer present, for compliance with requirements for a verified survey of property lines and legal boundaries, site clearing, earthwork, pavement work, and other conditions affecting performance. 1. Do not begin installation before final grading is completed, unless otherwise permitted by Architect. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet (152 m) or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. 3.03 INSTALLATION, GENERAL A. Install chain-link fencing to comply with ASTM F567 and more stringent requirements specified. 3.04 CHAIN-LINK FENCE INSTALLATION A. Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings indicated, in firm, undisturbed soil. B. Post Setting: Set posts by mechanically driving into soil at indicated spacing into firm, undisturbed soil. 1. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2. Mechanically Driven Posts: Drive into soil to depth of 36 inches. Protect post top to prevent distortion. C. Terminal Posts: Locate terminal end, corner, and gate posts per ASTM F567 and terminal pull posts at changes in horizontal or vertical alignment of as indicated on Drawings. D. Line Posts: Space line posts uniformly at 10 feet o.c. E. Post Bracing and Intermediate Rails: Install according to ASTM F567, maintaining plumb position and alignment of fencing. Install braces at end and gate posts and at both sides of corner and pull posts. 1. Locate horizontal braces at mid-height of fabric 6 feet (1.8 m) or higher, on fences with top rail and at two-thirds fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. F. Barbed Wire Arms: Bolt or rivet to top of post. Angle single arms away from approach side of fence. G. Tension Wire: Install according to ASTM F567 and ASTM F1916, maintaining plumb position and alignment of fencing. Pull wire taut, without sags. Fasten fabric to tension wire with 0.120-inch (3.05-mm) diameter hog rings of same material and finish as fabric wire, spaced a maximum of 24 inches (610 mm) o.c. Install tension wire in locations indicated before stretching fabric. High-Security Chain Link Fences and Gates 32 31 13.53 - 6 LUB19278 – Low Head C Pipeline 1. Bottom Tension Wire: Install tension wire within 6 inches (152 mm) of bottom of fabric and tie to each post with not less than same diameter and type of wire. H. Top Rail: Install according to ASTM F567, maintaining plumb position and alignment of fencing. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended by fencing manufacturer. I. Chain-Link Fabric: Apply fabric to outside of enclosing framework. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. 1. Leave 1 inch between finish grade or surface and bottom selvage, unless otherwise indicated. 2. Embed fabric 2 inches (51 mm) into concrete grade beam. 3. Overlapping Fabric: At or between post or rail according to ASTM F1916 with wire ties or steel strap method. J. Concrete Grade Beams: Cast-in-place concrete, depth not less than 12 inches below grade and as indicated on Drawings; slope top surface to drain. K. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts with tension bands spaced not more than 15 inches (381 mm) o.c. L. Tie Wires: Power-fastened or manually fastened ties configured to wrap a full 360 degrees around rail or post and a minimum of one complete diamond of fabric. Twist ends one and one-half machine twists or three full manual twists, and cut-off protruding ends to preclude untwisting by hand. 1. Maximum Spacing: Tie fabric to line posts at 12 inches (305 mm) o.c. and to braces at 24 inches (610 mm) o.c. M. Power-Driven Fasteners: Fasten 0.192- or 0.148-inch (4.87- or 3.76-mm) wire fabric with 2- or 1-inch (51- or 25.4-4mm) mesh size. 1. Fasten fabric to line posts 12 inches (305 mm) o.c. and to braces 24 inches (610 mm) o.c. N. Fasteners: Install nuts for tension bands and carriage bolts on the side of fence opposite the fabric side. 3.05 GATE INSTALLATION A. Install gates according to manufacturer’s written instructions, level, plumb, and secure for full opening without interference. Attach fabric as for fencing. Attach hardware using tamper-resistant or concealed means. Install ground-set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. 3.06 GATE OPERATOR INSTALLATION A. General: Install gate operators according to manufacturer’s written instructions, aligned and true to fence line and grade. High-Security Chain Link Fences and Gates 32 31 13.53 - 7 LUB19278 – Low Head C Pipeline B. Excavation for Pedestals: Hand-excavate holes for bases/pads, in firm, undisturbed soil to dimensions and depths and at locations as required by gate operator component manufacturer’s written instructions and as indicated. C. Concrete Bases/Pads: Cast-in-place or precast concrete, depth not less than 12 inches dimensioned and reinforced according to gate operator component manufacturer’s written instructions and as indicated on Drawings. D. Vehicle Loop Detector System: Bury and seal wire loop according to manufacturer’s written instructions. Connect to equipment operated by detector. E. Comply with NFPA 70 and manufacturer’s written instructions for grounding of electric- powered motors, controls, and other devices. 3.07 FIELD QUALITY CONTROL A. Fabric Testing: Test fabric tension according to ASTM F1916. B. Fence Post Rigidity Testing: Test line posts for rigidity according to ASTM F1916. 3.08 ADJUSTING A. Gate: Adjust gate to operate smoothly, easily, and quietly, free of binding, warp, excessive deflection, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. B. Automatic Gate Operator: Energize circuits to electrical equipment and devices. Adjust operators, controls, safety devices, and limit switches. 1. Hydraulic Operator: Purge operating system, adjust pressure and fluid levels, and check for leaks. 2. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C. Lubricate hardware and other moving parts. 3.09 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner’s personnel to adjust, operate, and maintain gates. Refer to Section 01 70 00 “Execution and Closeout Requirements.” END OF SECTION Page Intentionally Left Blank DIVISION 33 UTILITIES Page Intentionally Left Blank Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 1 LUB19278 – Low Head C Pipeline 33 05 01.05 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to furnish and 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 and in accordance with AWWA C303. All pipe shall be new and no pipe shall be delivered from inventory. B. The pipeline shall be suitable to carry treated and disinfected domestic water with a chlorine residual and shall meet the requirements of NSF 61. 1.02 QUALITY ASSURANCE A. Experience Requirements: Finished pipe shall be the product of one manufacturer that has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one location in the continental USA. Approved pipe manufacturer include Thompson Pipe Group. Pipe manufacturer shall be certified either through ACPPA’s 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 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 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, steel coil, and cement. The manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials. 3. Absorption Test: Absorption testing shall be done in accordance with AWWA C303. 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 cubes shall be tested in accordance with ASTM C109. The equivalent cylinder compressive strength of the mortar (0.80 times the cube strength) shall be not less than 5500 psi in 28 days. 5. Hydrostatic Pressure Testing: 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 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 2 LUB19278 – Low Head C Pipeline part of testing equipment, the pipe manufacturer shall maintain a recording pressure gauge and reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. 6. Fittings shall be fabricated from hydrostatically tested pipe or rolled plate. Fittings shall be tested by hydrostatic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 psi pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds shall be checked with x-ray or ultrasonic testing by a third party independent Certified Weld Inspector paid for by the pipe manufacturer. 7. Charpy V-Notch Test: Each heat of steel 0.25 inches and thicker used for pipe cylinders shall be tested to verify minimum full size impact values of 25 ft-lb at 30 F in accordance with ASTM A370. Minimum Charpy values for sub-size samples shall be as defined in ASTM A370. 8. Elongation Tests: Perform tensile test as specified in ASTM A370, with 2-inch test specimens. Test shall show elongations not less than 22 percent for each heat of coil or plate steel. When 8-inch test specimens are used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18 percent for each heat of steel. 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 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. D. Welder Qualifications: 1. Shop Welders: Qualified by testing in accordance with ASME BPVC Section IX or AWS D1.1. 2. Field Welders: Qualified by testing in accordance with AWS D1.1. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” 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. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 3 LUB19278 – Low Head C Pipeline 3. Provide details and design calculations for fittings, specials, closures, outlets, joints, and special requirements for pipe in tunnels. 4. Provide certification for gasket joints, indicating it is designed to meet AWWA Standards and these documents. 5. Design calculations shall show methods and processes used to satisfy the pipe and fittings design criteria specified in the Contract Documents. All calculations shall be prepared, signed, and sealed be a Professional Engineer licensed in the State of Texas. 6. Shop and Field Welding Data: a. On a weld map, show the location, type, size, and extent of welds, with reference called out for Welding Procedure Specification (WPS) and non-destructive examination (NDE) numbers in tail of welding symbols, in accordance with AWS 2.4. b. Submit welding terms and definitions in accordance with AWS 3.0. c. Indicate by welding symbols or sketches, details of welded joints, and preparation of base metal. d. Distinguish between shop and field welds. e. Submit welding data together with Shop Drawings as a complete package. 7. Flanged Joints: a. For each flanged connection, provide: reference standard; dimensional data; bolt hole number, pattern, and diameter; bolt diameter and length; and face condition. b. Gaskets and Bolting: Technical data sheets itemizing chemical composition, and technical and performance information that indicates compliance with this Specification. c. Installation: Provide installation instructions including recommended bolt tightening sequence, torque, lubricant, and gasket. 8. Prior to delivery of the pipe to the Site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this Section and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided. 9. Mill Certificates, including chemical and physical test results for each heat of steel. 10. Certified Test Reports for factory and field welder certification. Submit Welder Qualification Records (WQR) in accordance with AWWA C206, ASME BPVC Section IX, or AWS D1.1. 11. Certified Test Reports for all factory welds from the pipe manufacturer. Certified Test Reports from a third party independent Certified Welding Inspector for inspections of fitting welds per Paragraph 1.02.B.6. 12. Certified Test Reports for all field welds from a third party independent Certified Weld Inspector for all field welds. 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 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 4 LUB19278 – Low Head C Pipeline assigned in the lay drawings (ex. ID#1 – ID#2). Provide three copies of all daily welding reports to the Owner’s representative every month. 14. Copies of results of factory hydrostatic tests. 15. Plan and profile layout sheets in AutoCAD (or compatible) format showing X, Y, and Z coordinates for each joint of pipe. 16. 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 each pipe joint. Survey information shall be provided on the Contractor’s “As-Built” drawings. 1.04 STANDARDS A. Except as modified or supplemented herein, bar-wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition. American National Standards Institute (ANSI) / NSF ANSI/NSF 61 Drinking Water System Components – Health Effects American Society of Mechanical Engineers (ASME) BPVC-IX Boiler and Pressure Vessel Code: Section IX – Welding, Brazing, and Fusing Qualifications American Welding Society (AWS) AWS B2.1 Specification for Welding Procedure and Performance AWS D1.1 Structural Welding Code American Society for Testing and Materials (ASTM) ASTM A33 Standard Specification for Concrete Aggregates ASTM A193 Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications ASTM A194 Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A307 Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 psi Tensile Strength ASTM A370 Test Methods and Definitions for Mechanical Testing of Steel Products ASTM A563 Specification for Carbon and Alloy Steel Nuts ASTM A1011 Carbon, Structural, High-Strength low-alloy ASTM C33 Specification for Concrete Aggregates ASTM C35 Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C144 Specification for Aggregate for Masonry Mortar Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 5 LUB19278 – Low Head C Pipeline American Society for Testing and Materials (ASTM) ASTM C150 Specification for Portland Cement ASTM C150 Specification for Portland Cement ASTM D522 Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM D698 Test for Moisture-Density Relations for Soils ASTM E165 Practice for Liquid Penetrant Examination for General Industry ASTM E709 Guide for Magnetic Particle Testing ASTM E1444 Practice for Magnetic Particle Testing ASTM F436 Specification for Hardened Steel Washers American Water Works Associations (AWWA) AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service – Sizes 4-Inch Through 144- Inch AWWA C208 Dimensions for Fabricated Steel Water Pipe Fittings AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings for Steel Water Pipelines 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: 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard 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. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other in transmit. Ship pipe on padded bunks with tie-down straps. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each length of pipe 36 inches 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. The pipe manufacturer’s stulling shall meet the requirements of ASCE MOP79. Pipe shall be rotated so that one stull is vertical. Stulls shall not be removed until pipe is set to final grade and backfilled. 3. Deliver, handle, and store pipe in accordance with the manufacturer’s recommendations to protect coating systems. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacturer, and the identification Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 6 LUB19278 – Low Head C Pipeline 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 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 installation. 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Cement for use in concrete and mortar shall be Type I or II Portland Cement for interior pipe mortar and Type II for the pipe exterior conforming to ASTM C150. B. Aggregates: Aggregates for concrete lining and coating shall conform to ASTM C33. Aggregate for lining shall be silica base and shall not leach in water. C. Sand: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C144, and shall not leach in water. D. Special Coating: 1. Pipe to be laid in casing shall have two built up rings or mortar each approximately 2 feet long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. Steel: Steel shall meet the requirements of AWWA C303. Steel shall be homogeneous and shall be suitable for field welding and shall be of continuous casting. Steel shall be fully killed and fine austenitic grain size. Steel coil, plate, and sheet shall have a measured minimum thickness tolerance of 0.005 inches. 2.02 MIXES; CEMENT MORTAR A. Cement mortar used for pipe joints shall consist of 1 part Portland cement to 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. Portland Cement shall be ASTM C150, Type I or Type II. Sand shall conform to ASTM C144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. B. Water for cement mortar shall be low in salts, treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B, Sikadur 32 Hi-Mod or approved equal. 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 methods. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 7 LUB19278 – Low Head C Pipeline 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 C303 and AWWA M9, and the special requirements of this Section. Maximum joint length shall be 36 feet. 2. Pipe Design Criteria: a. 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 shall be designed for full vacuum pressure. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA Manual M9 for trench construction, using the following parameters: 1). Unit Weight of Fill (w) = 130 pcf. 2). Live Load = AASHTO HS 20. 3). Live Load = Coopers E 80 at railroad. 4). Trench Depth = As indicated. 5). Coefficient Ku' = 0.150. 6). Trench Width (Bd) = As indicated. 7). Bedding Conditions = As indicated. 8). Deflection Lag Factor (D1) = 1.1. 9). Soil Reaction Modulus - (E') = 1500 (typical trench section) or 3000 (where encased in flowable fill or concrete). 10).Coefficient k = 0.090. 11).Maximum steel stress at working pressure = 18,000 psi. 12).Maximum calculated deflection, Dy = Dx = 1.0 percent or D2/4000, whichever is less. b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M9 except that crotch plates shall be used for outlet reinforcement for all pressure diameter values (PDV) greater than 6000 unless otherwise specified; and the M factor shall be 1.0 below PDV of 4000 and equal to PDV/4000 for PDVs between 4000 and 6000. Where indicated on the Drawings, collars or wrapper shall be used in lieu of crotch plates to allow for working space and supports. c. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 8 LUB19278 – Low Head C Pipeline accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 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 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 cylinder and all welds shall have adequate 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 trimming the spigot in the shop. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with AWWA Manual M9, the Thrust Restraint Design Program (TRDP), and the following: 1). The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2). Soil density = 60 pcf buoyant weight. 3). Coefficient of friction = 0.25 (maximum value to be used). 4). Use the minimum soil cover over the entire restrained area. 5). Soil type is Class V. 4. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. Joint Wrappers: Similar and equal to those manufactured by Mar Mac Manufacturing Company. C. Flexible Joint Couplings and Expansion Joints: See Section 40 05 43 “Miscellaneous Valves.” D. Pipe Ends: The standard pipe end shall include Carnegie steel joint ring as per AWWA Manual M9 and AWWA C303, welded to the cylinder on the inside or the outside of the ring, per the pipe manufacturer’s design, with rubber gasket. Welded joints shall be provided as required for thrust restraint. Harnessed joints and flanged joints shall be provided where indicated on the Drawings. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. E. Bend Fittings: All bend fittings shall be long radius (minimum of 2.5 times the pipe ID) to permit easy passage of pipeline pigs. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 9 LUB19278 – Low Head C Pipeline F. Butt Strap Closure Joints: Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this Section. Where butt-strap closure joints cannot be hydrostatically tested in the field with the main pipeline, the butt strap shall have an inside and outside weld and shall be air tested. Air test shall be operated at 5 psi for a minimum of 5 minutes, from a threaded fitting between the welds. G. Fittings: Bend fittings over 15 degrees, pipe with outlets 24 inches and larger, main line tees and wyes shall have a minimum wall thickness of 0.25 inches for 36-inch and smaller pipe and a minimum wall thickness of 0.375 inches for 37-inch and larger pipe, and shall meet the requirements of AWWA M9. Exposed piping and valves in vaults shall have an epoxy coating. H. Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and insulation kits. 1. Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class, unless otherwise specified, and shall match the class of valves or appurtenances which are attached. 2. All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated in accordance with the specifications for adjacent pipe. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti-seize compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM F436. 3. All buried nuts, bolts, and washers shall be Type 316 stainless steel of suitable strength to meet the service requirements. Bolts shall conform to ASTM A193, Grade B8M. Nuts shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti-seize compound during installation. 4. Non-Insulated Flange Gaskets: a. For working pressures up to 175 psi, gaskets shall be rubber. b. For working pressures above 175 psi, gaskets shall be non-asbestos compressed fiber. c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved equal. 5. Flange Insulating Kits: a. Flange insulating kits shall be installed within 6 months of the date of manufacture of all components. b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 F. c. Insulating gaskets shall be full-face, Type E with an EPDM O-ring seal. Minimum total gasket thickness shall not be less than 1/8 inch. The gasket shall have the same outside diameter as the pipe flange. The gasket’s inside diameter shall be Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 10 LUB19278 – Low Head C Pipeline equal to the inside diameter of the pipe’s steel cylinder. The complete assembly shall have a pressure rating equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy. e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer Central Plastics LLC, Shawnee, OK. f. Flange bolt holes shall be oversized for bolt insulating sleeves. I. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Spacing of outlets shall be as determined by the Contractor and pipe manufacturer. Outlet configuration shall be approved by the Engineer. Outlets for weld leads shall be flanged not threaded. Northing and Easting and top of flange shall be recorded on the as-builts. Weld a plate onto the outlet for closure and encase in cement mortar. J. Epoxy Lining at Insulated Joints: Provide 40-mil epoxy top coat over cement mortar lining for two pipe diameters on each side of insulated joints. K. Test Bulkheads: Furnish test bulkheads in accordance with the Drawings. Additional test bulkheads not shown in the Contract Drawings but requested by the Installation Contractor shall be paid for by the Installation Contractor. 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. The manufacturer may use either one or two plugs to allow testing on each side. 2. Each test plug or bulkhead specified shall have a 30-inch flanged outlet on each side of the plug. The 30-inch outlets shall be supplied with a 30-inch by 16-inch reducing flange with a 16-inch blind flange. If pipeline diameter is less than 30 inches, the flanged outlet shall match the pipe diameter. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the manufacturer's recommendations and AWWA M9. Pipe shall be laid to the line and grade indicated. Inspect pipe for coating damage and repair before pipe is laid. 2. The requirements of Section 31 23 33.16 “Trenching and Backfill” govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Maximum allowable pipe deflection is limited to 1 percent or D2/4000, whichever is less for bar-wrapped concrete cylinder pipe measured in any direction. Contractor shall repair pipe not meeting this requirement at no additional cost to the Owner. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 11 LUB19278 – Low Head C Pipeline 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. 4. Install electrical bonds at all pipe joints, other than welded joints or insulated joints. 5. It is intended that the pipe be laid to the depth specified or shown on the 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 6 inches vertically and 1 foot horizontally. 6. 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. B. Pipe Deflection: 1. Pipe Deflection Measurements: a. Average allowable pipe deflection is limited to 1 percent or D 2/4000, whichever is less. 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. Percent deflection shall be calculated as:𝑃𝑒𝑟𝑐𝑒𝑛𝑡 𝐷𝑒𝑓𝑙𝑒𝑐𝑡𝑖𝑜𝑛= actual (plan) ID – installed (measured) ID actual (plan) ID × 100 b. Deflection measurements shall be made by the Contractor in the presence of the Owner. Method for taking measurements shall be agreed to by the Owner and Engineer in writing prior to installing the first joint of pipe. c. The Contractor shall measure deflection approximately 30 days after backfill to final grade. At the beginning of the Project, the first mile of pipe shall be checked 7 days after backfill and again 30 days after backfill. Payment for pipe installation will not be made until pipe deflection is measured, unless otherwise approved by the Owner. d. The Owner may at his discretion perform additional verification measurements on any area prior to Substantial Completion. e. Average deflection shall be determined by averaging the pipe’s measured vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe. f. For pipe joints 36 feet in length or less, measurements shall be taken at two locations, one-fourth distance from each pipe end. g. For pipe joints longer than 36 feet, measurements shall be taken at three locations including one-fourth distance from each pipe end and at the pipe midpoint. h. If the average calculated deflections for any stick of pipe or any single measurement fails to meet specifications, the entire stick of pipe shall be reworked in accordance with the manufacturer’s recommendations and as directed by the Engineer at no Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 12 LUB19278 – Low Head C Pipeline additional cost to the Owner. This may include uncovering the pipe and re- compaction of the pipe embedment, and repair of coating. A pipe stick shall be defined as a length of manufactured pipe between manufactured or field constructed joints. i. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner. 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 embedment, and repair of the coating. j. 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. Owner will re-inspect for flat spots at this time. k. No pipe installation shall be accepted until the entire installation is in compliance with the above deflection requirements. 2. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Contractor. 3. Pipe Deflection Reports: a. A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1). Allowable deflection of 1 percent or D 2/4000, whichever is less, and 1.5 times allowable deflection in any one direction 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: 1. Haul, pipe, fittings, valves and other accessories to the 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 pipe be dropped or dragged. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch-bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the pipe manufacturer repair any joint of pipe that has shrinkage cracks with a width of 1/16 inch or greater in the inside lining by using an approved method. If, in the opinion of the Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 13 LUB19278 – Low Head C Pipeline Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the Site. 4. Have the pipe manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005 inches (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. 5. Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12 inches in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements, tools, equipment and facilities for safe and convenient prosecution of the Work. Lower pipe, fittings, specials, valves, etc. into the trench by means of a crane or other machine. Do not roll or dump into the trench. The crane shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap. D. Pipe Jointing: 1. General: a. 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. After the gasket has been placed in the gasket groove, insert a metal bar between the gasket and groove and run it around several times in each direction to equalize volume and stretch the gasket. 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. Use metal spaces to ensure the minimum lining gap is provided. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. b. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating. c. Where pipe horizontal or vertical alignment is on a curve, pull joints to make the curve. Pulled joint deflection of rubber gasket joints shall not exceed 75 percent of the manufacturer’s maximum allowable pull. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 14 LUB19278 – Low Head C Pipeline 2. Exterior Joints: 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. Leave a 2-inch minimum gap in the embedment below the joint to allow mortar to coat the bottom of 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 embedment around the joint for at least 2 hours until the mortar has set up. At the start of construction, uncover at least three joints to verify the exterior joint mortar does not have shrinkage cracks. 3. Interior Joints: a. Upon completion of backfilling of the pipe trench and the pipe cooling to ground temperature, 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 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. b. Interior joints of pipe 24 inches 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. c. Remove and replace any joints that show cracking or spalling. 4. Welded Joints: a. Pipe 36 inches and smaller shall be welded from the outside using the following procedures: 1). 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 section and the steel spigot of the other and welding the bell to the outside of the spigot. Use no less than three 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. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 15 LUB19278 – Low Head C Pipeline b. Pipe 42 inches and larger shall be welded from the inside, using the following procedures: 1). Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M9. When the joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. c. General weld requirements shall be as follows: 1). Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds. 2). Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3). After the pipe 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 1/8 inch or smaller 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. 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 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. 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. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 16 LUB19278 – Low Head C Pipeline 10).Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 and AWS D1.1 for the welding procedure qualification approved for the project. All welders shall have been certified within the last 6 months or shall provide a weld continuity log to be allowed to weld on the Project. Field welding shall be provided by one of the following firms: a). Thompson Pipe Group, Ernest Lott, (972) 262-3600. b). Fuller’s Service Company, Barry Fuller, (817) 946-5458. c). Scott’s Welding, Scott Fowler, (972) 978-7865. d). Fletcher’s Welding, Darrell Fletcher. e). Eddie’s Welding Service, Eddie Pierce, (817) 909-6089. f). National Welding Corporation, Nash Williams, (801) 255-5959. g). Others will be accepted with approval from the Owner or Engineer. 11).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. 12).Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709, and ASTM E1444, shall be performed by the Contractor’s independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor’s expense. The Installation Contractor shall provide adequate ventilation and a safe environment for welding inspection. 13).If the Contractor disagrees with the Engineer’s interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. E. Protection of Buried Metal: Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of wax tape in accordance with AWWA C217 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 100 square inches or has dimensions greater than 12 inches. 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. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 17 LUB19278 – Low Head C Pipeline G. Pipe Bedding and Backfill: Pipe bedding and backfill shall be as specified in Section 31 23 33.16 “Trenching and Backfill.” Remove sheeting and shoring in a manner such that a good bond is achieved between the backfill material and the undisturbed trench walls. H. Flanged Joints: Flange bolt torque and sequence shall be determined by the pipe manufacturer in accordance with AWWA C604 and AWWA M11. Use lubricant for threads and washers. Before the joint is assembled, thoroughly clean the flange faces of foreign material. Center the gasket in the connecting flanges and draw-up watertight, without unnecessarily stressing the flanges. Tighten bolts in a progressive diametrically opposite sequence and torqued with a suitable, approved, and calibrated torque wrench. Torque values shall be as recommended by the pipe manufacturer. Apply clamping torque to the nuts only. 3.02 FIELD QUALITY CONTROL A. Perform a hydrostatic test as specified in Section 33 05 05.31 “Hydrostatic Testing.” B. Disinfect the piping system as specified in Section 33 10 13 “Disinfection Water Utility Distribution.” END OF SECTION Page Intentionally Left Blank Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 1 LUB19278 – Low Head C Pipeline 33 05 01.09 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 (PVC) pressure pipe, appurtenances, and fittings to the diameters indicated for water supply and wastewater pressure piping. Trenching, backfilling, and pipe embedment shall be in accordance with Section 31 23 33 “Trenching and Backfill [Utilities].” 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 4 percent. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Certified Test Reports from the Manufacturer’s testing facility or an approved testing laboratory. 2. Shop Drawing including the following information: a. Manufacturer. b. Dimension ratio. c. Joint types. d. Gaskets material. e. Means of restraint. f. Manufacturer’s recommendation for maximum deflected joint angle and minimum longitudinal bending radius g. Thrust restraint lengths and lay schedule as Shop Drawing. Lay schedule shall include the following: 1). Pipe class. 2). Joint type. 3). Fittings. 4). Stationing. 5). Transitions. 6). Joint deflection. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 2 LUB19278 – Low Head C Pipeline 3. Shop Drawing of Detectable Warning Tape. 1.04 REFERENCE SPECIFICATIONS A. Section 01 33 00 “Document Management.” B. Section 01 40 00 “Quality Management.” C. Section 33 10 13 “Disinfecting of Water Utility Distribution.” D. Section 31 23 33 “Trenching and Backfill [Utilities].” 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 Section. 1. American Society for Testing and Materials (ASTM) Standards: ASTM D1784 Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds ASTM D1785 Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2241 Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated PVC Pipe (SDR) Series ASTM D2464 Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 ASTM D2466 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings Schedule 40 ASTM D2467 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 ASTM D2855 Standard Practice for the Two-Step (Primer and Solvent Cement) Method of Joining Poly (Vinyl Chloride) (PVC) or Chlorinated Poly (Vinyl Chloride) (CPVC) Pipe and Piping Components with Tapered Sockets ASTM D3139 Standard 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 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 and Gray-Iron Fittings AWWA C153 Ductile-Iron Compact Fittings Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 3 LUB19278 – Low Head C Pipeline AWWA C605 Underground Installation of Polyvinyl Chloride (PVC) and Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings AWWA C900 Poly Vinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 through 60 Inches (100 mm Through 1,500 mm) AWWA M23 PVC Pipe – Design and Installation. AWWA M41 Ductile – Iron Pipe and Fittings 3. NSF International (NSF): NSF 61 Drinking Water System Components – Health Effects 4. Underwriters Laboratories, Inc. (UL). 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 to 60 inches: Class 235 (DR18) C900 with cast iron outside dimensions Potable water lines. 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. 4. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 5. PVC Pressure Pipe for Sanitary Sewer shall conform to either C900 or ASTM D2241. C. Fittings: 3- through 24-inch ductile iron and conforming to AWWA C110 or AWWA C153. 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. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 4 LUB19278 – Low Head C Pipeline 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. For the purposes of thrust restraint, working pressure shall be 150, design pressure shall be 1.5 times the design working pressure of 150 or the pipe pressure class indicated. 3. 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. d. Concrete thrust blocking shall not be accounted for in joint restraint calculations. E. Detectable Warning Tape: 1. Provide detectable warning tape as follows: a. Thickness: 5.0 mil overall thickness. b. Width: 3 inch minimum. c. Weight: 27.5 pounds per inch per 1000 square feet. d. Triple layer with: 1). Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket. 2). 100 percent virgin low density polyethylene. 3). Impervious to all known alkalis, acids, chemical reagents and solvents within soil. 4). Aluminum foil visible to both sides. e. Locatable by conductive and inductive methods. f. Printing encased to avoid ink rub-off. g. Color and Legends: 1). Potable Water Lines: a). Color: Blue (in accordance with APWA Uniform Color Code). b). Legend: Caution Potable Water Line Below (repeated every 24 inches). 2.02 MARKINGS A. The Pipe Manufacturer shall mark the piping with the size and appropriate AWWA/ASTM Standard designations as applicable. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 5 LUB19278 – Low Head C Pipeline 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. Excavate trenches to alignment and depth specified or as required for proper installation of pipe. Carefully lower pipe, fittings, and specials into the trench to avoid damage to the pipe and/or fittings. Take necessary precautions to protect pipe during backfilling operations. Replace any damaged pipe before it is buried. 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. F. Solvent weld joints shall be in accordance with ASTM D2855, and shall be made generally as follows: cut square and smooth the ends of the plastic pipe and wipe clean. Apply primer and 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. G. Push-on joints shall be in accordance with the manufacturer’s instructions. H. Use of deflected joints shall be at 75 percent of the manufacturer recommendation or longitudinal deflection shall be 133 percent of the manufacturer’s minimum radius. I. Joint lubricant shall be as recommended by the pipe manufacturer. 3.02 FIELD CONTROL HYDROSTATIC TESTING A. Test PVC pressure piping for leakage by a hydrostatic pressure test in accordance with Section 01 45 16.16 “Hydrostatic Test.” 3.03 PURGING OF WATER LINES A. Purge, sterilize, and test the constructed water lines in accordance with Section 33 10 13 “Disinfecting of Water Utility Distribution.” 1. During construction operations, maintain the installed surfaces of the system, which come in contact with the City’s water supply, in a sanitary condition. 2. Every effort must be made to keep the inside of the pipe, fittings, and valves free of loose foreign matter. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 6 LUB19278 – Low Head C Pipeline 3. Should the Contractor’s carrier be required to transport potable water to the job site for main testing, sterilize tankage and piping, including pumps used to transport or transfer potable water into the main. B. When the entire pipeline or selected sections have been completed and are ready for use, disinfect the line or section according to the following procedures: 3.04 SERVICE CONNECTIONS A. Make service connections in accordance with AWWA Manual M23 “PVC Pipe - Design and Installation” and the instructions from the Manufacturer. Use a service clamp or saddle to connect 2-inch and smaller services to PVC pipe sizes 4 to 12 inches. Use a ductile iron tapped tee to connect 3-inch service connections. 3.05 FIELD QUALITY CONTROL A. Do not enclose or cover any Work until inspected. END OF SECTION Pipeline Crossing 33 05 23.33 - 1 LUB19278 – Low Head C Pipeline 33 05 23.33 PIPELINE CROSSING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install pipe casings or tunnel liners 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. Tunnel Liner Plate: The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in AASHTO Standard Specifications for Highway Bridges, Section 26. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3 percent. The thickness of the tunnel liner plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. 2. 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 feet 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 3 years engaged in similar work of equal scope. C. Performance Requirements: Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only to the extent of 1 inch in 10 feet, 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 A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop drawings of the tunnel liner plate and fasteners from the tunnel liner plate manufacturer. Shop drawings shall include calculations for the design of the tunnel liner plate. Shop drawings are for record purposes only and will not be reviewed or approved by the Engineer. 2. Provide shop drawings of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. 1.04 STANDARDS Pipeline Crossing 33 05 23.33 - 2 LUB19278 – Low Head C Pipeline A. American Association of State Highway and Transportation Officials (AASHTO) Standards: AASHTO M190 Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO Standard Specifications for Highway Bridges B. American Society of Testing and Materials (ASTM) Standards: ASTM A36 Carbon Structural Steel ASTM A123 Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products ASTM A135 Electric – Resistance – Welded Steel Pipe ASTM A139 Electric – Fusion (Arc) – Welded Steel Pipe (NPS4 and Over) ASTM A153 Zinc Coating (Hot Dip) on Iron and Steel Hardware ASTM A307 Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength ASTM A449 Quenched and Tempered Steel Bolts and Studs ASTM A568/ A568M Steel, Carbon, and High Strength, Low Alloy, Hot-Rolled and Cold-Rolled for Commercial Quality ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM D4254 Test Method for Minimum Index Density of Soils and Calculation of Relative Density C. American Water Works Association (AWWA) Standards: AWWA C206 Field Welding of Steel Water Pipe AWWA C210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines 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 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. 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. Pipeline Crossing 33 05 23.33 - 3 LUB19278 – Low Head C Pipeline E. No blasting shall be allowed. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipelines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipelines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. 1.06 OPTIONS A. Casing Material: Unless specified otherwise, the Contractor may use steel pipe, reinforced concrete pipe, or tunnel liner plate where bore and/or tunnel is specified. Unless specified otherwise, the Contractor may use steel pipe or reinforced concrete pipe where open cut casing is specified. The material specification for casing pipe and tunnel liner 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. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Pipe: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A568, ASTM A135, ASTM A139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal. Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded, coating and lining shall be repaired. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: Casing Diameter Wall Thickness 4” to 24”0.25” 25” to 42”0.375” 43” to 60”0.50” B. Reinforced Concrete Pipe: Pipe casing shall conform to ASTM C76 and shall be of the size, class and length specified. Pipe shall be a minimum of Class IV for 42-inch and smaller diameters and a minimum of Class V for diameter larger than 42 inches. 2.02 MIXES A. Cement Mortar: Consisting of 1 part cement to 2 parts clean sand with sufficient water to make a thick workable mix. B. 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 Pipeline Crossing 33 05 23.33 - 4 LUB19278 – Low Head C Pipeline maintain solids in the mixture in suspension, 1 cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. 2.03 MANUFACTURED PRODUCTS A. Tunnel Liner: Manufactured by Armco Steel Corp., and Commercial Shearing, Inc. B. Casing Insulators: Use casing insulators for any type of carrier pipe. Insulators shall consist of pre-manufactured steel bands with plastic lining and plastic runners. Insulators shall fit snug over the carrier pipe and position the carrier pipe approximately in the center of the casing pipe, to provide adequate clearance between the carrier pipe bell and the casing pipe. Fasteners for insulators shall be stainless steel or cadmium-plated. Insulators shall be as manufactured by Cascade Waterworks Manufacturing Company or Pipeline Seal and Insulators, Incorporated or Perry Equipment Corporation. C. Mortar Bands: Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing or tunnel liner. 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-inch horizontal layers to 95 percent of maximum density as measured by ASTM D698. 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 temporarily 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 31 23 33.16 “Trenching and Backfill.” B. Installing Carrier Pipe In Casings: 1. Pipe to be installed within the casing or tunnel liner 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. If guide rails are used, install pipe and hold down jacks after installation of carrier pipe. Pipeline Crossing 33 05 23.33 - 5 LUB19278 – Low Head C Pipeline 3. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. 4. After carrier pipe installation is completed, seal or plug the ends of the casing. C. Free-Air System: 1. If required by OSHA standards, free-air systems shall be installed and maintained. 2. Installation of Pressure Grout Mix: a. Install pressure grout mix in the void space between the outside of the casing pipe or tunnel liner and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe. For tunnel liner plate, install pressure grout mix at the end of each work day or more often as conditions warrant. b. Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48 inches in diameter or larger. Grout fittings shall be fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6 feet. Remove and plug grout fittings after pressure grouting. c. 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-inch 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 percent 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 inches 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 Pipeline Crossing 33 05 23.33 - 6 LUB19278 – Low Head C Pipeline 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 one-third of the circumference of the pipe, shall conform to the contour and grade of the pipe. Provide a clearance of not more than 2 inches 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 feet in any case. Decrease the distance if the character of the material being excavated makes it desirable to keep the advance excavation closer to the end of the pipe. C. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge from slipping back onto pipe. D. When jacking of pipe has begun, carry on the operation without interruption to prevent the pipe from becoming firmly set in the embankment. Remove and replace any pipe damaged in the jacking operations. The Contractor shall absorb the entire expense. 3.04 CROSSINGS INSTALLED WITH TUNNEL LINER PLATE A. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section II-26, Construction Tunnels Using Steel Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore. B. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2-inch tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. C. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel liner plate shall not be allowed to deflect vertically during installation. 3.05 CROSSINGS WITH CASING INSTALLED BY OPEN CUT A. 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 31 23 33.16 “Trenching and Backfill.”All other requirements shall be as specified herein. Pipeline Crossing 33 05 23.33 - 7 LUB19278 – Low Head C Pipeline END OF SECTION Page Intentionally Left Blank Disinfecting of Water Utility Distribution 33 10 13 - 1 LUB19278 – Low Head C Pipeline 33 10 13 DISINFECTING OF WATER UTILITY DISTRIBUTION 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. 2.00 PRODUCTS 2.01 MATERIALS A. Liquid Chlorine: Meeting the requirements of AWWA B301 - Liquid Chlorine. B. Calcium Hypochlorite: Meeting the requirements of AWWA B300 - Hypochlorites. 3.00 EXECUTION 3.01 NEW FACILITIES A. New facilities shall be thoroughly disinfected in accordance with AWWA C651 - Disinfecting Water Mains, AWWA C652 - Disinfection of Storage Facilities, and AWWA C653 - Disinfection of 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. 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 ensure that clean water has traversed the entire length of pipe. 2. Power wash the surfaces of basins and reservoirs using high pressure wash systems. Disinfecting of Water Utility Distribution 33 10 13 - 2 LUB19278 – Low Head C Pipeline E. Disinfect facilities per the following procedures of AWWA: 1. Water Mains: AWWA C651 - latest revision. 2. Water Storage Facilities: AWWA C652 - latest revision. 3. Water Treatment Plants: AWWA 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, storage tanks, or vessels 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. 1. The Contractor is responsible for complying with all of the applicable requirements of the TPDES General Permit TXG670000, issued by the TCEQ, regarding the discharge of hydrostatic test water. Maximum discharge chlorine concentration for compliance is 0.10 mg/l. Discharges within the Edwards Aquifer recharge area must meet special requirements under the terms of the General Permit. Contractor compliance is required. 2. Residual chlorine concentrations may be reduced using sulfur dioxide, sodium bisulfite, sodium sulfite, sodium thiosulfate, or ascorbic acid. 3. The discharge must be to a splash pad or paved area, and may not be located within 300 feet of the intake for a domestic drinking water supply or 500 feet of any public or private water well. Disinfecting of Water Utility Distribution 33 10 13 - 3 LUB19278 – Low Head C Pipeline 4. An effluent water sample must be taken during the first hour of discharge at a location immediately near the point of discharge, and collected prior to commingling with storm water, wastewater, or other flows. 5. For discharges that extend beyond an hour in duration, a second sample must be taken of the last 10 percent of the effluent. 6. Sampling protocol, sample containers, holding times, preservation methods, and analytical methods must follow the requirements set forth in the general permit. 7. The effluent grab sample(s) must be analyzed for total residual chlorine by an accredited and certified laboratory. 8. Any noncompliance that endangers human health or safety, or the environment must be reported to the TCEQ in accordance with the general permit. 9. Any effluent violation which deviates from the permitted effluent limitation by more than 40 percent must be reported to the TCEQ in accordance with the general permit. 10. The Contractor must record all hydrostatic test water sample results on an approved DMR (EPA Form 3320-1). These monitoring records shall be retained for a period of 3 years from the date of the record and be readily available for review by the TCEQ upon request. See attached form 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 Page Intentionally Left Blank Steel Pipe and Fittings 33 11 13.13 - 1 LUB19278 – Low Head C Pipeline 33 11 13.13 STEEL PIPE AND FITTINGS 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 shall be in accordance with Section 09 97 16 “Pipeline Coatings and Linings.” The coating shall be polyurethane unless the use of mortar-coated or epoxy-coated steel pipe is indicated on the Drawings. C. The pipeline shall be suitable to carry treated and disinfected domestic water with a chlorine residual and shall meet the requirements of NSF 61. 1.02 QUALITY ASSURANCE A. Experience Requirements: 1. Pipe shall be the product of one manufacturer who has had not less than 5 years of successful experience manufacturing pipe of the type and size indicated. Pipe manufacturing operations (fabrication of pipe and fittings, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. The lining and coating for the pipe or the fitting shall be done at the same location as the manufacture of the pipe or fittings. The pipe and fittings may be manufactured at different locations. The Engineer will waive the requirement for 5 years of experience in manufacturing of the pipe when, at the sole discretion of the Engineer, the manufacturer’s experience and capabilities meet the intent of the experience requirement. 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 lining for pipe diameters 108 inches and smaller shall be shop-applied, spun cement mortar lining per Section 09 97 16 “Pipeline Coatings and Linings.” 3. The manufacturer shall be certified under Steel Pipe Fabricators Association (STI/SPFA) or ISO 9001 quality certification program for steel pipe and accessory manufacturing. 4. Approved manufacturers are: a. Thompson Pipe Group. b. Northwest Pipe. c. American Spiralweld. d. Mid America Pipe. B. Testing and Inspection: 1. Pipe may be subject to inspection by an independent testing laboratory 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 Steel Pipe and Fittings 33 11 13.13 - 2 LUB19278 – Low Head C Pipeline 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 and/or do not meet the Specifications shall be subject to rejection at any time prior to Owner's final acceptance of the product. Pipe manufacturer shall be responsible for repairs to the polyurethane coating system that are required as a result of Owner testing at no additional cost to the Owner. 2. The inspection and testing by the independent testing laboratory anticipate 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 Installation Contractor shall reimburse the Owner for costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. Factory Testing: The manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. D. Cement Mortar Lining: Shop-applied cement mortar linings shall be as specified in Section 09 97 16 “Pipeline Coatings and Linings” and tested in accordance with AWWA C205. E. Pipe Coatings: Pipe coatings shall be as specified in Section 09 97 16 “Pipeline Coatings and Linings.” F. Hydrostatic Pressure Testing: 1. Each joint of pipe shall be hydrostatically tested prior to application of lining and 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 and reference number of pipe tested, at a minimum. The pipe shall be numbered in order that the pressure gauge information can be recorded. 2. Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic, or magnetic particle test. Air test shall be made by applying air to the welds at 40 psi pressure and checking for leaks around and through welds with a soap solution. In addition, 10 percent of welds shall be checked with x-ray or ultrasonic testing by a third party Certified Welding Inspector paid for by the Owner. G. Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 1/4 inches and thicker shall be tested to verify minimum full-size impact values of 25 ft-lb at 30 F in accordance with ASTM A370. Minimum Charpy values for sub size samples shall be defined by ASTM A370. H. 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. When 8-inch test specimens are used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18 percent for each heat of steel. Steel Pipe and Fittings 33 11 13.13 - 3 LUB19278 – Low Head C Pipeline I. 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. J. 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 Installation 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 Installation Contractor. 2. The pipe manufacturer shall provide the services of a representative from both the polyurethane coating manufacturer and the heat-shrink sleeve manufacturer, for a period of not less than 1 week at the beginning of pipe laying operations. Representatives shall advise the Installation Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field-applied coating, heat-shrink sleeve installation procedures, and general construction methods and how they may affect the pipe coating. 3. The manufacturer's representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Installation Contractor's construction methods do not comply with the Specifications. Cost for the respective manufacturer’s representative to return to the Site shall be at no additional cost to the Owner. K. Welders and Welding Operations: 1. Shop Welders: Qualified by testing in accordance with ASME BPVC Section IX or AWS D1.1. 2. Field Welders: Qualified by testing in accordance with AWS D1.1. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings: a. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer which shall include: 1). Schematic location; including a profile and a tabulated layout schedule, both of which shall reference the stationing shown on the plan and profile sheets. 2). Any deviation from the Drawings necessary to avoid conflicts with existing utilities and structures. The specific number of each pipe and fitting, location of each pipe, and direction of each fitting in the pipeline shall be depicted. 3). Full details of reinforcement and dimensions for pipe and fittings. 4). Location of all outlets as required by the Installation Contractor to install welds. Steel Pipe and Fittings 33 11 13.13 - 4 LUB19278 – Low Head C Pipeline 5). Location and details for the fabrication of all fittings and specials. The line layout shall include the pipe station and invert elevation at all changes in grade or horizontal alignment. 6). Provisions for thrust restraint, external loading, bedding, and vacuum collapse. 7). Welding requirements, welding procedures, provisions for thermal stress control, and provisions for control of coating damage for locations where welded joints are required. 8). Provide details and design calculations for fittings, specials, closures, outlets, joints, and special requirements for pipe in tunnels. 9). Provide certification for gasket joints, indicating it is designed to meet AWWA Standards and these documents. 10).Design calculations shall show methods and processes used to satisfy the pipe and fittings design criteria specified in the Contract Documents. All calculations shall be prepared, signed, and sealed be a professional engineer licensed in the state the Project is located in. 11).Shop and Field Welding Data: a). On a weld map, show the location, type, size, and extent of welds, with reference called out for Welding Procedure Specification (WPS) and non- destructive examination (NDE) numbers in tail of welding symbols, in accordance with AWS 2.4. b). Submit welding terms and definitions in accordance with AWS 3.0. c). Indicate by welding symbols or sketches, details of welded joints, and preparation of base metal. d). Distinguish between shop and field welds. e). Submit welding data together with Shop Drawings as a complete package. 12).Flanged Joints: a). For each flanged connection, provide: reference standard; dimensional data; bolt hole number, pattern, and diameter; bolt diameter and length; and face condition. b). Gaskets and Bolting: Technical data sheets itemizing chemical composition, and technical and performance information that indicates compliance with this Specification. c). Installation: Provide installation instructions including recommended bolt tightening sequence, torque, lubricant, and gasket. 2. Certification of Compliance with Contract Documents: Prior to shipment of the pipe, submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with the Specifications and Drawings, NSF 61 and the applicable requirements of the AWWA standards. Steel Pipe and Fittings 33 11 13.13 - 5 LUB19278 – Low Head C Pipeline 3. Certified Test Reports: a. Submit the following Certified Test Reports prior to shipment of the pipe: 1). 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). From the coating manufacturer, indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with the Specifications on all pipe, fittings, and joints made in the factory. 4). Welder Qualifications Records (WQR) in accordance with AWWA C206, ASME BPVC Section IX, or AWS D1.1 as required for both factory and field welders. 5). Cement mortar tests. 6). Gasket certification, in accordance to AWWA C200, shall be provided where bell and spigot gasket joint pipe is specified. 7). All manufacturer’s factory quality control tests. 4. Record Data: a. Prior to fabrication, submit the following: 1). Inspection procedures to be used by manufacturer for quality control and assurance for materials and welding. 2). Standard repair procedures that describe in detail shop and field work to be performed. 3). Certification showing calibration within the last twelve months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by Owner. b. Prior to pipe delivery, submit “Release for Manufacture” layout sheets. c. Daily welding reports for field welding showing welder and joint welded shall be submitted monthly. Indicate welder’s name, joint welded with identification number assigned to match lay drawings. d. After construction, 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. e. After construction, the Installation Contractor shall provide ASCII electronic record data showing top-of-pipe survey every 50 feet along the pipeline and at horizontal and vertical deflections. Steel Pipe and Fittings 33 11 13.13 - 6 LUB19278 – Low Head C Pipeline 1.04 STANDARDS A. Except as modified or supplemented herein, the steel pipe, coatings, fittings, and specials shall conform to the applicable requirements of the following standard specifications, latest edition: 1. American National Standards Institute (ANSI) / NSF International (NSF): a. ANSI/NSF 61 — Drinking Water System Components – Health Effects. 2. American Society of Civil Engineers (ASCE): a. MOP 79 — Manual of Practice: Steel Penstocks. 3. American Society of Mechanical Engineers (ASME): a. BPVC-IX — Boiler and Pressure Vessel Code: Section IX – Welding, Brazing, and Fusing Qualifications. 4. ASTM International ASTM: ASTM International (ASTM) ASTM A193 Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications ASTM A194 Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A307 Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 psi Tensile Strength ASTM A370 Test Methods and Definitions for Mechanical Testing of Steel Products ASTM A563 Specification for Carbon and Alloy Steel Nuts ASTM C33 Specification for Concrete Aggregates ASTM C35 Specification for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Specification for Portland Cement ASTM D16 Terminology for Paint, Related Coatings, Materials, and Applications ASTM D522 Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM D1000 Test Methods for Pressure-Sensitive Adhesive-Coated Tapes Used for Electrical and Electronic Applications ASTM E165 Practice for Liquid Penetrant Examination for General Industry ASTM E709 Guide for Magnetic Particle Testing ASTM E1444 Practice for Magnetic Particle Testing ASTM F436 Specification for Hardened Steel Washers 5. American Welding Society (AWS): American Welding Society (AWS) AWS B2.1 Specification for Welding Procedure and Performance Steel Pipe and Fittings 33 11 13.13 - 7 LUB19278 – Low Head C Pipeline American Welding Society (AWS) AWS D1.1 Structural Welding Code – Steel 6. American Water Works Association (AWWA): American Water Works Association (AWWA) AWWA C200 Steel Water Pipe 6-Inch and Larger AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4- Inch and Larger – Shop Applied AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service – Sizes 4-Inch Through 144- Inch AWWA C208 Dimensions for Fabricated Steel Water Pipe Fittings AWWA C210 Liquid-Epoxy Coating and Linings for Steel Water Pipe and Fittings AWWA C216 Heat Shrinkable Cross-Linked Polyolefin Coatings for Steel Water Pipe and Fittings AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings for Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings AWWA C602 Cement-Mortar Lining of Water Pipelines in Place – 4-Inch and Larger AWWA C604 Installation of Buried Steel Water Pipe – 4-Inch and Larger AWWA M11 Manual: Steel Pipe – A Guide for Design and Installation 7. Society for Protective Coatings (SSPC): Society for Protective Coatings (SSPC) SSPC-SP1 Solvent Cleaning SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-SP10 Near-White Blast Cleaning SSPC-PA2 Procedure for Determining Conformance to Dry Coating Thickness Requirements SSPC-PA Guide 10 Guide to Safety and Health Requirements 1.05 DELIVERY AND STORAGE A. Packing: 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach the Site in an undamaged condition. Pipe segments damaged in shipment that require more than two repairs per segment will not be accepted at the Site. No more than 10 percent of all segments shall have damage repairs or all damaged pipe segments will be rejected. Normal factory repair of lining and coating for fabrication of fittings and specials is acceptable. Steel Pipe and Fittings 33 11 13.13 - 8 LUB19278 – Low Head C Pipeline 2. Pipe sections shall be handled in accordance with Paragraph 3.01.C. In all instances deliver, handle, and store pipe in accordance with the manufacturer’s recommendations to protect coating systems. Upon delivery of the pipe, notify the Engineer so that inspection can be made. 3. For mortar-lined pipe, 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. 4. 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. Each end and middle of each length of pipe, fitting, or special shall be internally supported and braced with stulls to maintain a true circular shape. Stulling shall meet the following requirements: a. Install stulling in 36-inch and larger pipe, specials, and fittings in accordance with approved submittal and as soon as practical after pipe is fabricated or for shop-lined pipe after lining has been applied. Six-point stulls shall be equally spaced circumferentially (approximately 60-degree spacing) within the pipe. Additional stulls shall be included, as determined by the pipe manufacturer, to protect the pipe from damage. The pipe manufacturer’s stulling shall meet or exceed the standards listed in ASCE MOP No. 79. b. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. c. Stulls shall not be removed until pipe is laid, set to grade, and backfilled. d. Internal stulls shall consist of timber or steel, firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Timber stulls will be allowed in diameters above 84 inches, if it can be demonstrated that the timbers will stay in place until backfilling. All timber for stulls must be cured wood. Vertical stull shall be 4-inch by 6-inch timber (min.), Cross stulls shall be 4-inch by 4-inch timber (minimum). Connect stulls with bolts. Shim as needed to maintain tight fit and roundness of pipe. e. Install stulling in a manner that will not harm lining. Pipe and liner shall be protected from damage from stulls using wood pads, or similar devices, unless it can be demonstrated that the wood pads are not required to prevent damage to the pipe lining. Pad shall be shaped to conform to pipe diameter. Pad shall be 4-inch by 6-inch timber and a minimum of 18 inches in length. f. Stulls shall not be welded directly to the pipe, except at the end of the pipe where the mortar is held back. Steel Pipe and Fittings 33 11 13.13 - 9 LUB19278 – Low Head C Pipeline B. Marking for Identification: 1. Each joint of pipe, fitting, and special shall have plainly marked on one end of the exterior: 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 fittings and specials. 2. Each joint of pipe, fitting, and special shall also be marked at each end on the interior lining, near but not inside the bell or spigot, with the section designation and pipe identification number as shown on the approved Shop Drawings. Markings should be visible from inside the pipe after installation, during and after field welding, joint grouting, and inspection. Markings should be applied a minimum of 3 inches in height with a waterproof paint or dye resistant to fading due to UV exposure. C. Point of Delivery: Whenever possible, pipe shall be hauled directly from the manufacturing plant to the Site and strung along pipeline route, avoiding re-handling and the possibility of damage to the pipe. Where a 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 Installation Contractor shall be responsible for pipe being undamaged at the time of installation. 2.00 PRODUCTS 2.01 MATERIALS A. Flanges, Nuts, Bolts, and Gaskets: Furnish and install all bolts, nuts, flange gaskets, and insulation kits. 1. Flanges shall conform to the AWWA C207 class equal to or greater than the pipe class, unless otherwise specified, and shall match the class of valves or appurtenances which are attached. 2. All nuts, bolts, and washers exposed inside buildings or vaults shall be steel and coated in accordance with the specifications for adjacent pipe. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti-seize compound during installation. Bolts shall conform to ASTM A193, Grade B7. Nuts shall conform to ASTM A194, Grade 2H heavy hex nuts. Washers shall conform to ASTM F436. 3. All buried nuts, bolts, and washers shall be Type 316 stainless steel of suitable strength to meet the service requirements. Bolts shall conform to ASTM A193, Grade B8M. Nuts shall conform to ASTM A194, Grade 8M. Washers shall conform to ASTM A193. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti-seize compound during installation. 4. Non-Insulated Flange Gaskets: a. For working pressures up to 175 psi, gaskets shall be rubber. b. For working pressures above 175 psi, gaskets shall be non-asbestos compressed fiber. Steel Pipe and Fittings 33 11 13.13 - 10 LUB19278 – Low Head C Pipeline c. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufacturers are Gasket Resources, Garlock, or approved equal. 5. Flange Insulating Kits: a. Flange insulating kits shall be installed within 6 months of the date of manufacture of all components. b. Do not store insulating flange gaskets, sleeves, or washers under direct sunlight or at temperatures exceeding 110 F. c. Insulating gaskets shall be full-face, Type E with an EPDM O-ring seal. Minimum total gasket thickness shall not be less than 1/8 inch. The gasket shall have the same outside diameter as the pipe flange. For steel pipe the gasket’s inside diameter shall be equal to the inside diameter of the pipe’s steel cylinder. The complete assembly shall have a pressure rating equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be one-piece, full-length, Mylar or NEMA G10 fiberglass reinforced epoxy with a minimum thickness of 1/8 inch. d. Insulating washers shall be NEMA G10 fiberglass reinforced epoxy. e. Gasket configuration shall be in accordance with AWWA C207. Gasket shall be NSF 61 certified. Acceptable manufactures are GPT, Houston, TX; or Georg Fischer Central Plastics LLC, Shawnee, OK. f. Flange bolt holes shall be oversized for bolt insulating sleeves. B. 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 killed, and of a fine austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the pipe diameter to permit easy passage of pipeline pigs unless otherwise shown on the Drawings. D. Threaded Outlets: No threaded outlets will be allowed. E. Outlets for Weld Leads: Installation Contractor may use factory manufactured outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be shown in the Shop Drawings. Spacing of outlets shall be no closer than 500 feet. Outlets for appurtenances shall be used in the calculation of outlet spacing. Outlet configuration shall be approved by the Engineer. F. Joint Bonds for Steel Pipe with Rubber Gasket Joints: Bond shall be a solid copper strap, 1- 1/4-inch wide by 1/16-inch thick (equivalent to 1/0 AWG wire). Strap bonds shall be manufactured by ERICO Products, Continental Industries, or approved equal. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. Additional requirements based on the joint type include: 1. For Coated Steel Pipe: Provide two punched holes for thermite welding to the pipe. Strap bond shall be 12 inches long, maximum. Provide three joint bonds per pipe joint. Steel Pipe and Fittings 33 11 13.13 - 11 LUB19278 – Low Head C Pipeline 2. For Flexible Coupling, Flanged Coupling Adapter, and Other Non-Standard Joints: Provide five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Provide two bonds per joints for pipe less than 60 inches in diameter and three bonds per joint for pipe 60 inches or greater in diameter. 3. For Insulated Flexible Coupling Joints: Provide four punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for one-inch of joint movement. G. Flexible Joint Couplings: Shall be as specified in Section 40 05 43 “Miscellaneous Valves.” H. Cement Mortar Linings: Cement mortar linings shall be shop-applied (plant-spun) for pipe sizes 108 inches and smaller. Shop-applied cement mortar linings shall be provided in accordance with Section 09 97 16 “Pipeline Coatings and Linings.” I. Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09 97 16 “Pipeline Coatings and Linings.” J. Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09 96 00.01 “High Performance Coatings” and Section 09 97 16 “Pipeline Coatings and Linings.” K. Polyurethane Coating: Where indicated on the Drawings, and for buried piping, pipe shall have a polyurethane coating in accordance with Section 09 97 16 “Pipeline Coatings and Linings.” L. Test Bulkheads: Furnish test bulkheads in accordance with the Drawings. Additional test bulkheads not shown in the Contract Drawings but requested by the Installation Contractor shall be paid for by the Installation Contractor. 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. The manufacturer may use either one or two plugs to allow testing on each side. 2. Each test plug or bulkhead specified shall have a 30-inch flanged outlet on each side of the plug. The 30-inch outlets shall be supplied with a 30-inch by 16-inch reducing flange with a 16-inch blind flange. If pipeline diameter is less than 30 inches, the flanged outlet shall match the pipe diameter. M. Special Coatings in Tunnels and Casings: Pipe to be laid in casing or tunnel shall have a full, continuous mortar coating over the polyurethane coating. The coating shall have at least two mortar bands at a minimum of 2 inches thick, or thick enough to be a larger outside diameter than the bell, including heat shrink sleeve. The mortar coating is to allow the pipe to be installed by skidding on pipe rings. The manufacturer shall design the mortar bands and reinforcement sufficiently to prevent damage to the coating from the installation process. 2.02 MIXES A. Mortar for Interior and Exterior Joints: Mortar shall be one-part cement to two-parts sand. Cement shall be ASTM C150, Type II. Sand shall be of sharp silica base and shall not leach in water. Sand shall be washed plaster sand meeting ASTM C33. Exterior joint mortar shall be Steel Pipe and Fittings 33 11 13.13 - 12 LUB19278 – Low Head C Pipeline 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 a non-shrink cement mortar with a 3:1 sand to cement ratio per AWWA C205. 2.03 MANUFACTURED PRODUCTS A. Pipe: 1. Pipe Design Criteria: a. Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown on the Drawings. For 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: Pipe Design Criteria Unit Weight of Fill (w)130 pcf AASHTO HS 20 (at all locations except railroads) Live Load Coopers E 80 at railroad Trench Depth As indicated on the Drawings Deflection Lag Factor (Dl)1.1 Coefficient (K) 0.10 Maximum Calculated Deflection (Dy = Dx) 2% (polyurethane coated steel pipe) 1% (mortar coated or concrete coated steel pipe) Soil Reaction Modulus (E')1500 psi (typical gravel embedment trench section) 3000 psi (where encased in flowable fill or concrete) b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11, except that crotch plates shall be used for outlet reinforcement for all pressure diameter values (PDVs) greater than 6000, collars may only be used when d/D is less than or equal to 0.7 and the M factor shall not be less than 1.0 but PDV/4000 for PDVs between 4000 and 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow for working space and supports. c. Where the pipe requires additional external support to meet the specified maximum deflection, the Installation Contractor and the Supplier will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Installation Contractor by the Owner where this method is required. Steel Pipe and Fittings 33 11 13.13 - 13 LUB19278 – Low Head C Pipeline 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 pipe be installed deeper than its design allows. e. Pipe shall be designed for full vacuum conditions without buckling or damage to lining, coating, or pipe joints. f. The pipe shall be designed for a maximum calculated deflection limit of 3 percent for polyurethane coated steel pipe and 2 percent for mortar/concrete coated steel pipe for any of the following future loadings: 1). Additional fill of 8 feet above the finished grade over the pipeline. 2). A fully loaded Link Belt Hylab 5 crane (150 ton capacity) or equivalent model. The crane will be parked over the pipeline for 2 days, maximum, during repair operations. The design shall assume the worst case scenario for the track orientation. For the purposes of design, the construction load will be considered a live load. This design vehicle translates to a design load in the following table: Live Loads at the Top of Steel Pipe (lb/lf) Transient Load on Steel Pipe (plf) at Various Covers (ft)Nominal Pipe Diameter 4 5 6 8 10 12 14 16 18 36 2900 2500 2200 1700 1500 1300 1100 1000 900 42 3400 2900 2600 2000 1700 1500 1300 1100 1000 48 3900 3400 2900 2400 2000 1700 1500 1300 1200 54 4400 3800 3300 2700 2200 1900 1700 1500 1300 60 5000 4300 3700 3000 2500 2100 1900 1700 1500 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 valve, 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 specifically shown on the Drawings. Steel Pipe and Fittings 33 11 13.13 - 14 LUB19278 – Low Head C Pipeline c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA M11 and the following: 1). The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. Assume the water table matches the ground elevation. 2). Soil Density = 60 pcf buoyant weight. 3). Coefficient of Friction = 0.15 (maximum value to be used for polyurethane coated steel pipe). 4). Coefficient of Friction = 0.25 (maximum value to be used for mortar/concrete coated steel pipe) 5). For horizontal and vertical bends, the length of pipe to be restrained shall be calculated in accordance with 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. 4. Wall Thickness: a. The minimum pipe wall steel thickness shall be 0.183 inches or Pipe I.D./230, whichever is greater for pipe and fittings. All pipe, fittings, and specials shall have a maximum minus tolerance of 0.005 inches. 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 specified yield strength of the steel, nor the following, at the specified working pressure: Pipe Type Maximum Stress at Working Pressure Polyurethane Coated Steel 23,000 psi Mortar/Concrete Coated Steel Pipe 18,000 psi b. Pipe which is placed in casing or tunnel shall have a minimum pipe steel wall thickness of 0.25 inches or Pipe I.D./144, whichever is greater. c. Fittings and pipe that are above grade or exposed (not in a trench, casing, or tunnel) shall have a minimum thickness of 0.25 inches or Pipe I.D./144, whichever is greater. d. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 21,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). Fittings shall meet the requirements of AWWA C208 and AWWA M11. 5. Seams: Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections, 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. Steel Pipe and Fittings 33 11 13.13 - 15 LUB19278 – Low Head C Pipeline 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. Pipe Ends: Pipe ends shall be rubber gasket joint, lap-welded slip joint, butt-strap joint, flanged joint, or flexible-coupled joint. 1. Rubber Gasket Joints: Rubber gasket joints shall be a rolled-groove rubber gasket joint or a Carnegie-shape rubber gasket joint with expanded bell diameters 48-inch and smaller with pressure classes up to 250 psi. Joints shall conform to AWWA C200. 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 spigot end shall be an integral rolled- groove, steel joint ring or Carnegie-shaped joint in accordance with AWWA C200 and as shown in AWWA Manual M11. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder, at the point of full engagement and with an allowable deflection, shall be no more than 0.00 to 0.04 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. The joint shall be suitable for 400 psi pressure and a maximum deflected joint pull. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 3 percent. At the pipe manufacturer’s option, all steel pipe joints may be lap-welded slip joints in lieu of rubber gasket joints. 2. Lap-Welded Slip Joint: a. Lap-welded slip joint shall be provided in all locations for pipe larger than 48 inches, for pressure class greater than 250 psi, and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field-welded joints shall be prepared with one end expanded in order to receive a plain end, making a bell and plain end type of joint. Bells formed by rolling will not be allowed unless approved by the Engineer. Dimensional tolerance of bell and spigots shall be consistent, so that match marking of pipe ends will not be required, and joints are interchangeable in the field. Clearance between the surfaces of lap joints shall not exceed the requirements of AWWA C206. b. 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. c. The depth of bell shall be such as to provide for a minimum lap of 2 inches or three times the thickness of the belled pipe, whichever is greater. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. d. Lap-welded slip joints may be welded from the inside or outside for pipe diameters 42 inches and larger. All other sizes shall be welded from the outside. e. Double welded lap joints and butt strap joints shall be tapped and drilled for testing from the outside in accordance with AWWA C206 and the Drawings. f. For pipe 30-inches in diameter and larger, precisely paint a circumferential 3/4-inch insertion band (leading edge of band indicating minimum insertion; trailing edge of band indicting maximum insertion; pulled joints to occur within the band around Steel Pipe and Fittings 33 11 13.13 - 16 LUB19278 – Low Head C Pipeline entire circumference). Band shall be around the outside of spigot end to indicate location at which spigot end has reached required penetration into bell. 3. For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. Flanges shall be spot-faced or back-faced parallel to the front face. 4. Flexible Couplings: Flexible couplings shall be provided where shown on the Drawings. 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 1/4 inches or the coupling manufacturer’s tolerance, whichever is smaller. In addition, the welds on the pipe ends that are to be joined by couplings shall be ground flush, to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with the Drawings. 5. Butt-strap Closure Joints: Where necessary to make closure to pipe previously installed, closure joints shall be installed using butt-strap joints in accordance with AWWA C206 and applicable provisions of this Section. Where butt-strap closure joints cannot be hydrostatically tested in the field with the main pipeline, the butt strap shall have an inside and outside weld and shall be air tested. Air test shall be operated at 5 psi for a minimum of 5 minutes, from a threaded fitting between the welds. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install steel pipe, fittings, specials, and appurtenances as required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials in accordance with the manufacturer's recommendations, AWWA M11, and AWWA C604. Pipe shall be laid to the lines and grade indicated. Immediately before each joint of polyurethane- coated steel pipe is lowered into the trench, it 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 31 23 33.16 “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 follows: a. Average allowable pipe deflection is limited to 2 percent for polyurethane-coated steel pipe and 1 percent for mortar and shotcrete-coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. Percent deflection shall be calculated as:𝑃𝑒𝑟𝑐𝑒𝑛𝑡 𝐷𝑒𝑓𝑙𝑒𝑐𝑡𝑖𝑜𝑛= 𝑎𝑐𝑡𝑢𝑎𝑙 (𝑝𝑙𝑎𝑛) 𝐼𝐷‒𝑖𝑛𝑠𝑡𝑎𝑙𝑙𝑒𝑑 (𝑚𝑒𝑎𝑠𝑢𝑟𝑒𝑑) 𝐼𝐷𝑎𝑐𝑡𝑢𝑎𝑙 (𝑝𝑙𝑎𝑛) 𝐼𝐷× 100 Steel Pipe and Fittings 33 11 13.13 - 17 LUB19278 – Low Head C Pipeline b. Deflection measurements shall be made by the Installation Contractor in the presence of the Owner. Method for taking measurements shall be agreed to by the Owner and Engineer, in writing, prior to installing the first joint of pipe. c. The Installation Contractor shall measure deflection approximately 30 days after backfill to final grade. At the beginning of the Project, the first mile of pipe shall be checked 7 days after backfill and again 30 days after backfill. Payment for pipe installation will not be made until pipe deflection is measured, unless otherwise approved by the Owner. No pipe may be measured for compliance prior to fifteen days. d. The Owner may, at his discretion, perform additional verification measurements on any area prior to Substantial Completion. e. 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. f. For pipe joints 36 feet in length or less, measurements shall be taken at two locations, one-quarter distance from each pipe end. Approximately 10 feet from each end. g. For pipe joints longer than 36 feet, measurements shall be taken at three locations, including one-quarter distance from each pipe end and at the pipe midpoint. h. If the average calculated deflections for any segment of pipe or any single measurement fails to meet specifications, the entire segment of pipe 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 embedment, and repair of the coating. It is the Installation Contractor’s responsibility to continuously measure and calculate pipe deflection to verify it meets specification. A pipe segment shall be defined as a length of manufactured pipe between manufactured or field-constructed joints. i. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner. 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 embedment, and repair of the coating. j. Where pipe has been reworked to comply with the deflection requirements, Installation Contractor shall re-measure for deflection no earlier than 7 days after the repaired pipe is backfilled. Owner will re-inspect for flat spots at this time. k. No pipe installation shall be accepted until the entire installation complies with the above deflection requirements. 3. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Installation Contractor. 4. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash. 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 Steel Pipe and Fittings 33 11 13.13 - 18 LUB19278 – Low Head C Pipeline Installation 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. 5. Install bonds at all pipe joints, other than welded joints or insulated joints. 6. 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 Installation Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Installation Contractor shall coordinate pipe replacement with the pipe manufacturer for any pipe not meeting the specified internal diameter. B. 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 Installation Contractor shall be required to lay the pipe to conform to the profiles shown on the approved Shop Drawings within 6 inches vertically and 1 foot horizontally. 2. The grades shall be constructed 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. 3. Use survey equipment to indicate alignment and grade. Take at least one elevation reading every 50-feet along the pipeline and at horizontal and vertical deflections. Make periodic elevation measurements with surveying instruments to verify accuracy of grades. C. Pipe Handling: Pipe shall be handled at all times with a minimum of two non-abrasive slings, belts, or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. 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 outside welded. Over-stabbed joints shall not be acceptable. A joint shall be considered over-stabbed if the stabbed section is within 2 inches of the tangential bend on the bell, or the inside mortar gap is less than 1/4 inch. All over-stabbed joints shall be either butt-strapped and welded or outside welded only. Steel Pipe and Fittings 33 11 13.13 - 19 LUB19278 – Low Head C Pipeline 3. Where abrupt changes in grade and direction occur, the Installation 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. 4. Where pipe horizontal alignment is on a curve, Installation Contractor may pull joints to make a curved alignment. Pulled joints that are welded shall meet the overlap requirements mentioned above. Pulled rubber gasket joint deflection shall not exceed 75 percent of the manufacturers’ recommended allowable deflection. 5. After joining rubber gasket joints, 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 operation. Upon completion of pipe jointing, the interior of the pipeline shall be left broom clean. E. Pipe Laying - Rubber Gasket Joints: Join rubber gasket joints in accordance with the manufacturer’s recommendations. Clean bell and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for a minimum gap of 0.5 inch for inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed 75 percent of the manufacturer’s recommended maximum pull. Check gasket with feeler gauge all around the pipe. F. Pipe Laying – Welded Joints: 1. Weld joints in accordance with the AWWA C206 and AWS D1.1. Installation 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. Welding may be completed before application of field-applied joint coating. At his option, the Installation Contractor may weld pipe joints after the exterior joint coating and backfilling is complete. Installation Contractor shall demonstrate that this procedure will not damage the exterior joint coating. 2. Contractor shall submit a welding procedure for approval according to Paragraph [1.03]. The welding procedure shall be approved by the Engineer before welding of joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1. Contractor must follow approved welding procedure only. 3. Provide a deeper bell every 400 feet to accommodate thermal movement. 4. Adequate provisions for reducing temperature stresses shall be the responsibility of the Installation Contractor. 5. 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 shimming or tacking to be within the maximum clearance tolerance around the periphery of the joint per AWWA C206. Tighter tolerance may be required to prevent damage to heat shrink sleeves for weld-after-backfill. In no case shall the clearance tolerance be permitted to accumulate. 6. Before welding, thoroughly clean pipe ends to bare metal. Joint shall be dry before welding. All welding shall be hand welded to minimize damage to heat shrink sleeves, unless it can be demonstrated that wire fed welding will not cause unacceptable Steel Pipe and Fittings 33 11 13.13 - 20 LUB19278 – Low Head C Pipeline damage to the heat shrink sleeve. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 7. Furnish labor, equipment, tools, and supplies, including shielded-type welding rod, to construct the Work as required in the Contract Documents. 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. Contractor will provide and maintain a jacking or fitting tool to minimize the joint gap tolerance of each joint from the pipe interior. This tool shall be adequate to force the bell and spigot joint gap tolerance to 1/8 inch or less. The tool shall remain with each welding operation to ensure the equipment is readily accessible to the welders and is not overlooked when fitting is required. 8. All welding shall be completed with a minimum of two weld passes. Three passes or more will be required for steel thickness greater than 0.375 inches, and as required to meet the specified welding procedures. These requirements are in addition to the maximum coating temperature limitations. 9. In all welding, the metal shall be deposited in successive passes. Not more than 1/8 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, the pipe will be replaced at no additional cost to the Owner and the defective joint removed from the Site. 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's representative each month. 14. Use only competent, skilled, and qualified workmen. Each welder employed by the Installation Contractor shall be AWWA C206 and AWS D1.1 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. Field welding shall be provided by one of the following firms: a. Thompson Pipe Group, (972) 262-3600. b. Fuller’s Service Company, Barry Fuller, (817) 477-3841. c. Scott’s Welding, Scott Fowler, (972) 978-7865. Steel Pipe and Fittings 33 11 13.13 - 21 LUB19278 – Low Head C Pipeline d. Eddie’s Welding Service, Eddie Pierce, (817) 909-6089. e. National Welding Corporation, Nash Williams, (801) 255-5959. f. Rangeline Pipeline Services, LLC, (888) 722-7457. g. Others may be accepted pending approval by Owner or Engineer. 15. 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. 16. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709, and E1444 shall be performed by the Installation Contractor’s independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Installation Contractor’s expense. The Installation Contractor shall provide adequate ventilation and a safe environment for welding inspector. Inspections will be made on a weekly or bi-weekly basis as determined by the Owner. The Installation Contractor shall cooperate with the welding inspector to allow efficient inspections. 17. If the Installation Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Installation 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. G. Inside Joint Grouting for Pipe with Shop-Applied Mortar Lining: Upon completion of backfilling of the pipe trench and 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, 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. Flanged Joints: Flange bolt torque and sequence shall be determined by the pipe manufacturer in accordance with AWWA C604 and AWWA M11. Use lubricant for threads and washers. Before the joint is assembled, thoroughly clean the flange faces of foreign material. Center the gasket in the connecting flanges and draw-up watertight, without unnecessarily stressing the flanges. Tighten bolts in a progressive diametrically opposite sequence and torqued with a suitable, approved, and calibrated torque wrench. Torque values shall be as recommended by the pipe manufacturer. Apply clamping torque to the nuts only. I. Special Requirements for Weld-After-Backfill: 1. Quality Control: a. If Installation Contractor elects to weld-after-backfill any joints, special techniques shall be used to limit damage to the exterior heat shrink sleeves. Weld procedures for weld-after-backfill shall meet the heat limitations of the proposed coating system. Steel Pipe and Fittings 33 11 13.13 - 22 LUB19278 – Low Head C Pipeline b. Each welder shall be required to demonstrate that no unacceptable damage will occur to the heat shrink sleeve. Each welder shall demonstrate their ability to perform welding of the joints in compliance with the welding requirements, including weld profile, penetration depth, travel speed control, and temperature control. The following information shall be recorded for each joint tested: 1). Welder’s name. 2). Weld procedure to be used. 3). Voltage setting of the welder. 4). Amperage setting of the welder. 5). Average electrode speed (inches per minute). 6). Calculation of the heat input to the weld, in Joules. Use the following equation:𝐴𝑚𝑝𝑒𝑟𝑎𝑔𝑒 (𝑙)× 𝑉𝑜𝑙𝑡𝑎𝑔𝑒 (𝐸)× 60 =𝐻𝑒𝑎𝑡 𝐼𝑛𝑝𝑢𝑡 𝑇𝑟𝑎𝑣𝑒𝑙 𝑆𝑝𝑒𝑒𝑑 (𝑉) 7). Record steel pipe temperature measurements in 11.5-degree increments around the circumference of the joint. Read the temperature using heat stick methods or with a digital infrared thermometer. Record the temperature at the weld immediately following the completion of the weld. Record the temperature at locations 1 inch, 2 inches, and 3 inches from the weld, on either side of the weld, during the welding process. 8). Measure and record the highest interior weld temperature produced during successful weld-after-backfill testing. Measure the temperature at approximately 3 inches below the welding arc concurrent to the welding. Welders shall not exceed this temperature while using this welding procedure. c. The test joint shall be backfilled and each welder proposed for the Project shall be tested. Tests shall be conducted on prototype test joint with the minimum wall thickness for each type of sleeve used on the Project. d. Each welder shall provide a complete weld for a minimum of 2 feet of weld overhead and below head. e. The test joint will be excavated after welding and destructively tested. 1). After welding, a visual inspection of the sleeve will be made to verify there is no unacceptable damage to the exterior heat shrink sleeve and coating protection. Sleeves shall have no visible burns, excessive wrinkles, or holidays. Sleeves shall not have areas of dis-bonded coating or dis-bonding of the heat-shrink sleeve, except for limited carbonization zone. 2). The heat shrink sleeve shall be tested by an adhesion test in accordance with ASTM D1000, AWWA C216, and C222. Test shall meet an adhesion value of 15 lb-inch. Test shall be performed directly over the weld (parallel) and perpendicular to the weld. The sleeve backing shall not rip, tear, split or separate from the adhesive material. The test shall be done a minimum of 24 hours after welding. Steel Pipe and Fittings 33 11 13.13 - 23 LUB19278 – Low Head C Pipeline 3). Demonstration section shall be completely removed and legally disposed of after successful completion of the demonstration, or prior to final acceptance of the Project. f. Excavate the first two joints for evaluation of the joint coating condition. Engineer will randomly select up to three additional post-welded joints for excavation by Installation Contractor for evaluation of joint coating condition. Joint coating will be destructively evaluated by the Engineer. Should the inspection of the exterior coating reveal damage in the opinion of the Engineer, the test will be considered a failure and the coating will be removed and replaced at no additional cost to the Owner. The test for the failed welder may be repeated on another joint, with the approval of the Engineer. g. If any excavated weld-after-backfill joint exhibits any heat related damage, Installation Contractor shall modify and test a new weld-after-backfill procedure prior to completing any additional welded joints. Installation Contractor shall demonstrate that the revised joint welding procedure will not significantly damage the coating by repeating the weld-after-backfill evaluation requirements, including excavation of the three additional joints randomly selected for destructive evaluation. h. Installation Contractor will remove and replace joint heat shrink sleeve upon completion of the evaluation. 2. Materials: a. “Weld-After-Backfill” or post-welded joints are defined as welded pipe joints that have been coated and backfilled prior to completing interior welds. b. Weld-after-backfill joints shall be coated and protected as follows. Approved materials shall be in accordance with Section 09 97 16 “Pipeline Coatings and Linings.” Joint coatings shall be heat shrink joint sleeves only. Tape wrapped joints will not be acceptable. c. Holdback primer shall be suitable for weld-after-backfill conditions. Primer shall not result in running or melting of the coating or cause toxic fumes when heated during weld-after-backfill joints. Primer shall not exhibit binder breakdown in the heat- affected zone. Binder breakdown causes loss of joint coating adhesion to the holdback primer. Tape primers are not allowed. d. Filler mastic materials shall be high-temperature materials with 500 F minimum melting point. e. Filler mastic will be Denso North America or Trenton Corporation products. 3. Installation: a. Installation of heat shrink sleeves shall comply with the requirements of the Specifications and AWWA C216. b. Joints shall be buried prior to welding, with not less than 12 inches of soil or flowable fill material above the pipe, including side and bottom of trench. c. Prior to welding, remove hold-back primer from I.D. of bell and O.D. of spigot with a power steel brush to prevent contamination of welds. Steel Pipe and Fittings 33 11 13.13 - 24 LUB19278 – Low Head C Pipeline d. Welding of the Joints: 1). All welding shall be wire-fed or with stick electrodes. Provide two or more weld passes as required to meet the approved AWS welding procedures and maximum coating temperature limitations. Not more than 1/8 inch shall be deposited per weld pass. Weld-after-backfill procedures must be approved by the Engineer based on field testing demonstrating the welding procedures can comply with the requirements herein and Section 09 97 16 “Pipeline Coatings and Linings”. 2). Welding speed, amperage, and voltage shall be as required to maintain a maximum heat input of 23,000 joules or a maximum surface temperature at the coating/steel interface of 500 F, whichever is least. 3). Maximum weld temperature and duration shall not result in significant carbonization of the joint coating adhesive or adversely affect the integrity of the sleeve. Significant carbonization is the loss of volatile organic compounds that results in substantial loss of tackiness, adhesion to the steel, and corrosion protection properties. 4). Finished joint coating shall not have any visible creases or folds in more than 50 percent of the joint coating backing material or that extend through both the inner protective layer and outer joint sleeve. A slight surface deformation of the sleeve may be deemed acceptable if the underlying layers are not compromised beyond slight carbonization. e. The heat-shrink sleeve shall be electrically tested for holidays per Section 09 97 16 “Pipeline Coatings and Linings.” 3.02 PROTECTIVE COATINGS SYSTEM A. Perform field coating of joints in accordance with Section 09 97 16 “Pipeline Coating and Lining.” For weld-after-backfill, heat tolerant heat-shrink joint wrapping and special welding techniques will be used. At the start of the Project, at least one joint of pipe per welder shall be uncovered at no additional cost to the Owner to verify the exterior joint wrap is not damaged. Should a change of materials be required, or a new welder employed, additional test joints may be directed by the Engineer. B. The Installation Contractor is responsible for ensuring his operations do not damage the factory or field applied coating system. C. Protection of Buried Metal: Buried ferrous metal such as flanges, bolts, nuts and couplings which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape meeting AWWA C217 as specified in accordance with Section 09 97 16 “Pipeline Coatings and Linings” and encased in flowable fill. D. Repair of Mortar Lining: 1. Repair lining cracks larger than 1/8 inch in width with approved methods. Pipes with loose and dis-bonded linings will be rejected. Excessive repair 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 Steel Pipe and Fittings 33 11 13.13 - 25 LUB19278 – Low Head C Pipeline than 24 inches. In general, there shall be not more than one patch in the lining of any joint of pipe. Patching for the manufacture of fittings and specials is acceptable, and not limited to the maximum square footage described above. 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 for laying by the manufacturer's technician and by the Engineer. 3. Shop-applied mortar lined pipe joints requiring patches that exceed the size allowed by 09 97 16 “Pipeline Coatings and Linings” shall be rejected and replaced at no additional cost to the Owner. The opinion of the Engineer shall be the sole factor in determining the acceptability of the required repair. E. Quality Control of Field-Applied Polyurethane Coating: See Section 09 97 16 “Pipeline Coatings and Linings.” F. Pipe Through Vaults: Where piping is to be inside a vault, such as for meters or valves, the vault floor shall be cast, then the piping installed, then the vault walls constructed. 3.03 FIELD QUALITY CONTROL A. Disinfect the piping system in accordance with Section 33 10 13 “Disinfecting Water Utility Distribution.” B. Perform a field hydrostatic test in accordance with Section 33 05 05.31 “Hydrostatic Testing.” END OF SECTION Page Intentionally Left Blank Air Release and Air and Vacuum Valves 40 05 78 - 1 LUB19278 – Low Head C Pipeline 33 12 16.16 AIR RELEASE AND AIR AND VACUUM VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install air release and air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings. 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. 3. Air valves shall be manufactured by the Valve and Primer Corporation (APCO), Val-Matic Manufacturing Corp., or Multiplex Manufacturing Company (Crispin). 4. Top of valve assembly shall be fitted to attach discharge pipe as indicated. Valve inlet shall be N.P.T. for 2-inch and smaller valves. Valve inlet shall be ANSI flange for 3-inch and larger valves. Flange rating shall equal or exceed the maximum working pressure. B. Air Release Valves (AR): Air release valves shall be designed to automatically release accumulated air pockets within the pipeline while in operation and under pressure. Air release valves shall be APCO Model 200, Val-Matic Model 38, or Crispin Model P. C. Air and Vacuum Valves (AV): Air and vacuum valves shall be designed to allow large volumes of air to escape through the valve orifice when filling a pipeline and to close water tight once the air has been expelled. Air and vacuum valves shall also permit large volumes of air to enter through the valve orifice when the pipeline is being drained to break the vacuum. Air and vacuum valves shall be APCO Model 140, Val-Matic Model 100, or Crispin Model AL. D. Combination Air Valves (CAV): 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 Air Release and Air and Vacuum Valves 40 05 78 - 2 LUB19278 – Low Head C Pipeline 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. 3.00 EXECUTION 3.01 INSTALLATION A. 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. 3.02 SCHEDULES A. Valve Schedule: No. Req.Location Size Type Working Pressure Min. Pressure 19 As shown on the plans 4”CAV 150#10# 1 As shown on the plans 8”CAV 150#10# END OF SECTION Gate Valves 33 12 16.23 - 1 LUB19278 – Low Head C Pipeline 33 12 16.23 GATE VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. 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. 5. Kennedy Valve 6. U.S. Pipe. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings 2. Operation and Maintenance Manuals. 3. Certified Test Reports 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 Flanged Fittings 2. American Society for Testing and Materials (ASTM) Standards: ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536 Standard Specification for Ductile Iron Castings 3. American Water Works Association (AWWA) Standards: AWWA C111 Rubber-Gasket Joints AWWA C500 Gate Valves for Water and Sewage Systems AWWA C509 Resilient Seated Gate Valves for Water and Sewage Systems Gate Valves 33 12 16.23 - 2 LUB19278 – Low Head C Pipeline 2.00 PRODUCTS 2.01 GATE VALVES A. General: 1. Unless otherwise specified, gate valves greater than 24 inches in size shall be in strict accordance with AWWA C500. Gate valves shall be double disc, parallel seat internal wedging type with non-rising stem. Unless otherwise specified, gate valves 3 through 24 inches in size shall be in accordance with AWWA C509, Resilient Wedge. Valves 16 inches and larger shall be provided with gearing to reduce the maximum required opening and closing torque to 80 ft-lb. 2. Gate valves 2-1/2 inches and smaller shall be bronze, non-rising stem with wedge disc and screwed ends for 300-psi W.O.G. working pressure. Bronze gate valves shall be Crane No. 437, Mueller No. H 10914, or approved equal. 3. Gate valves 30 inches and larger shall be equipped with non-rising stem bypass valve and with spur-gears in enclosed oil or grease lubricated gear cases. Gear boxes shall be factory lubricated. Flanges shall conform to ANSI, Class 125 or 250. B. Gate: Gate for resilient seated valves shall be cast iron with rubber-seat compound bonded to the valve gate. C. Operators: Operators shall turn counterclockwise to open the valve. Exposed valves shall have handwheel operators unless otherwise designated. A directional arrow and the word “open” shall be cast on the handwheel. Valves for buried service shall have a 2-inch square nut operator and shall be installed with extension stems where required to extend operating nut to 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. D. Stem and Seal: The non-rising stem shall be bronze with inside screw. Shaft seal shall employ O-rings or V-type packing. E. Bell Ends: Where designated, valves shall be mechanical joint or rubber gasketed push on joints in accordance with the applicable requirements of AWWA C111. 3.00 EXECUTION 3.01 INSTALLATION A. 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 A. Gate valves 18 inches 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 Gate Valves 33 12 16.23 - 3 LUB19278 – Low Head C Pipeline shall be taken to not interfere with the jointing. Concrete shall be minimum 1500-psi compressive strength. 3.03 FIELD QUALITY CONTROL A. 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 Page Intentionally Left Blank Butterfly Valves 33 12 16.26 - 1 LUB19278 – Low Head C Pipeline 33 12 16.26 BUTTERFLY VALVES (DOUBLE OFFSET) 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to install butterfly valves. B. Furnish labor, materials, equipment, and incidentals necessary to install electric motor operators on two existing butterfly valves. C. Extended warranty for butterfly valve. 1.02 QUALITY ASSURANCE A. Acceptable Butterfly Valve Manufacturers: 1. Pratt. 2. Val-Matic. 3. VAG. 4. Av-Tek. 5. Approved Equal (must be double offset). B. Acceptable Electric Motor Operator Manufacturers 1. Rotork 2. Limitorque 3. EIM 4. No Approved Equal C. 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. D. 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 GUARANTEE AND WARRANTY A. Manufacturer shall warrant the butterfly valve furnished under this Section against defects in materials and workmanship and operational failure for a period of 10 year from the date of project substantial completion. B. Manufacturer shall warrant the electric motor operators furnished under this Section against defects in materials and workmanship and operational failure for a period of 1 year from the date of project substantial completion. Butterfly Valves 33 12 16.26 - 2 LUB19278 – Low Head C Pipeline C. In the event of failure of any part or parts of the equipment during the warranty period, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish and deliver a replacement for the defective part or parts at the Manufacturer’s own expense. Manufacturer is also responsible for equipment freight. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Shop Drawings, including electric actuators a. Catalog Data showing seat orientation, actuator and extension stem orientation, materials of construction, and assembly drawings. For valves with extension stems, indicate the provisions for supporting the valve, gearing, and extension stem. b. Weight and dimensions of valves and actuators. c. Description of valve body seats and disc seats with appropriate ASTM, AWWA, or ANSI material specification. d. Valve flange pressure rating, bolt diameter, and bolt orientation. e. A description of the components that will be shipped separately and will require field assembly. f. Project specific motor actuator control schematic / wiring diagrams. g. Motor operator motor data sheet showing voltage horsepower, full-load amps, locked rotor amps, valve opening/closing times, etc. h. Valve torque calculations. i. Motor actuator torque. j. Provide torque calculations through the full range of operations for all motor operated valves. k. Warranty information. 2. Operation and Maintenance Manuals. a. Manuals shall be prepared by the Manufacturers and shall include storage instructions, installation and adjustment procedures, troubleshooting procedures, operation and maintenance procedures, appropriate final certified shop drawings, and parts listings and final wiring diagrams. Manual may be the Manufacturer’s standard instructions, but shall be supplemented as necessary to cover any special features not included in standard material. Submit preliminary manuals for review prior to delivery of the equipment. 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: Butterfly Valves 33 12 16.26 - 3 LUB19278 – Low Head C Pipeline 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: 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 a double offset design whereby the centerline of the disc is horizontally and vertically offset from the body seat and where the elastomeric seat release compression only after a few degrees of the opening. Valves shall be rated for working pressures of no less than 250 PSI and shall provide zero leakage at full rated pressure. Butterfly valves shall conform to lay length standard dimensions set forth in AWWA C504 Short Body and shall be supplied with integral ANSI B16.1 Class 125 or Class 250 flanges. The valve size, pressure rating, year of manufacture, and manufacturer’s name and model shall be cast onto the valve body or be on a permanently attached nameplate. Valve shall be tested and certified complaint according to the latest standards of NSF 61 and 372. Each valve shall be supplied with a factory inspection certificate outlining body pressure test, leakage test, valve size, valve serial number, pressure rating, body heat number, disc heat number, stem heat number, seat material, and seat heat number. B. Valve Bodies: Valve bodies shall be constructed of ductile iron, ASTM A536 65/45/12 or A536 60/40/18, with ANSI16.1s. Pre-drilled lifting holes lugs shall integrally be provided in each flange to assist in the installation and removal of valve from the pipeline. 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 or ASTM A536 60/40/18. The disc shall be secured to the valve shaft using mechanically retained stainless steel shaft locking bolts. Tangential pins that penetrate the front of disc shall not be allowed. D. Valve Shafts: Both the upper and lower valve shafts shall be made of high strength ASTM 2205 Duplex grade stainless steel. E. Valve Seats: Valves shall have Neoprene, Buna-N or other synthetic rubber resilient seats to provide tight shut off at the pressure specified. The mating seat surface shall be ASTM Butterfly Valves 33 12 16.26 - 4 LUB19278 – Low Head C Pipeline 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. Shaft bearings shall be made of bronze. Non-metallic shaft bearings are not allowed. G. Valve Shaft Seals: The shaft seals shall ensure the upper and lower valve shafts remain non- wetted and prevent pressurized system water from entering the uncoated valve disc hub and valve body shaft bore. The outer shaft seals shall consist of five O-rings in a removable bronze cartridge bolted to the valve body and not retained by the valve actuator. Neither pull down packing glands nor braided compression V-type packing are allowed. Back shaft shall be positively fixed to the disc, eliminating the risk of blow out. H. All components, including seats, seals and gaskets, for use with the aeration system shall be suitable for 300 F service. 2.02 ELECTRIC MOTOR OPERATORS A. General: 1. The valve operators shall be of the reversible motor type. The rate torque capacity of each operator shall be sufficient to seat, unseat, and rigidly hold in any position the valve disc that is controlled under the operating conditions. 2. Operators shall be self-contained units comprising housing, motor reversing contactor, limit switches, torque switches, relays, control transformer, gear train and auxiliary handwheel. 3. Electric motor operators shall comply with AWWA C540 except as herein modified. 4. All electric motor operators specified shall be a product of a single electric motor operator manufacturer. 5. Electric motor operators shall be designed for operation in corrosive, wet, 100 percent relative humidity environments having an ambient temperature ranging from minus 30 to plus 70 degrees C. 6. Electric motor operators shall be designed to develop at least 2 times the required operating torque of the valves they serve. Both valve and motor operator manufacturer shall submit torque calculations signed and sealed by a professional engineer. 7. Electric motor operators shall be designed for continuous duty. 8. Electric motor operators shall have control functionality as described herein and shall be factory configured to interface with field control and signal wiring as shown on the drawings. 9. Actuators shall be of a non-intrusive design, making it possible to set the torque limits, configuration of the indication contacts, and interrogate the data logger without the need to remove any electrical compartment covers. Butterfly Valves 33 12 16.26 - 5 LUB19278 – Low Head C Pipeline 10. Operator shall move the valve from the fully open to fully closed position, or from fully closed to fully open, in approximately 5 minutes. Time of travel shall be based on a geared reducer, not jogging the motor. 11. Valve operators used with electric operators shall only be the worm gear type. B. Construction: 1. Operators shall be equipped with an auxiliary handwheel to provide for actuation of the valve in the event of a power failure. The handwheel shall have a clutch so that it will not turn during normal operation of the valve. The clutch shall lockout the motor so that it will not engage when the wheel is turning. 2. Each operator shall have an integral three-phase, full voltage, reversing contactor with electrical and mechanical interlocks and three over-load sensing relays. The contactor shall operate on 120 VAC and shall have a control transformer 480 VAC to 120 VAC. The control transformer shall be sized with sufficient capacity to operate the contactor, relays, and the motor switch compartment heaters. 3. Limit switches shall be furnished for the end of stroke disconnect, other control functions, and remote and local Open and Closed indications. Limit switches shall be independently adjustable at the open and close limits. Auxiliary limit switches for remote Open and Closed indication shall have isolated Form C contacts rated 10 amps at 120 VAC. See Drawings for limit switch requirements. 4. The operator enclosure shall be NEMA 4X. Space heaters with thermostat shall be provided in the enclosure of wattage suitable for keeping the compartment dry at all times. There shall be installed also a suitable breather and drain. A laminated schematic wiring diagram shall be attached and protected from the environment for maintenance use. A terminal strip shall be provided in the switch compartment. Controls and switch compartments shall be shop wired to terminal strip complete and ready for field installation. All wires to terminal strip shall be identified with heat shrinkable wire tags. 5. Motor shall be designed for 30 minute duty and rated for 460VAC, 3-phase, 60-Hertz service. Motor shall have an extra 50 percent service factor of torque. Motors shall have thermal switch wired to 120VAC control circuit on operator. Control voltage shall be 120 VAC provide by an internal transformer. 6. Valves shall have Local-Remote selector switch, Open/Stop/Close Pushbuttons and Open and Closed indicator lights mounted on the operator. Selector switches and pushbuttons shall be provided with water-tight boots. 7. Non-modulating valves shall receive an open signal and a closed signal from remote, and shall provide contacts for REMOTE STATUS, OPENED, CLOSED, HIGH TORQUE. 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. Butterfly Valves 33 12 16.26 - 6 LUB19278 – Low Head C Pipeline 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 is given below. This list is given to facilitate description of the various valves and as an aid to plan take off and is not guaranteed to be complete. Item No.Service Number Required Size and Ends AWWA Class Type Operator Low Head C Pipeline Sta 0+82 Isolation 1 (BFV & Operator)36” FL 150#Electric Motor Bailey County 36” BFV* Sta 389+95 Isolation 1* (Operator only)36” FL 150#Electric Motor* Bailey County 30” BFV* Sta 389+20 Isolation 1* (Operator only)30” FL 150#Electric Motor* *Note – For the Bailey County Valves shown in the table, contractor is to provide electric motor operator on the existing butterfly valve existing 30” BFV and 36” BFVs. END OF SECTION DIVISION 40 PROCESS INTEGRATION Page Intentionally Left Blank Instrumentation and Control for Process Systems 40 90 00-1 LUB19278 – Low Head C Pipeline 40 90 00 INSTRUMENTATION AND CONTROL FOR PROCESS SYSTEMS 1.00 GENERAL 1.01 SCOPE A. General Requirements for Instrumentation and Control. 1. There are two areas of work in the Instrumentation Work in this project as described below: a. The Instrumentation System Integrator Contractor shall provide all hardware, software, and configuration and integration associated with the PLC based Instrumentation and Process Control system. Provide a complete and operational system in accordance with these Contract Documents: 1) Provide instrumentation, hardware, conductors and raceway required for a complete and operable system that is above that specified in the Contract Documents. Provide all labor and materials specified in the Contract Documents. b. Signature Automation, LLC, referred to as the programming, system configuration and integration Contractor, shall provide all required labor, materials and PLC programming and system configuration and integration in the PLC and I/O as required per the project to the HMI at the City of Lubbock Water Treatment Plant and the graphic user interface in the RTU. 1) The programming, system configuration and integration Contractor shall provide all programming and wiring for the RTU and PLC. 2) Provide all required software and programming in the PLC and existing computer system at the City of Lubbock HMI for a complete and operational system in accordance with these Contract Documents. 3) Coordinate and fully cooperate with the Owner to provide all required hardware and PLC hardware and PLC programming necessary to interface with the existing system. 4) Provide personnel to check out, test and commission the system. 5) Provide factory trained personnel to train the Owner's staff as specified. 6) Provide software programming to create new screens on the computer system as specified. Provide a copy of all screens to the Owner as an official submittal when screens are developed. 7) Provide PLC programming, interconnection, wiring, etc. as required by the Process and Instrumentation Sheets and the Loop Descriptions. 1.02 QUALITY ASSURANCE A. GENERAL: Should there be a conflict between various standards, codes, specifications, and contract drawings, bring the matter immediately to the attention of the Owner's Representative. Instrumentation and Control for Process Systems 40 90 00-2 LUB19278 – Low Head C Pipeline B. REFERENCE STANDARDS: 1. American Society of Testing Materials: A269 Seamless and Welded Austenitic Stainless Steel Tubing for General Service B 68 Seamless Copper Tube D 1047 Polyvinyl Chloride Jacket for Wire and Cable A 36 Specification for Structural Steel Zinc Coating (Hot-Dip) on Iron and Steel Hardware 2. Research Council on Riveted and Bolted Structural Joints (RCRBSJ). 3. American Institute of Steel Construction (AISC). 4. Steel Structures Painting Council (SSPC): Painting Specifications for weather exposure. 5. American Welding Society (AWS): Welding Code D 1.1-75. 6. Federal Specifications: Primer, Paint Zinc, Chromate, Alkyd Type, Fed. Spec. TT-P-645a. 7. National Electrical Manufacturers Association (NEMA). 8. National Fire Protection Association (NFPA): National Electrical Code (NEC), 1990 edition. 9. Instrument Society of America (ISA): RP 3.1-1960 Flow Meter Installations, Seal and Condensate Chambers S5.1-1973 Instrumentation Symbols and Identification RP7.1-1956 Pneumatic Control Circuit Pressure Test S7.3-1975 Quality Standard for Instrument Air RP18.1-1965 Specifications and Guides for the Use of General Purpose Annunciators S5.4-1976 Instrument Loop Diagrams S8.1-1968 Instrument Enclosures for Industrial Environments RP12.1-1960 Electrical Instruments in Hazardous Atmospheres RP20.1, 20.2 Specification Forms for Instruments S39.1-1972 Control Valve Sizing Equations S39.2-1972 Control Valve Capacity Test Procedures S51.1 Process Instrumentation Terminology 10. American Petroleum Institute (API): API RP 550 Manual on Installation of Refinery Instruments and Control Systems API RP 520 Recommended Practice for the Design and Installation of Pressure-Relieving Systems in Refineries 11. Scientific Apparatus Makers Association (SAMA): PM 20.1-1973 Process Measurement and Control Terminology RC5-10-1963 Resistance Thermometers 12. Underwriters' Laboratory (UL): Subject 13, Subject 1227. Instrumentation and Control for Process Systems 40 90 00-3 LUB19278 – Low Head C Pipeline 13. Factory Mutual (FM). 14. American National Standard Institute (ANSI): 15. Supplement to C37.90-1971, Relays and Relay Systems Associated with Electric Power Apparatus (IEEE Std. 313-1971), C37.90a-1974. 16. National Bureau of Standards (NBS). 17. Institute of Electrical and Electronics Engineers (IEEE): Tray Fire Tests, IEEE 383. 1.03 GUARANTEE A. GUARANTEE PERIOD: The Contractor shall provide guarantees as defined hereunder for a period of two years after final acceptance by the Owner. B. GUARANTEE REQUIREMENTS FOR ANALOG DEVICES: Each device shall perform its intended function within the specified operating accuracy and repeatability without more than 12 adjustments for any consecutive period of 12 months. The availability of each device shall be not less than 98.0 percent for any consecutive period of six months. Downtime of analog devices affecting more than 8 loops shall be considered a system failure. 1.04 CONTRACTOR’S QUALIFICATIONS A. The Instrumentation System Integrator Contractor’s personnel shall have a minimum of ten years of prior experience in furnishing, installation, testing, programming, debugging, start- up, and training for systems at least as large and similar to the one in this Contract. The system installer shall have employees who are qualified technicians for the duration of the contract located in the project area. The Contractor shall submit for evaluation within one week of Notice to Proceed, his instrumentation systems installer's company resumes complete with company history, project lists, locations, Owner, costs, type of system installed, and references with phone numbers. Installers not meeting these qualifications shall not be accepted. As a part of this contract, the instrumentation system installers shall assume complete system responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The Contractor shall actively be involved in control system integration industry for the last five years. The Contractor shall not act as a broker for the project; he shall provide and be responsible for all hardware, interfacing software, training, testing, and extended warranties. B. The following PLC and HMI programming and system configuration and integration are pre- qualified with the City of Lubbock for PLC and HMI programming: 1. Signature Automation, LLC. 2. No others shall be accepted. C. The following Instrumentation System Integrator Contractor’s are pre-qualified with the City of Lubbock for Hardware. 1. Prime Controls, Inc. 2. Richardson Logic Control, LLC. Instrumentation and Control for Process Systems 40 90 00-4 LUB19278 – Low Head C Pipeline 3. All others shall submit qualifications to the Owner and the Engineer for review and approval prior to bid submittal a minimum of 3 weeks prior to bid due date. Any submittals after this time period shall not be evaluated. Qualifications shall include SCADA Integrators who have had at least 10 years of successful experience in the integration of similar projects with a generator and pump station configurations. Qualifications shall include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner 1.05 DEFINITIONS A. The terms used in this specification conform to definitions in ISA S51.1, SAMA PMC 20.1-1973 and RC 5-10-1963, except as modified below. 1. Device: An electronic or mechanical apparatus designed to perform a specific measurement or control function. 2. Equipment: The machinery used in a process, e.g., pumps, fans, etc. 3. Interchangeability error: The algebraic difference between the indication and true value of the measured variable as a result of exchanging a device with a replacement. 4. Loop: Any combination of interconnected transmitters, receivers, switches, alarms, indicators, controllers, computers, or final control elements. 5. Operating accuracy: Conformity of indicated value to accepted standard value or true value throughout specified operating conditions with a confidence level of 95 percent includes, but is not limited to, hysteresis, linearity, and operating influence of temperature, pressure, supply voltage, and transmitter power supply. Operating accuracy for loop is defined as root-mean-square (RMS) of individual device operation accuracies. 6. Process: A progressively continuing operation that consists of a series of controlled actions systemically directed toward a particular result, e.g., a process to mix, filter, heat, and/or cool air to a particular condition. 7. Response: The results of the act, or process of measuring the time difference between the time of a change in an input signal or a measured variable, and the time when the output, display, and final control element in the loop has changed to at least 60 percent of the change which should result from the input change. 8. Subsystem: A discrete subdivision of a system and an assemblage of parts, devices, or software modules designed to perform one or more of the specific tasks required for the system to accomplish its functions. 9. System: An assemblage of sometimes diverse parts, devices, or software modules serving a common set of measurement or control functions. 10. Time resolution: The result of the act or process of rendering distinguishable events occurring at nearly the same time. Expressed as a measurement of time in seconds. 11. Unit: Any combination of equipment items interconnected in a predetermined manner, performing one or more controlled actions toward a particular result. A discrete subdivision of a process. Instrumentation and Control for Process Systems 40 90 00-5 LUB19278 – Low Head C Pipeline 12. Concealed - Accessible: Out of general sight, but can be easily reached by removing panels or access doors. 13. Concealed - Inaccessible: Out of general sight and cannot be easily reached except by removing a permanent part of the building or using special tools. 14. Exposed: Open to general view without removing panels, access doors, or a permanent part of the building. 15. Field termination point: Termination of a run of raceway from an instrument panel to the vicinity of a field instrument. Field termination point is usually within five horizontal feet from the field instrument. 16. Analog device: Any sensor, transmitter, indicator, recorder, controller, computing relay, or control valve which transmits or receives an analog signal. Excludes the analog portion of a digital system or I/O subsystems. 1.06 SUBMITTALS A. SHOP DRAWINGS AND PRODUCT DATA: 1. Submittals shall be in accordance with Section 01 33 00, “Document Management” 2. Detail: Give sufficient detail to permit system configuration, installation, and wiring without reference to design drawings. Refer to Division 1 - General Requirements. 3. As a minimum, shop drawings shall include a bill of materials with original manufacturer's name and catalog number (re-labeled component information is not acceptable), original manufacturer's catalog cut sheets, front views, assembly drawings, nameplate schedules, electrical schematics, and electrical connections diagrams. 4. Electrical and interconnection diagrams shall show all terminations of equipment, complete with conduit, cable, and equipment designations, and shall include terminal identification information. 5. Include size of all conduits, pipe, cables, and conductors. 6. Physical arrangement drawings shall include operating and servicing clearance requirements, cooling requirements, electrical power requirements, and cabling information. 7. Logic drawer drawings shall show used space and expansion space. 8. Show appropriate tag numbers on all product data. 9. Software specifications for all software provided in addition to existing standard software. a. Include fully annotated source listings, input-output requirements, memory requirements, timing and sequencing requirements, flow chart showing functions performed, operating sequences and decision points, required system configuration, list of known or anticipated limitations of software modules, list of malfunction procedures to be followed for recovering from operator error or other malfunction, and description of how each module interfaces with calling and called programs. Instrumentation and Control for Process Systems 40 90 00-6 LUB19278 – Low Head C Pipeline b. Provide proposed screen layouts showing modifications to existing screens, and new screens: Show all displays, inputs, outputs, recorders, alarms and indications along with the associated signal tag number. Owner shall review and approve screen layouts. B. TECHNICAL MANUALS: 1. Supply six (6) sets of technical manuals with software specifications to Owner's Representative no later than the equipment shipment date. Each set shall be bound in a standard size, three-ring, loose-leaf, vinyl plastic, hard-cover binder suitable for bookshelf storage. Binder ring size shall not exceed 2.5 inches. 2. Each set of technical manuals shall include a general and detailed description, a theory of operation description, detailed schematic drawings, specifications, and installation, connection, calibration, operating, troubleshooting, preventive maintenance, and overhaul instructions in complete detail with a clear and specific description of the steps the operators must take to perform each of the tasks and modes of operating specified. These manuals shall provide the Owner with comprehensive information on all systems and components to enable operation, service, maintenance and repair. Exploded or other detailed views of all instruments, assemblies, and accessory components shall be included together with complete parts lists and ordering instructions. These manuals are in addition to all applicable requirements of Division 01 - General Requirements. C. SPARE PARTS LIST: 1. Contractor shall prepare and submit for Owner's review a master spare parts list of all Instrumentation items. All instrumentation spare parts shall be turned over to the Owner at one time and stored in lockable cabinets provided by the Contractor. 2.00 PRODUCTS 2.01 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels, and final control elements. 3. Location of electrical distribution panel boards for instrument electrical power. 4. Location of equipment having alarms and equipment status contacts. 5. Location of equipment being controlled by system. B. The following information is not shown on drawings, but shall be the responsibility of the Contractor to determine, furnish, and coordinate with other divisions based upon systems specified. Show this information on project record drawings. 1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items. Instrumentation and Control for Process Systems 40 90 00-7 LUB19278 – Low Head C Pipeline 2. Location of electrical distribution panel boards supplying power to any device supplied under this Contract. 3. Detailed enclosure and instrument panel layouts, RTU enclosure layouts, fabrication details, and wiring diagrams. 4. Detailed system configuration. 2.02 OPERATING CONDITIONS A. AMBIENT CONDITIONS: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of five watts operated at 24 inches from instruments in the presence of power lines and electrical equipment, and in the presence of digital data transmission systems. B. FIELD LOCATIONS: Field equipment may be subjected to ambient temperatures from -5 to 50°C with direct radiation and relative humidity from 45 to 95 percent with condensation. C. POWER SUPPLY: Power supply will be 120 volts a-c, single-phase, 60-hertz commercial power. Voltage variation tolerance will be plus or minus 8 percent. Certain loops shall have integral power supply as specified in the Contract Documents. Power supplies shall be provided in the panels as specified in the Contract Documents or required for a complete system, plus one spare. 2.03 MATERIALS AND EQUIPMENT A. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. Derate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field-mounted equipment with two mils of solderable conformal coating complying with MIL-I-46058B. Alignment and adjustments shall be noncritical, stable with temperature changes or aging, and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. B. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 2.04 SPECIAL PROJECT REQUIREMENTS A. As a part of this Contract, the instrumentation systems Contractor shall coordinate with the City of Lubbock, and with all the sub-systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments and sub-systems are in compliance with the Contract Documents and that the necessary tie-ins and interface signals with the existing system are provided as specified or required. Instrumentation and Control for Process Systems 40 90 00-8 LUB19278 – Low Head C Pipeline B. The instrumentation system Contractor shall provide the Owner's staff with all required training and operating procedures, at no extra cost to the Owner, in addition to the SCADA training specified in Section 40 90 02, “Supervisory Control and Data Acquisition (SCADA) System”. The training schedule shall be coordinated with the Owner's Representative. Training shall include operating, testing, calibration and programming of the system, and simple troubleshooting of the system. The training shall include manuals which are specifically written for the system provided as described in Division 1 - General Requirements of these Specifications. C. The calibration, testing, and start-up of all instruments shall be done by the manufacturer's field technician/Engineer in the presence of the Owner. The Contractor shall provide a list of all manufacturers whose technicians will perform this work. The Contractor shall also provide a certified calibration report stating that each instrument shown or specified in the Contract Documents has been installed, tested and calibrated per manufacturer's recommendations and per these Contract Documents. D. Follow-up Services: After the acceptance of the system, the Contractor shall make four (4) trips to the project site for calibration and adjustment of all the instruments and devices, including the SCADA system. The first trip shall be three months after acceptance of the complete system, and thereafter every three months for a total of four trips. These trips are in addition to all warranty items, and shall be at no extra cost to the Owner. The Contractor shall provide the services of a trained technician for each trip with appropriate calibration and testing instruments. All defects shall be immediately remedied. The trips shall be coordinated with the Owner. E. All control software developed for this contract shall be delivered to the Owner stored on electronic media in a format suitable for installing on the existing equipment and new equipment installed under this contract. This includes all source code, complied code, link libraries, run-time libraries or other modules necessary to recreate an operational system in the event of a catastrophic failure or cessation of business by any of the Contractors. In addition, copies of all data bases and necessary associated files as configured after the final test shall be supplied on the same medium. END OF SECTION Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 1 LUB19278 – Low Head C Pipeline 40 90 02 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM 1.00 GENERAL 1.01 WORK INCLUDED A. This section specifies furnishing, installing, testing, and start-up operations of a complete control sub-system as indicated in the Plans and as specified herein. The system shall be totally integrated with the City of Lubbock’s system. The system shall be configured to operate as a Distributed Control System having an open system architecture. B. The SCADA System Integrator Contractor shall provide all hardware, software, and configuration and integration associated with the PLC based Instrumentation and Process Control system at the plant. Provide a complete and operational system in accordance with these Contract Documents: 1. Provide instrumentation, hardware, conductors and raceway required for a complete and operable system that is above that specified in the Contract Documents. Provide all labor and materials specified in the Contract Documents. 2. Low Head C Pipeline Valve Vaults: a. Provide one (1) PLC. The PLC shall be mounted on the Electrical Equipment Rack in an RTU cabinet. 3. Provide all required software and programming in the PLC and existing computer system for a complete and operational system in accordance with these Contract Documents. 4. Coordinate and fully cooperate with the Owner to provide all required hardware and PLC hardware and PLC programming necessary to interface with the existing system. 5. Provide personnel to check out, test and commission the system. 6. Provide personnel to train the Owner's staff as specified. 7. Provide software programming to create new screens and modify existing screens on the existing computer system as specified. 8. Provide the required drivers to receive and transmit data over the specified Radio System to fully communicate with the PLC system. C. System Components: The system will consist of the following major components and subsystems: 1. Pipeline Valve Vaults Equipment: a. One (1) PLC with back-up battery. The PLC shall be located in a NEMA 4X, 316 stainless steel enclosure. b. Ubiquiti AirFiber X Radio/Antenna 2. Software 3. Spare Parts Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 2 LUB19278 – Low Head C Pipeline D. Software Requirements - The SCADA System Contractor shall work with the Owner, to provide as a minimum the following software modifications: 1. Program the PLC at the PLC provided under this section. 2. Modify existing SCADA system and screens at the Owner’s main control room E. Onsite Requirements - The Instrumentation System Integrator Contractor shall have technical staff on site as required to provide a complete and operating system and shall include as a minimum: 1. Preliminary Site Visit – Two (2) days. 2. Programming System Upgrades –One (1) weeks. 3. Startup Site Visit – One (1) week. F. Reference Standards: 1. American National Standards Institute (ANSI)/Institute of Electrical and Electronic Engineers (IEEE): a. C37.90.1, IEEE Standard Surge Withstand Capability (SWC) Tests for Protective Relays and Relay Systems. b. C37.90.2, Trial Use Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. c. Electronic Industries Association (EIA): d. RS-232-C, Interface Between Data Terminal Equipment and Data Communication Equipment Employing Serial Binary Data Interchange. e. RS-422-A, Electrical Characteristics of Balanced Voltage Digital Interface Circuits. 2. National Electrical Manufacturers Association (NEMA): a. ICS 1, General Standards for Industrial Control and Systems. b. ICS 1.1, Safety Guidelines for the Application, Installation and Maintenance of Solid State Control. c. ICS 4, Terminal Blocks for Industrial Use. d. ICS 6, Enclosures for Industrial Controls and Systems. e. Publication No. 250, Enclosures for Electrical Equipment (1000 V maximum). 3. National Electrical Code. 4. ISA Standards 5. IEC 2 KV Isolation test 6. IEEE472/ANSI C37-90A Surge withstand capability test. 7. IEEE 802.3 G. Lightning/Surge Protection 1. Lightning/Surge protection shall be provided to protect the Supervisory Control & Data Acquisition system from induced surges propagating along the communications, signal and power supply lines. The protection systems shall not interfere with normal operation, but shall be lower than the surge withstand level for the device they are protecting and be maintenance free and self-restoring. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 3 LUB19278 – Low Head C Pipeline 2. All wiring, hardware, and connections means shall comply with the National Electrical Code and/or applicable local codes. 3. Lightning/Surge protection devices shall be mounted as close to the equipment they are protection as possible. Mounting guidelines will be followed as indicated in installation instructions provided by the manufacturer. Wires shall be attached by means of a cable-clamping terminal block activated by a screw. Connections shall be gas-tight, and the terminal block shall be fabricated on non-ferrous, non-corrosive materials. All wiring points and plug connections shall be “touch safe” with no live voltages that can make contact with a misplaced finger. 4. Panel mounted Lightning/Surge protection devices shall consist of two parts; a base terminal block and a plug protection module. Base shall directly connect to DIN rail. Replacing a plug shall not require the removal of any wires nor shall it interrupt the signal. Base and plug shall have the ability to be coded to accept only the correct voltage plug. Field mounted Lightning/Surge protection devices shall be contained in NEMA 4X housings. H. Path Study for Radio Communications 1. Prior to purchasing any equipment associated with the butterfly valve vaults SCADA system, the Contractor shall do a path study to determine the exact antenna height required for a clear line of sight and good reliable communication path year around between the butterfly valve vaults and the existing Low Head C Pump Station Pole (Lat 33.524601, Lon 101.959275). It is expected that the owner will install a compatible Ubiquiti AirFiber X radio/antenna link on the existing pole at approximately 22 meters AGL, confirmed by the radio path study. 2. The results of the study shall be submitted to the Owner/Engineer as an official submittal for approval prior to purchasing any equipment. 3. Any interferences shall be noted in path study. 1.02 SUBMITTAL A. Submittals shall conform to the requirements set forth in section 01 33 00 “Document Management ”. Submittals for 40 90 02, “Supervisory Control and Data Acquisition (SCADA) System” shall not be combined with any other submittals. B. Loop diagrams shall be prepared according to ISA Standard ISA-S5 and using loop numbers provided. C. Shop Drawings: 1. Schematic ladder diagrams shall include all terminal blocks, hardware devices, software interlocks, software data links, and control. 2. Drawings, Diagrams & Schematics shall be on 11x17 paper a. PLC panel layout, plans, elevations, sections, details, etc. b. A schedule defining all I/O, database reference, and point of origin or destination, and PLC system internal address. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 4 LUB19278 – Low Head C Pipeline c. I/O Drawings shall show where the signal originates from and the destination. All I/O associated with a I/O card shall be shown on a single sheet. Each field device shall be identified by instrument tag, loop number, and instrument range (if applicable). d. Elevation drawings shall include mounting heights of panel mounted devices including but not limited to the indication lights, switches, etc. 3. Software manuals shall be provided to configure the central system and technical review information. Provide sample program documentation from previous projects. 4. Hard Copy of software program including programs and rung comments 5. Radio Path Study Results a. The radio path study shall include a summary page indicating the findings and recommendations. b. The radio path study shall include screen shots from the radio path software study. D. Operation and Maintenance Manuals 1. Operating instructions shall incorporate a functional description of the entire system including the system schematics which reflect "as-built" modifications. Wiring diagrams shall be furnished as a part of the Operation and Maintenance Manuals which clearly show terminal numbers and wire numbers as they actually are in the instrumentation system. Instrument panel wiring shall be such that each wire installed has its own number designation at each end and such that no number is repeated. Instrument panel wire tagging instructions as specified in Section 26 05 19, “Low Voltage Electrical Conductors and Cables” shall be followed. 2. Special maintenance requirements particular to the system shall be clearly defined along with special calibration and test procedures. 3. A schedule defining all I/O, database reference, and point of origin or destination, and PLC system internal address. 4. Submit written description of functions, loops, and logic. 5. Submit all SAMA Logic and Wiring Diagrams and ISA Logic Diagrams for all equipment requiring programming at the PLCs, with all set points and ranges indicated. 6. One software copy of actual program files burned on a CD/DVD with a PDF copy of program with descriptions and rung comments. 7. Provide hardcopy of PLC programming logic in O&M Manuals. 8. Provide a hard copy of the “as-built” wiring diagrams, panel layout, elevations, sections, details, and associated drawings in a separate binder. 9. One PDF copy of the “as-built” wiring diagrams, panel layout, elevations, sections, details, and associated drawings burned on a CD. a. Maximum file size is 5MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. b. All files shall be compatible with the latest software version available. c. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e. WWTP-PC1-Manufacturer-200503.pdf. d. Provide a master Table of Contents which includes links to navigate to all the files on the CD. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 5 LUB19278 – Low Head C Pipeline e. Each PDF 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. The chapter labels shall identify the information included in that chapter as well as its file name, i.e.: RTU Panel Layout. f. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. g. 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. E. Factory Test Reports F. Equipment Installation Report 1.03 QUALITY ASSURANCE A. Suppliers Qualifications: The complete system shall be configured, programmed, and installed by one qualified system supplier who is regularly engaged and qualified in designing and building instrument control systems. The system suppliers shall assume complete systems responsibility, including coordination and interfacing with all subsystems and equipment suppliers and manufacturers. The installation supervisor shall have had experience in overseeing installation and start-up of at least three similar installations. The bidder shall submit, upon ENGINEER's request, complete company history, resumes of full time project manager for this project, other key full-time system analysts, programmers, technicians, and submit project list with costs, OWNER, contact person, phone number, etc. B. Tests: The complete system shall be assembled and tested at the job site. The OWNER'S representative and the ENGINEER'S presence will be required at the time of final testing at the system supplier's facilities. C. Standards: All applicable NEC, ISA, IEEE, NEMA, UL, ANSI, IEC, FCC, FM standards shall apply. All equipment shall be new and UL listed and labeled. D. Assembly, Storage, & Handling: Once assembled and tested, the system shall be stored in air-conditioned and heated rooms. Ship the unit to job site only after the control room has been built and its HVAC system is in operation. 1. The Owner may approve partial payment for SCADA equipment ready to be onsite but is stored off site. Partial payment may be disallowed by the Owner. a. For partial payment, the Owner shall receive as a minimum a sales receipt, lien release, proof of insurance and the Owner’s name shall be stenciled on the equipment being paid for. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 6 LUB19278 – Low Head C Pipeline E. Acceptable SCADA Installers: 1. SCADA Contractors and integrators must be certified by Inductive Automation for Ignition HMI software. Contractors must be Premier Certified. Integration must be performed by employees that are Gold Level Certified, experiences and competent in the implementation of Ignition HMI software. Submit certifications, qualifications, and experience for The City of Lubbock review and approval. F. Acceptable Antenna Installers: 1. Antenna installation shall be performed by personnel with a minimum of two years’ experience with antenna installation. 1.04 SPARE PARTS, TOOLS, AND SUPPLIES A. As a minimum, provide the following compatible spare parts, tools, and supplies as a part of this CONTRACT: 1. One (1) each I/O modules for analog and discrete input/output signals. Each module to have 8 I/O points for analog, 16 I/O points for discrete. 2. One (1) spare UPS of each size furnished. 3. In addition to above, provide the manufacturer's recommended spare parts for each piece of equipment furnished. 1.05 WARRANTY A. The Equipment supplier and the CONTRACTOR shall warrant to the OWNER that the equipment delivered with reference to this specification complies with this specification. B. The equipment supplier and the CONTRACTOR shall warrant the equipment as to defects in material and workmanship for a period of one year from the date of final acceptance of the project. Vendor shall include a copy of his special equipment warranty with the shop drawings. The warranty specified by this specification shall be exclusive, and in lieu of all other warranties whether written, implied, orally presented, or statutory. C. Warranty for equipment shall be through the equipment manufacturer and shall include the option to purchase additional service agreements/extended warranties after the initial warranty for up to five years. 2.00 PRODUCTS 2.01 PROGRAMMABLE LOGIC CONTROLLERS A. PLC components at the site shall consist of the following: B. The control system shall be configured using microprocessor-based programmable controllers for local process control functions. The control system shall be equipped with power supplies and individual uninterruptible power supply (UPS) to perform logic control functions based on the program stored in memory and the status of inputs and outputs. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 7 LUB19278 – Low Head C Pipeline 1. Memory will be required such that there is a minimum of 100 percent spare memory capacity and 100 percent spare data capacity installed. The spare capacity shall be documented by submitting to the ENGINEER, during factory testing, a statement indicating the amounts of memory of all types being utilized and the total amount available. The statement shall include an estimate of the total program and data memory necessary, including spare capacity, based on the I/O hardware for the system, and previous programming experience. 2. Control functions such as register loading, register reading, and diagnostics may be downloaded from the central computer system programming. Automatic shutdown feature shall be selectable such that the desired field condition will be the default condition in the event of power loss or system failure. 3. Power supplies shall be provided for the process controller as required with built-in protection against short-circuits, overcurrent, and overvoltage. One communication port shall be provided for each programmable controller. C. The programmable controller shall be capable of complete control, including PID control, digital logic control, batch, and setpoint control. D. The entire PLC system shall immediately shut down and annunciate the occurrence of any of the following abnormal circumstances: 1. Memory parity error. 2. Loss of signal communication between CPU and I/O's. 3. Loss of logic power to any portion of the system. 4. Halt or interruption of memory scan. 5. Detection of any incomplete relay ladder rungs in memory. E. The PLC system shall accomplish the control requirements of the loop descriptions, and Contract Documents. F. The design application and installation of the PLC system shall conform to NEMA ICS 1.1. G. PLC programming shall be documented annotated in detail, and factory tested. H. Human-machine interface (HMI) at the main control room shall utilize existing system CRT displays and keyboard(s). Interface functionality shall include: 1. Indication of process variables 2. Configuration of control loop parameters 3. Adjustment of controller output 4. Display of real time and historical process trends 5. Push button station controls 6. System and process status indicators 7. Graphic representation of plant operations with interactive status and measurement symbols 8. Annunciation Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 8 LUB19278 – Low Head C Pipeline I. The PLC system shall operate in ambient conditions of 32 to 140F temperature and 0 to 95 percent relative humidity without the need for purging or air conditioning. J. Utilize a power turn-on time delay circuit when powering up or down DC power supplies to ensure power supply output voltage has reached the proper value prior to application of power to solid state logic and output circuits. PLC shall report a loss of power and operation from UPS to the Operators Work Station at the main control room. K. Environmental Controls: 1. Furnish circulation fans in solid state control system enclosures. 2. Over-temperature switches shall be utilized to provide special cooling if required to maintain operating temperatures within the manufacturer's specified range. 3. Air conditioning applications shall include means of preventing moisture condensation. L. Input/Output Connection Requirements: 1. Outputs shall be fused: a. External fusing shall be provided if output module does not possess internal fusing. b. Fuses provided external to output model shall: (ii) Be in accordance with module manufacturer's specifications. (ii) Be installed at terminal block. 2. Install bleeding resistors across input from field devices which leak current sufficiently to flicker input status light. 3. Make connections to I/O subsystem by terminating all field wiring on terminal blocks within the I/O enclosure. 4. Prewire I/O modules to terminal blocks. 5. Provide terminal blocks with continuous marking strip. 6. Size terminals to accommodate all active data base points and spares. Terminal strips shall be provided to accommodate future I/O points associated with future equipment (motors, pressure transmitters, etc.) plus 20% spare. Provide a minimum of 20% spare I/O of all actual I/O points provided under this contract. Spare I/O shall be wired to spare terminal blocks. 7. Provide terminals for individual termination of each signal shield. Stripping back twisted shielded pair and twisting together all the shields is not acceptable. 8. Field wiring shall not be disturbed when removing or replacing an I/O module. M. Where the PLC is utilized to control multiple trains of equipment, the PLC components (I/O modules, power supplies, etc.) shall be assigned so that the failure of one component does not affect equipment on all trains. I/O modules shall be segregated on a train basis unless required otherwise for safety reasons. N. All PLC control system components shall be capable of meeting or exceeding electromagnetic interference tests per ANSI/IEEE C37.90.2. O. Incorporate the following minimum safety measures: Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 9 LUB19278 – Low Head C Pipeline 1. Master Safety Relay: a. Cuts off power to I/O devices upon de-energization b. Multiple Master Safety Relays shall be available as required to provide ability to control separate designated blocks of the control program. 2. External Watchdog Function to Monitor: a. Internal processor clock failure b. Processor memory failure c. Loss of communication between processor and I/O modules d. Processor ceases to execute logic program 3. Safety Function Wiring: a. Emergency shutdown switches shall not be wired into the controller. 4. An emergency power disconnect shall be placed in the power circuit feeding the power supply as a means of removing power from the entire PLC system. a. Capacitor shall be placed across the disconnect to protect against current outrush through trails. 5. Safe Wiring: a. Equipment failure mode shall be selected so that the loss of power or control signal to the equipment will result in the equipment either shutting down or operating safely. b. Activation of alarms and stopping of equipment shall result from the de- energization of control circuits, rather than the energization of control circuits. c. Low voltage control signal wires: 1) Place in conduit segregated for that purpose only 2) Twisted shielded wire pair Not located in the same conduit or bundle with power wiring 6. Initial Safety Conditions: a. Utilize program module to dictate output states in a known and safe manner prior to running of control program. b. Utilize program each time PLC is re-initiated and the control program activated. 7. PLC Fault Relay: a. Placed in series with any other emergency stop conditions b. Opening of PLC Fault Contact: 1) Upon unsafe or undesirable system operation, including: c. Loss of memory Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 10 LUB19278 – Low Head C Pipeline d. Processor fault e. Power supply fault f. Isolation failure g. Communications failure h. Isolation failure i. Communications failure j. Scan time overrun k. Module failure l. Scan time overrun m. Module failure 8. Monitoring of Internal Faults and Display: a. Internal PLC system status and faults shall be monitored and displayed. Monitored items shall include: 1) Memory ok/loss of memory 2) Processor ok/processor fault 3) Battery ok/battery low 4) Power supply ok/power supply fault 5) Isolation failure 6) High CPU temperature 7) Scan time overrun 8) Module failure 9. Control of Programs: a. Protect access to PLC program loading with locked, key operated selector switches. 10. Effects of Failure: a. PLC system shall incorporate safe responses to the following failure effects: 1) Power losses, interruptions, excursions, dips, and transients. 2) Loss or corruption of memory 3) Information transfer corruption or loss 4) "Fail on" or "Fail off" of inputs or outputs 5) Unreadable signals 6) Addressing errors 7) Processor faults Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 11 LUB19278 – Low Head C Pipeline 11. Design PLC system with high noise immunity to prevent occurrence of false logic signals resulting from switching transients, relay and circuit breaker noise or conducted and radiated radio frequency interference. 12. Incorporate noise suppression and inductive load suppression design into input, output, and logic modules 13. Operator Intervention: a. Logic system failure shall not preclude proper operator intervention b. Safety shutdown of equipment or a system shall require manual operator intervention before the equipment or system operation may be reestablished. 2.02 COMPONENTS A. PLC System Central Processor Unit (CPU): 1. Completely solid state CPU designed to provide: a. Digital relay logic b. Analog loop control c. Other required control functions: 1) Counting 2) Floating point math computations 3) Timing 2. To provide communications with other control systems and man-machine interfaces as specified. 3. To use electrical ladder diagram style programming for discrete logic applications. 4. Memory: a. Battery-backed RAM 5. Memory battery backup shall be capable of 60 days memory retention with fresh battery. a. Provide visual indication of battery status and alarm low battery voltage. b. Memory battery backup shall be capable of 14 days memory retention after the "Battery Low" indicating LED is on. 6. Plug-in card design to allow quick field replacement of fault devices. a. Provide unit designed for field replacement and expansion of memory without requiring rewiring or use of special tools. 7. 100 percent minimum spare useable memory capacity after all required programming is in place and operating. 8. Capable of executing all control functions required by the Contract Drawings including digital and analog loops. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 12 LUB19278 – Low Head C Pipeline 9. Built-in three-mode (proportional-integral-derivative) control capabilities. a. As directly selectable algorithms requiring no user knowledge of programming languages. 10. On line reconfigurable. 11. Lighted status indicators for "RUN" and "FAILURE." 12. Capable of manual or automatic control mode transfer from the HMI system or from within the control strategy. Transfer shall be bumpless and balanceless. 13. Modbus ports shall be provided for RS485 data highway associated with Multilin relays and power meters. See Plans for more details. B. Input/Output (I/O) Modules 1. Provide plug-in modular-type I/O racks in each PLC enclosures if required, with cables to connect to all other required PLC system components. 2. Provide I/O system with: a. I/O solid state boards with status lights indicating I/O status and board failure. b. Electric isolation between logic and field device. c. Individually fused outputs with blown fuses indication. d. Interchangeable boards for similar I/O type to allow substitution of operating boards for failed units by the operator. e. Capability of withstanding low energy common mode transient to 1500 V without failure. f. Incorporate noise suppression design. g. Capable of meeting or exceeding surge-withstand capability tests, per ANSI/IEEE C37.90.1. h. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-109.66. i. Capable of being removed and inserted into the I/O rack under power, without affecting any other I/O modules in the rack. 3. Discrete I/O Modules: a. Interface to ON/OFF devices b. I/O status indicator module front c. Voltage rating to match circuit voltage d. Output module current rating: 1) Match maximum circuit current draw 2) Minimum 1.5 A/point for 120 V AC applications e. Isolated modules for applications where one module interfaces with devices utilizing different sources of power. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 13 LUB19278 – Low Head C Pipeline f. Individually fused with blown fuse indication. 4. Analog I/O Modules: a. Input modules to accept signals indicated on Drawings or Specifications b. Minimum 12 bit resolution c. I/O chassis supplied power for powering connected field devices d. Isolated (differential) inputs and outputs e. User configurable for desired fault response state f. Provide output signals as indicated on Drawings and Specifications g. Individual D/A converter for each output module h. Individual A/D converter for each input module 5. Spare I/O Modules: Each PLC shall have a minimum of 10 percent spare analog and 10 percent spare discrete I/O points installed and wired to terminal blocks, isolates, surge devices, and relays inside the PLC. C. Power Supply Units: 1. Provide regulated power units: a. Designed to operate with PLC system and shall provide power to: 1) All components of PLC system 2) Two-wire or four-wire field instruments 3) Other devices as indicated on Drawings or Specifications 4) Power supplies shall be summable type. b. Capable of supplying PLC system when all of the specified spare capacity is utilized c. Each power supply shall be sized such that it will carry no more than 75 percent of capacity under normal loads. 2. Electrical service to PLC system is 105 to 125 V, 60 HZ, +1 percent, 1 phase power. 3. Separate AC circuit breakers shall be provided for each power supply. 4. If the PLC system is field expandable beyond the specified spare capacity, and if such expansion requires power supply modification, note such requirements in the submittals and allow room in the PLC system enclosure. 5. Provide integral battery backup to maintain 60 seconds upon loss of all AC power. This is required to ensure transient power surges and dips do not affect the operation of the PLC system. 6. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60-109.66. 7. Capable of meeting or exceeding surge-withstand capability tests per ANSI/IEEE C37.90.1. 8. Power Distribution: Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 14 LUB19278 – Low Head C Pipeline a. Immune to transients and surges resultant from noisy environment. b. Shall provide constant voltage level DC distribution to all devices. 2.03 RTU CABINET A. Furnish and install the RTU cabinet at the location indicated. Cabinet shall be a NEMA 4X, enclosure suitable for unistrut mounting that shall have a hinged front door with key interlocking handle. The enclosure shall be made of 316 stainless steel with a 11 gauge mounting panel inside. The enclosure shall be minimum 36”H x 30”W x 12” D. The PLC shall be housed in the RTU cabinet. B. All discrete inputs/outputs shall have interposing relays. Interposing relays contained in this cabinet shall be 3PDT, shall have 24 VDC coils, shall each have a pilot light indicating energized coil, and shall each be mounted in a plug in socket with relay retainer clip and screw terminals. Relays shall be Square D KU13M1P14 or approved equal. C. Instrument panel wiring shall be as follows: 1. Single conductor wire shall be stranded, tinned 16 AWG and MTW insulation, as manufactured by American Insulated Wire or approved equal. Color-coding shall be purple for ungrounded conductors and white for grounded conductors. 2. Pair shielded cable for 4-20 mA DC loops shall be as specified in 26 05 19, “Low Voltage Electrical Conductors & Cables”. 3. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. 4. Each conductor has its own number and no number is used more than once. 5. The number of each wire is placed at both ends of the wire next to its end according to wire tagging instructions as specified in 26 05 19, “Low Voltage Electrical Conductors & Cables”. 6. The wire numbers, as actually installed, match the numbers on the shop drawings, O&M manuals, wiring diagrams and interconnection diagrams for this instrument panel. 7. Wiring shall be run enclosed in plastic wireway wherever possible. Wireways shall be installed as required to enclose panel wiring. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6" with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross section, and shall be securely fastened to the panel framework. Conductors carrying different voltages that are from the same source may occupy the same wireway provided all are insulated for the maximum voltage of any conductor in the wireway. Wiring carrying voltages that originate at different source shall not run in the same wireway. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 15 LUB19278 – Low Head C Pipeline 8. Terminal blocks shall be installed for wire terminations and shall be capable of mounting on a 35mm DIN-rail. Terminal blocks shall have a method of labeling for easy identification. Typewritten labels shall denote terminal block numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. 25 percent additional terminals shall be provided for OWNER’s use. Terminal blocks shall be available with screw clamp technology and be made of a non-corrosive material. The metal body shall contain a serrated pressure plate that will provide a gas-tight connection with the conductor. All terminal block wiring points shall be “touch safe” with no live voltages that can make contact with a misplaced finger. Terminal blocks shall be rated 600V and shall be Phoenix Contact UT Series, Allen Bradley 1492-H1 Series or approved equal. 9. A separate 120VAC Terminal Block and circuit breaker shall be provided for RTU cabinet. 10. To allow for cable routing from conduit to the wire way there shall be a minimum of 5” from the top edge of the backplane to the inside wall of the enclosure in each direction. 11. The cabinet shall be suitable for cable to enter/exit from the side and/or bottom of the enclosure. D. A print pocket shall be provided in the panel and shall contain an 11" x 17" wiring diagrams, panel elevations and drawings. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. E. Enclosure shall be provided with an enclosed switched fluorescent light and 120 volt grounded duplex receptacle. Switch for light shall be mounted on inside of cabinet, easily accessible. F. All equipment shall be mounted in such a manner that all maintenance may be accomplished with easy access through the RTU cabinet doors. G. Acceptable RTU cabinet manufacturers: 1. Hoffman 2. Hammond 3. Rittal 2.04 BACK-UP BATTERY A. The system supplier shall provide a 24V back-up battery with trickle charger for the programmable controllers and its associated RTU cabinet. The systems supplier shall size the battery for the connected load. B. The back-up battery shall have capacity to supply power for a period not less than four (four) hours continuously for the processing units (PLC), wireless I/O modules, 12VDC, 24VDC power supplies, and loop powered instruments connected to the PLC and I/O modules. C. The back-up battery shall include an alarm relay contact configured to send a signal upon any of the following conditions: Battery Low. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 16 LUB19278 – Low Head C Pipeline 3.00 EXECUTION 3.01 INSTALLATION A. All work shall be in accordance with manufacturer’s recommended practices. Care shall be exercised to avoid damage to equipment during installation. Damaged equipment shall be replaced by Contractor at no expense to the Owner. B. System equipment shall be installed where indicated in the Contract Documents. Power and signal connections between components shall provide the specified functions. Install according to equipment manufacturer's instruction. C. The system Supplier Contractor shall utilize their own printers, monitors, and computers for programming, testing, and start-up. The use of the OWNER's computers, monitors, or printers shall not be acceptable until the entire system has been installed, debugged, programmed, and operated to ENGINEER's satisfaction. 3.02 PROGRAMMING A. The loop descriptions and diagrams shown in the Contract Documents are functional only and do not attempt to specify detail program coding that may be required. The CONTRACTOR shall utilize this functional information to develop complete application programming for the PLC equipment provided under this CONTRACT. Programs shall be designed to provide fail-safe operation of equipment in case of PC logic or power supply failure. Fail-safe shall be defined as "stopped" for all drives and "closed" for valves, unless otherwise specified. Up to twenty (20) graphic pages shall be required for the operator- interface, and will be developed via a menu-driven color graphics editor. Interrupting logic between the PLC and central computer system shall be required as per system sequence of operation. An additional 15 graphics shall be developed in the field in coordination with the OWNER and the ENGINEER. The graphics shall be sufficiently detailed to include all equipment, pipes, valves, solenoids, meters, switches, etc. Graphics shall include equipment tag numbers and display the current flow rates, levels, quantities, status, elapsed time of equipment, etc. All such work shall be done at no extra cost to the OWNER. Before programming the graphics, the CONTRACTOR shall furnish a set of drawings for ENGINEER’S AND OWNER’S review. 3.03 DOCUMENTATION A. Following delivery to the site, the equipment manufacturer, in the presence of the ENGINEER, shall demonstrate operation of the complete system. B. The CONTRACTOR shall provide documentation for all application software. Documentation system shall be diagrams in ladder-rung format, and shall show all input devices to the left of the left "power rail" and all outputs to the right of the right "power rail." The diagrams shall show all device codes and functional description used in the project manual, and shall also show PLC address codes, element codes, and I/O assembly codes, modules numbers, and terminal numbers. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 17 LUB19278 – Low Head C Pipeline 3.04 TESTS A. All elements of the SCADA system, both hardware and software, shall be tested to demonstrate that the total system satisfies all of the requirements of the Specifications. B. The Contractor shall furnish and install the field instruments, PLC, remote input/output (RI/O), and interface equipment in a schedule to meet the construction sequencing. C. As a minimum, the testing shall include the following: 1. Software Acceptance Tests (SAT) 2. Operational Readiness Tests (ORT) 3. Functional Demonstration Tests (FDT) 4. 30-Day Acceptance Test D. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system's or subsystem's producing the correct result (effect), the specific test requirement will have been satisfied. E. All tests shall be conducted in accordance with Engineer-approved procedures and documented. Each specific test to be performed shall be described and a space provided after it for signoff by the appropriate party after its satisfactory completion. F. Copies of signoff test procedures, forms, and checklists will constitute the required test documentation. G. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provide suitable means of simulation. Define these simulations techniques in the test procedure. H. Coordinate all testing with other Contractors, the OWNER, and the Engineer. I. The OWNER will actively participate in many of the tests. The OWNER reserves the right to test or retest any and all specified functions whether or not explicitly stated in the approved test procedures. The OWNER reserves the right to observe and/or inspect the work during any phase. J. The Owner's decision shall be final regarding the acceptability and completeness of all testing. 3.05 SOFTWARE ACCEPTANCE TEST (SAT) A. Prior to the start of the witnessed Software Acceptance Test (SAT), the entire system shall be installed on site, inspected and tested to ensure that it is fully operational and ready for the SAT demonstration testing. The test shall be witnessed by the Owner. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 18 LUB19278 – Low Head C Pipeline B. All panels and assemblies of the subsystem shall be completely installed except I/O signals to field elements or devices shall not be connected. The system shall be inspected and tested to verify that they are in conformance with related submittals and the Contract Documents. C. The PLC and subsystem primary elements, shall be interconnected and tested to ensure that the system is fully operational. The system shall be operated without signals leaving or entering from the field elements or devices for at least one week to verify that it is capable of continuous operation. Outputs to and inputs from the excluded primary elements shall be simulated. D. The system shall be tested, installed on site to demonstrate that it is operational and in conformance with the Contract Documents. E. Notify the OWNER in writing a minimum of 30 days in advance of the proposed starting date for the Software Acceptance Test. At the time of notification, submit any revisions to the detailed test procedure previously approved by the Owner in the Project System Plan. F. The purpose of the test shall be to witness and verify the functionability, performance, and stability of the hardware and software. The system must operate continually for 24 hours without failure before the test shall be judged successful. Successful completion of this test shall be the basis for approval of the system. G. The Software Acceptance tests shall be performed on all the equipment installed including the HMI system, PLC panels and subsystems. The SAT shall be a two-part text procedure; Part I shall include the PLC sub-system to verify all I/O addresses and proper step sequence for all features. Part II shall add the HMI to verify all screen displays, addressing and report generation. H. Where hardware items are of standard manufacture and in current production, the manufacturer shall certify that applicable tests have been performed and met, in accordance with IEEE and ISA Standards, and be prepared to supply copies of data to Engineer upon request. Such statements shall accompany the equipment submittals called for in SUBMITTALS of this Section. Any assemblage of devices together with operating programs shall be tested together as provided herein. I. The various tests performed during Software Acceptance Test shall be designed to demonstrate that the hardware and software fulfill all the requirements of the Contract Documents. The test conditions shall resemble, as closely as possible, actual conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the OWNER. J. Some of tests to be performed shall include, but not be limited to, the following: 1. Building and loading the system database. 2. Conduct online modifications to the database. 3. Demonstrate operability of the interfaces (hardware and software). 4. Demonstrate operability of the data communication network. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 19 LUB19278 – Low Head C Pipeline a. Radio Modem Communications 5. Demonstrate all system software functions specified. 6. Verify the displays and interactive capabilities of an operator's console. 7. Simulate selected normal and abnormal operating conditions to verify the performance of the monitoring and control functions. 8. Simulate every I/O point by opening or shorting digital inputs, inject appropriate signals into every analog input point, and measure the output signal from each analog output point. K. All deficiencies identified during these tests shall be corrected and retested prior to completing the Software Acceptance Test. L. The following documentation shall be made available to the Engineer at the test site both before and during the Software Acceptance Test. 1. All drawings and specifications, addenda, and change orders. 2. Master copy of the test procedure. 3. List of the equipment to be tested including make, model, and serial number. 4. Design-related hardware submittals applicable to the equipment being tested. 5. Preliminary software documentation submittal. M. The daily schedule during these tests shall be as follows: 1. Testing and meetings: Nominally 8 hours per day; 24 hours per day if required to meet schedule. 2. Morning meetings to review the day's test schedule. 3. Evening meetings to review the day's test results and to review or revise the next day's test schedule. N. All test data and procedures followed during testing shall be logged, and certified copies of the logs shall be provided to the Engineer and OWNER. O. The Owner will observe each test once on a pass-fail basis. The Owner alone has the authority to determine if a test passes or fails. Only four (4) fifteen minute windows per day will be allowed during the test procedure to make corrections to software and successfully pass a re-test. Otherwise, that test will be declared a failure. If a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular test passing, then the following tests will also be placed on a retest schedule even though they were not tested before. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting shall only occur on a day designated in the schedule or at the end of testing. P. All time and expense incurred by the Engineer and/or OWNER’S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 20 LUB19278 – Low Head C Pipeline Q. The CONTRACTOR shall expedite the correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel from each trade to standby during the test period to immediately correct, or adjust any item of software or hardware or equipment causing a test to fail. 3.06 OPERATIONAL READINESS TEST (ORT) A. General: Prior to start-up, the installed system shall be certified (inspected, tested, and documented) that it is ready for operation. Download all database on job computers from this test onwards. The OWNER shall be notified when ORT starts. Copies of ORT forms that have been signed off by the CONTRACTOR shall be copied and sent to the OWNER on a daily basis for record purposes only. No signature by the OWNER is required for ORT forms. B. Loop/Component Inspections and Tests: The system shall be checked for proper installation, calibrated, and adjusted on a loop-by-loop and component-by-component basis to ensure that it is in conformance with related submittals and these specifications. Actual real-time signals generated from the field devices shall be used. Simulation of field signals shall not be permitted. This test is intended to actually operate the entire process and to find and correct all real-time operational deficiencies. 1. The Loop/Component Inspections and Tests shall be implemented using Engineer- approved forms and checklists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following: 1) Project name 2) Loop number 3) Tag number for each component 4) Checkoffs/signoffs for each component a) Tag/identification b) Installation c) Termination - wiring d) Termination - tubing e) Calibration/adjustment 5) Checkoffs/signoffs for the loop a) Panel interface terminations b) I/O interface terminations c) I/O signal operation d) Inputs/outputs operational: received/sent, processed, adjusted e) Total loop operational f) Space for comments Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 21 LUB19278 – Low Head C Pipeline g) Space for signoff by Contractor b. Each active analog subsystem element and each I/O module shall have a Component Calibration Sheet. These sheets shall include the following: 1) Project name 2) Loop number 3) Component tag number or I/O module number 4) Component code number analog system 5) Manufacturer (for analog system element) 6) Model number/serial number (for analog system) 7) Summary of functional requirements, for example: a) For indicators and recorders: Scale and chart ranges b) For transmitters/converters: Input and output ranges c) For computing elements: Function d) For controllers: Action (direct/reverse) control modes (PID) e) For switching elements: Unit range, differential (fixed/adjustable), reset (auto/manual) f) For I/O modules: Input or output 8) Calibrations; for example: a) For analog devices: Required and actual inputs and outputs at 0, 10, 50, and 100 percent of span, rising and falling b) For discrete devices: Required and actual trip points and reset points c) For controllers: Mode settings (PID) d) For I/O modules: Required and actual inputs or outputs of 0, 10, 50, and 100 percent of span, rising and falling 9) Space for comments 10) Space for signoff by the Contractor 2. Maintain the Loop Status Reports and Component Calibration Sheets at the jobsite and make them available to the Engineer and Owner upon request. 3. These inspections and tests do not require witnessing. However, the Engineer will review the Loop Status Reports and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 22 LUB19278 – Low Head C Pipeline 3.07 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Once ORT has been completed and operational readiness has been confirmed, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with the Contract Documents. Each specified function shall be demonstrated on a paragraph-by-paragraph, loop-by-loop, and component-by- component basis. This test shall be scheduled and conducted only after all new pipeline construction is complete and the new pipeline and metering construction is completed and operational. B. Loop-specific and non-loop-specific tests shall be the same as specified under SOFTWARE and OPERATIONAL READINESS TESTS except that the entire installed PICS shall be tested and all functions demonstrated. C. Simulation of field signals, or simulation of the response of the process, or the response of individual components, or the functions being monitored or controlled, shall not be permitted. Simulation may be permitted with the express permission of the OWNER. The decision to simulate is the OWNER's alone. The CONTRACTOR shall include in the Contract Price the time necessary to wait for all process responses. D. Updated versions of the documentation called for under SOFTWARE and OPERATIONAL READINESS TESTS shall be made available to the Engineer at the jobsite both before and during the test. In addition, one copy of the approved Instrumentation O&M Manual shall be made available to the Engineer at the jobsite both before and during testing. The approved schedule shall be followed strictly on an item-by-item basis. Combining of test items shall be at the discretion of the OWNER alone. The CONTRACTOR shall include in the Control Price adequate time necessary to complete each test item one at a time. E. The daily schedule called for under SOFTWARE and OPERATIONAL READINESS TESTS shall also be followed during the Functional Demonstration Test. F. The Owner will observe each test once on a pass-fail basis. The Owner alone has the authority to determine if a test passes or fails. Only one (1) fifteen minute window per day will be allowed during the test procedure to make corrections to software or to field equipment and successfully pass a re-test; otherwise, that test will be declared a failure. If a test fails, it will be put on a retest schedule. If other tests to follow rely on a particular test which has failed, then the following tests will also be placed on a retest schedule even though they were not tested. Retesting shall not interrupt the test schedule. The CONTRACTOR may schedule retest days during the testing period, but not more than two per week. All retesting shall only occur on a day designated in the schedule or at the end of testing. G. All time and expense incurred by the Engineer and/or OWNER’S staff for all retests shall be borne by the CONTRACTOR and paid to the OWNER. Time and expense incurred shall be on a time and material basis tracked by the Engineer and OWNER for their own staff and presented to the CONTRACTOR on a periodic basis. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 23 LUB19278 – Low Head C Pipeline H. The CONTRACTOR shall expedite the repair or correction of any deficiency discovered during testing. The CONTRACTOR shall have personnel representing each trade to standby during the test period to immediately correct, repair, or adjust any item of hardware, software or field equipment causing a test to fail. I. The system shall operate continuously for 100 hours without failure before this test will be considered successful. 3.08 30-DAY ACCEPTANCE TEST A. All database errors must be corrected prior to the start of the 30-Day Acceptance Test. The 30-Day Acceptance Test will not be considered successful until all databases are correct. B. Any malfunction during the test shall be analyzed and corrections made by the Contractor. The Engineer and Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of the test. The cost of a retest shall be borne by the CONTRACTOR as specified. C. After completion of the Functional Demonstration Test and Plant Start-up, the Contractor shall be responsible for operation of the entire System for a period of 30 consecutive days, under conditions of full plant process operation, without single non-field repairable malfunction. D. During this test, Contractor personnel shall be present as required. The Contractor shall provide personnel for this test who have an intimate knowledge of the hardware and software of the system and also are familiar with the overall plant process. The Supplier shall be on-site a minimum of 8 hours a day and be on call for the rest of the day, during the first two days of the 30-Day Acceptance Test and shall be on call for the rest of the time period. During the rest of the test period the supplier shall be available and on the job site within 24 hours of any failure. E. While this test is proceeding, the Owner shall have full use of the system. Only plant/City operating personnel shall be allowed to operate equipment associated with live plant processes. F. Any malfunction, during this 30 consecutive day test period, which cannot be corrected within 24 hours of occurrence by the Contractor's personnel, or more than two similar failures of any duration, will be considered as a non-field-repairable malfunction. G. Upon completion of repairs, by the Supplier, the test shall be repeated as specified herein. H. In the event of rejection of any part or function, the Supplier shall perform repairs within 5 days or replacement within 30 days. I. Upon successful completion of the 30-Day Acceptance Test, approval of all as-built drawing and O&M Manuals, completion of all related Owner training, and delivery of all spare, expendable, and test equipment, the systems shall be considered substantially complete and the warranty period shall commence. Supervisory Control and Data Acquisition (SCADA) System 40 90 02 - 24 LUB19278 – Low Head C Pipeline 3.09 TRAINING A. Provide an integrated training program for the Owner's personnel, both at the Supplier's factory or training center and at the jobsite. The Contractor shall submit a detailed training schedule and syllabus for approval. Tailor the training program to meet the specific needs of the Owner's personnel. Include training sessions, classroom and field, for managers, engineers, operators, and maintenance personnel. B. The training shall be carried out by technically competent and experienced instructors. C. An "instructor week" shall consist of 40 hours of actual instruction time. An "instructor day" shall consist of 8 hours of actual instruction time. Provide instruction on any or all three working shifts as needed to accommodate the Owner's personnel schedule. The actual training schedule shall be coordinated with thee Owner. D. The Contract shall hire a professional firm regularly engaged in video tape and/or film productions to video tape of all of the factory and on-site training sessions. The video tape and all rights there to shall become the property of the Owner. The Owner may re-use or distribute the video tape at their discretion. 3.10 OPERATIONS AND MAINTENANCE TRAINING A. O&M training for each subsystem shall be in accordance with the requirements specified under the related Instrumentation specification sections. B. All training shall be given using only equipment identical to the equipment provided on this Contract or currently owned by the Owner. C. Unless otherwise specified, hardware maintenance training shall be suitable for instrument technicians who have at least a 2-year associate engineering or technical degree, or equivalent education and experience in electronics, instrumentation, or digital systems. 3.11 ON-SITE SUPERVISION The Supplier shall provide, on-site, an experienced resident engineering manager to supervise and coordinate all of the on-site activities. This resident engineering manager shall be on-site as required during the total period to affect all the activities relating to the PICS. 3.12 START-UP AND TESTING TEAM A. The Supplier shall provide, on-site, a team of experienced engineering, technician, trades personnel, and software/configuring personnel during the total construction period to: 1. Thoroughly check the installation, termination, and adjustment of all the subsystems and their components. 2. Perform and complete all on-site tests. 3. Provide start-up assistance. END OF SECTION Communications Interface Equipment 40 95 43 - 1 LUB19278 – Low Head C Pipeline 40 95 43 COMMUNICATIONS INTERFACE EQUIPMENT 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for Communications Interface Equipment and Systems to be furnished under Division 40. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. Each tower shall be designed to support the antennas specified within this Section. D. The Contractor shall furnish all material, labor, transportation, design services and engineering to completely design, fabricate and erect the poles/tower, including all appurtenances, foundations and grounding systems. E. The Contractor shall be responsible to field verify the location of each tower base and the mounting height of each tower prior to installation. Tower locations shall be selected by the contractor based on close proximity to the control panel housing the radio and provide obstruction free line of sight towards the tower’s respective headend radio site. Each tower shall be located such that obvious obstructions are avoided along the bearings specified. Each tower location shall be subject to the approval of OWNER. This approval shall be obtained after the site layout has been completed and prior to installation of the tower foundations. F. The Contractor shall develop installation and/or foundation designs for poles/tower based on an inspection of existing soil conditions at each remote site. The Contractor shall engage the services of a geotechnical firm to conduct a geotechnical investigation and submit a geotechnical report documenting the conditions. This report shall be signed by a Professional Engineer licensed in the State of Texas. G. Installation designs and foundation designs shall be submitted as part of the installation submittal. The ultimate authority and responsibility for the foundation design and installation rests with the Contractor. H. Reference the following specifications for electrical wiring work: 1. 26 05 19, “Low Voltage Electrical Conductors & Cables” 2. 26 05 26, “Ground & Bonding for Electrical Systems” 1.02 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include: A. Shop Drawings: 1. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. Communications Interface Equipment 40 95 43 - 2 LUB19278 – Low Head C Pipeline 2. Component catalog number and manufacturing data sheet, indicating pertinent data and clearly marked identifying each component by the item number and nomenclature as specified. 3. Component drawings showing dimensions, mounting, and external connection details. 4. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the equipment provides every specified requirement. Any options or exceptions shall be clearly indicated. B. Submit the following shop drawings for the tower: 1. Erection drawings indicating the dimensions and arrangement of the tower components 2. Specification sheets or details for all tower components 3. Design calculations 4. All tower design and installation submittals, including the foundation, shall be signed and sealed by a Professional Engineer licensed in the State of Texas. 5. Complete installation drawings are required on a per site basis. The drawing shall show all of the necessary components, their part number corresponding to the number stamped on the component itself and the connecting hardware sizes. To aid in installation, it is necessary to note the weight of each section of the tower. The installation drawing shall show the location of antennas to be mounted. The placement of antennas shall not be left to the judgement of installation crews. 6. Complete foundation drawings are required to show the anchor bolt placement, size and placement of the reinforcing bars, and pier sizes. It is also necessary to show the size, grade and bending detail of each piece of reinforcing steel. 7. Before submitting drawings or other data to OWNER, it shall be the sole responsibility of the Contractor to comprehensively and thoroughly check for accuracy and full compliance with plans and specifications. 8. Two complete sets of tower assembly drawings (prints) shall be provided and shipped with the tower parts. Complete packing slips shall be provided for each tower. Two prints each of the installation drawings shall be placed in a moisture-proof bag with the material and hardware packing slips and secured to the tower material or crating. C. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Instruction books and/or leaflets b. Recommended renewal parts list a. Submit Manuals with instructions for installation, adjustment, operation and maintenance of the equipment in accordance with the specific conditions. b. Operation and maintenance manuals shall be prepared by the supplier and shall contain the final certified approved shop drawings, submittals, list of manufacturer recommended spare parts, schematics, and maintenance procedures, and field test data. O&M manuals shall include all field changes made during startup and testing. Communications Interface Equipment 40 95 43 - 3 LUB19278 – Low Head C Pipeline c. Manuals may be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. d. Operation and maintenance manuals shall include warranty information as well as a warranty information page that shall include information on the warranty start and end date as well as Manufacturer’s contact address and telephone number for parts and service. 1.03 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: 1. Structural Standard for Steel Antenna Towers and Antenna Supporting Structures ANSI/TIA/EIA- 222-G 2. American Institute of Steel Construction (AISC) 3. American Concrete Institute (ACI) 4. American Welding Society (AWS) 5. Federal Communications Commission (FCC) 6. Federal Aviation Administration (FAA) 7. American Society for Testing and Materials (ASTM) 8. Concrete Reinforcing Steel Institute (CRSI) 9. Occupational Safety and Health Administration (OSHA) 10. Telecommunications Industry Association (TIA) 11. National Electrical Safety Code (NESC) 12. Occupational Safety and Health Administration (OSHA) 13. NEMA ICS 1-101 Diagrams, Designations and Symbols 14. ANSI/ISA-5.06.01-2007 - Functional Requirements Documentation for Control Software Applications. 15. ISA-TR20.00.01-2001 - Specification Forms for Process Measurement and Control Instruments Part 1: General Considerations Updated with 27 New Specification Forms in 2004-2005. 16. ISA-5.4-1991 Instrument Loop Diagrams. 17. ISA-5.5-1985 Graphic Symbols for Process Displays. 18. ISA-5.1-1984 (R1992) Instrumentation Symbols and Identification. 19. ISA-5.3-1983 Graphic Symbols for Distributed Control/Shared Display Instrumentation Logic, and Computer Systems. 20. ISA-5.2-1976 (R1992) Binary Logic Diagrams For Process Operations. 21. NEMA ICS 6 Enclosures for Industrial Controls and Systems 22. National Fire Protection Association (NFPA) Communications Interface Equipment 40 95 43 - 4 LUB19278 – Low Head C Pipeline 23. National Electrical Manufacturers Association (NEMA) 24. American National Standards Institute (ANSI) 25. Insulated Cable Engineers Association (ICEA) 26. Instrument Society of America (ISA) 27. Underwriters Laboratories (UL) 28. UL 508, the Standard of Safety for Industrial Control Equipment 29. UL 508A, the Standard of Safety for Industrial Control Panels 30. UL 50, the Standard of Safety for Enclosures for Electrical Equipment. 31. NFPA 79, Electrical Standard for Industrial Machinery 32. Factory Mutual (FM) 33. NFPA 70 National Electrical Code (NEC) 34. NFPA 70E Standard For Electrical Safety in the Workplace 35. ANSI C37.90.2 Standard Withstand Capability of Relay Systems to Radiated Electromagnetic Interference From Transceivers. 36. NEMA ICS 4 Terminal Blocks for Industrial Use. 37. NEMA LS1 Low Voltage Surge Protection Devices. 38. UL 1283 Standard for Safety-Electromagnetic Interference Filters. 39. UL 1449 Third Edition Surge Protective Devices 40. Local Electrical Code 41. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.04 DELIVERY, SHIPMENT, PROTECTION, AND STORAGE A. Equipment provided under this section shall be shipped, protected, and stored as specified in the Instrumentation and Control System section. Identification of packaging shall be as described in the Instrumentation and Control System section. B. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Major communications/networking hardware equipment shall be stored indoors in a climate controlled atmosphere where applicable. Coordinate with equipment manufacturer for additional storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the OWNER. Improperly stored equipment is subject to rejection by the OWNER/Engineer and will not be allowed to be installed. Communications Interface Equipment 40 95 43 - 5 LUB19278 – Low Head C Pipeline 1.05 CONNECTION TO OWNER NETWORKS A. Network hardware and software provided shall be compatible with the OWNER’s existing network systems whenever a system interconnection is provided. System Supplier shall verify existing systems to ensure compatibility. B. All connections to the OWNER’s existing network shall be fully coordinated between the OWNER and the System Supplier. Prior to connecting to the existing network, the System Supplier shall provide a written request to the OWNER for an OWNER’s representative to be available when existing systems are disconnected and at the time of any new connections. 1.06 COORDINATION WITH OWNER A. The System Supplier shall coordinate all demolitions, installations, and rework on the existing networks with the OWNER and the Engineer. No work shall be performed without the written consent of the OWNER. The System Supplier shall submit a written request to perform work on the existing network, including date, time, scope of work, length of time, and any OWNER’s support that may be required. 1.07 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years. When requested by the OWNER/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.08 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of acceptance of the equipment containing the items specified in this Section. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the OWNER. 2.00 PRODUCTS 2.01 INDUSTRIAL ETHERNET FIREWALL ROUTER BRICK TYPE A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact Model: FL MGuard RS4004 TX/DTX VPN B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. Communications Interface Equipment 40 95 43 - 6 LUB19278 – Low Head C Pipeline C. Environmental 1. Operating temperature: -4 Deg F to 140 Deg F 2. Operating humidity: 5 – 95% Non-condensing 3. Storage Temperature: -40 to 158 Deg F D. Physical 1. Power Supply: redundant 24VDC 2. Microprocessor based managed type. 3. DIN rail mounting. 4. Port count and type shall be as shown in drawings as a minimum E. Functional Performance 1. Per Port status LED indication. 2. Wire Speed switching. 3. 24 V DC voltage supply alarm contact 4. Management via IT standard SNMP (Simple Network Management Protocol) 5. Redundancy via Spanning Tree (IEEE 802.1D) or Rapid Spanning Tree (802.1w) Support. 6. Web Browser setup accessible. 7. 10/100BaseT ports with RJ-45 connectors for Category 6 cabling. 8. VPN Tunnel Support up to 10 IPsec tunnels 9. Firewall rules with configurable stateful inspection 10. MAC filtering 11. IP address filtering 12. Protection against IP spoofing, DoS and Syn Flood Protection 2.02 REMOTE SITE UNLICENSED RADIO A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Ubiquiti B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Environmental 1. Operating temperature: -40 Deg F to 131 Deg F 2. Operating humidity: 10 – 95% Non-condensing D. Physical 1. Power Supply: 24VDC by Power over Ethernet Communications Interface Equipment 40 95 43 - 7 LUB19278 – Low Head C Pipeline 2. Compatible with airFiber X Antenna. 3. Interface connections: Ethernet 10/100/1000 BaseT implemented in a RJ45 and Antenna connection utilizing integral terminations (RP-SMA / SMA Weatherproof) 4. Weatherproofing: IP67 E. Functional Performance 1. Maximum Throughput: 1.34 Gbps 2. Unlicensed Frequency bands: 5150-5850 MHz 3. Transmit Power: up to 29 dBm F. Options and Accessories Required: 1. Provide minimum 1-year warranty. 2.03 ETHERNET AND RADIO SYSTEM COMMUNICATION CABLES A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Belden B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Cables for Ethernet: Category 5e Above Grade Cable: Sunlight and Oil Resistant U/UTP 003 Cable, non-plenum. 1. Conductors: 4 bonded pair 24 AWG Tin-plated Copper 2. Insulation: Polyolefin 3. Jacket: PVC with 600 volt rated color of jacket to match as follows: a. Green – Phone / Data b. Red – FIRE Alarm c. Blue – SCADA 4. Transmission Standards: ANSI/TIA568C 5. Nominal Velocity of Propagation: 69% 6. Flame Test Method: CMR Regulatory Compliance 7. Model: Belden 7957A D. Cables for Ethernet: Category 6 Above Grade Cable: Sunlight and Oil Resistant U/UTP 003 Cable, non-plenum. 1. Conductors: 4 bonded pair 23 AWG Tin-plated Copper 2. Insulation: Polyolefin 3. Overall Cabling Separator Material of Foamed Polyolefin Tape 4. Jacket: PVC with 300 volt rated Color of jacket to match as follows: Communications Interface Equipment 40 95 43 - 8 LUB19278 – Low Head C Pipeline a. Green – Phone / Data b. Red – FIRE Alarm c. Blue – SCADA 5. Transmission Standards: Category 6 - TIA 568.C.2 6. Nominal Velocity of Propagation: 72 % 7. Flame Test Method: UL1666 Vertical Riser 8. Model: Belden 7953A E. Cables for Ethernet: Category 5e Below Grade Outdoor and Under Grade locations cable: Sunlight and Oil Resistant Category 5e U/UTP 003 Cable, non-plenum. 1. Conductors: 4 pair 24AWG Tin-plated Copper 2. Insulation: Polyolefin 3. Shield: 100 percent aluminum foil polyester tape with drain wire 4. Jacket: LLPE (Linear Low Density Polyethylene) with 300 volt rated and manufacturer’s identification 5. Misc.: NEMA WC-63.1, listed for outdoor and wet locations use 6. Model: Belden 7937A F. Cables for serial: 485 Communication Cable 1. Conductors: 1 pair 24AWG Tinned Copper 2. Insulation: Polyethylene 3. Shield: 100 percent aluminum foil polyester tape with tinned copper drain wire 4. Jacket: PVC with 300 volt rated and manufacturer’s identification 5. Misc.: UL2919 listed for indoor and dry locations use 6. Model: Belden 9841 G. Cables for serial: 232 Communication Cable 1. Conductors: 4 pair 28AWG Tinned Copper 2. Insulation: Polypropylene 3. Shield: 100 percent aluminum foil polyester tape with tinned copper drain wire 4. Jacket: PVC with 300 volt rated and manufacturer’s identification 5. Model: Belden 9806 2.04 UBIQUITI AIRFIBER X ANTENNA A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Ubiquiti Communications Interface Equipment 40 95 43 - 9 LUB19278 – Low Head C Pipeline B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Physical 1. Number of Elements as required balancing gain and output power. 2. Frequency Range 5.1 – 5.9 GHz 3. Gain 23 dBi min. 4. Radiation Directional 5. Polarization Dual-Linear 6. Mount Mounts on pipe with 0.5 inch to 2 inch diameter D. Accessories and Options: 1. Antenna mounting kit 2. Weather proofing protective shroud 3. Antenna mast bonding kit 4. Air Terminal 5. Air Terminal bonding kit 2.05 ETHERNET SURGE PROTECTOR A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Phoenix Contact 2. PolyPhaser 3. Cooper Bussman B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Environmental 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95% non-condensing for indoor applications 3. Storage Temperature: -40 to 176 degrees F D. Physical 1. DIN Rail Mountable indoors and pole mountable outdoors applications 2. I/O connectors: RJ-45 3. Power over Ethernet POE+ to IEEE802.3 at up to 57VDC E. Functional Performance Communications Interface Equipment 40 95 43 - 10 LUB19278 – Low Head C Pipeline 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 6kV/3kA 2. Standard: Compliant to IEC61000-4-5. 2.06 ANTENNA TOWER A. Provide a ROHN tower with height as shown on the drawings. The exact height of all antennas shall be determined by the contractor. The provided tower shall meet the following minimum requirements: 1. Tower designs are in accordance with approved national standard ANSI/TIA-222-G. 2. Sustain basic wind speed of 90 mph with 0” of radial ice, and 30 mph with ¾” of radial ice, in accordance with ANSI/TIA-222-G. 3. Foundation and anchor bolt designs shall be based on ANSI/TIA-222-G and in accordance with manufacturer’s specification. 4. Antennas and mounts assumed symmetrically placed at tower apex. 5. Installations must be grounded in accordance with local and national codes. ANSI/TIA- 222-G requires that the resistance to ground must not exceed 10 ohms. Additional grounding may be required in addition to grounding kits provided by the manufacturer. 6. Installations must be in conformance with local, state, and federal requirements for obstruction marking and lighting. 7. Provide cable type safety climbing device. 8. Manufacturer: ROHN Products B. All concrete shall have a minimum 28-day compressive strength of 4500 PSI, in accordance with ACI 318-05. Rebar shall have minimum of 3” concrete cover and shall conform to ASTM specification A615, Grade 60. All exposed concrete corners shall be chamfered at ¾”. C. Accessories and Options: 1. Anchor bolts and templates 2. Safety Climb 3. Air Terminal copper cladded 4. Air Terminal grounding kit 5. Tower grounding kit for antenna in accordance with manufacturer’s recommendation and per TIA-222-G. D. Provide antenna, transmission line, jumpers, grounding kits, hangers, and miscellaneous hardware to make the antenna system operational for proper wireless communication. E. The final profile, foundation, geotechnical study, and erection design is to be performed by the Contractor, certified as a professional engineer licensed in the State of Texas. The work shell be compliant with TIA-222-G, Structural Standard of Antenna Supporting Structures and Antennas. All tower submittals shall be submitted, signed and sealed, by a Texas registered Professional Engineer. 2.07 ACCESSORIES Communications Interface Equipment 40 95 43 - 11 LUB19278 – Low Head C Pipeline A. Provide necessary brackets for antenna mounting. 2.08 GROUNDING A. Provide the tower base and guy anchor grounding kits for a complete tower grounding system. B. Provide all necessary ground lugs and clamps. 3.00 EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed in an overall assembly, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. B. Antenna Tower: 1. This work shall be performed exclusively by experienced and qualified personnel in pole and tower installations. 2. Preparation for delivery a. Packaging: All materials shall be packaged to provide protection from damage during shipment b. Marking: All equipment shall be appropriately marked regarding function, handling and storage 3. Shipping: a. All equipment shall be shipped in a manner that assures timely delivery and protection of materials. Any equipment damaged during shipping or delivery shall be rejected and repaired or replaced by the Contractor, at OWNER’s discretion and at no additional cost to OWNER. b. No materials, goods or equipment shall be received or stored at the work site nor installed or incorporated into the work without a successfully reviewed shop drawing submittal. 4. Delivery: a. Upon delivery to the site, the equipment in this section shall be carefully unloaded and properly stored until installation. The equipment shall be handled and stored in strict accordance to the manufacturer’s recommendations. 5. Inspections: a. A failure by the Contractor to schedule and participate in the mandatory inspections described in this section will require the Contractor to return the construction to its pre-inspection state. b. Comply with all inspection for excavation and backfill. All drilled holes are to be inspected by the Engineer or their representative prior to installing the tower or backfilling. The Contractor will provide one (1) week notice to the Engineer/OWNER Communications Interface Equipment 40 95 43 - 12 LUB19278 – Low Head C Pipeline for scheduling of the inspection. All holes will be inspected during the scheduled inspection period. The Contractor will install concrete pad at the bottom of the hole during this inspection period. c. The setting of all tower poles is to be inspected by the Engineer or their representative after the concrete backfill has been placed and prior to backfilling the remaining part of the hole with stone dust. The Contractor will provide one (1) week notice to the Engineer for scheduling of the inspection. All holes will be inspected during the scheduled inspection period. d. The completed installation of underground conduit, antenna system grounding and transmission cable is to be inspected by the Engineer or their representative prior to backfilling the trench. The Contractor will provide one (1) week notice to the Engineer for scheduling of the inspection. All holes will be inspected during the scheduled inspection period. e. The Contractor is to provide a bucket truck, capable of reaching the top of the tower, for inspection of site antenna. The Engineer will provide one (1) week notice to the Contractor for scheduling of the inspection. 6. Tower Erection: a. The Contractor shall furnish all necessary personnel, supervision, tools, equipment, and transportation required to complete the installation and erection of all items specified herein. b. Contractor is to locate tower taking into consideration: location of existing underground devices, lot plan, overhead electrical distribution cables, access to top of tower with a boom truck, and line-of-sight with headend radio site. c. After materials have been unloaded, the Contractor shall inventory all parts per the bill of material and report immediately to OWNER that: a) materials received agree with bill of materials, or b) there are shortages and damaged materials, listing all such items. d. All necessary local construction permits shall be obtained by the Contractor before construction beings. All costs for the permits will be borne by the Contractor. e. The Contractor shall maintain a check of tower plumbness during all phases of the erection work. Plumbness shall be measured by means of a transit placed so that the sight elevation angles are less than 45 degrees. At least two sights shall be made for each check, oriented at right angles to each other and taken within the shortest practical time interval. At all times the tower shall be plumb within the tolerance specified in drawings. After completion of tower erection, with all joints tight, and all appurtenances installed, the Contractor shall make a final check for plumbness in the manner prescribed above. f. Field modifications including welding or burning of holes in members shall not be allowed. g. The Contractor shall provide a dedicated, full-time supervisor. The supervisor shall be assigned and available through all phases of construction. Responsibilities include, but are not limited to: verification of tower and anchor locations; finished grade and Communications Interface Equipment 40 95 43 - 13 LUB19278 – Low Head C Pipeline construction of foundations; delivery and erection of tower; off-load location and installation of antennas; and joint inspection of construction. 7. Antenna a. The antenna shall be installed as shown in the antenna mounting details drawings/ b. Each antenna shall be oriented and aimed as determined in the Filed Radio Link Verification Test. c. The Contractor shall adjust each antenna as required to optimize the antenna link signal quality. 8. Wireless Radio a. The Contractor shall install the wireless radio with the antenna as specified by the manufacturer. b. The output power of the wireless radio shall be adjusted to achieve the maximum Effective Isotropic Radiated Power (EIRP) as specified in the FCC Rules, Part 15.247. 9. Waterproofing a. A waterproof seal shall be provided at the point of entrance of the CAT5 cable into the outside conduit. All building and/or RTU enclosure penetrations for conduit and cable shall be protected by a waterproof seal. 10. Lighting Protection a. The Contractor shall install a data line surge protection device on the incoming CAT5 cable in the RTU cabinet. Lightning arrestors shall be designed to meet EN/IEC 60950- 1 requirements. 11. Grounding a. The Contractor shall install ¾”x10’ copper-clad ground rods directly below or near the antenna mount pole with 20 feet minimum spacing between each ground rod. A 4/0 AWG (min.), insulated copper ground wire shall be used for grounding the antenna and the air terminal. The ground wires shall be bonded to the mast. The antenna ground wire shall be connected to the ground rod using an exothermic weld. The air terminal ground wire shall be bonded to the antenna cable using a grounding kit and shall be connected to the ground rod using exothermic weld. b. All grounding shall conform to the requirements set forth in Section 26 05 26, “Grounding & Bonding for Electrical Systems”. 3.02 CONFIGURATION A. The System Supplier shall fully configure all network devices. All device selections shall be fully coordinated with the OWNER to ensure compatibility with existing systems and standards. Provide all hardware and software as required for a tempered network. B. Firewalls: The System Supplier shall fully configure all network firewalls. The firewall shall be configured for all network connections provided under this contract, and shall be configured to exclude devices not part of the control system network unless otherwise specified. The firewall shall be configured to deny all traffic, except for traffic specifically allowed in the rule set. Communications Interface Equipment 40 95 43 - 14 LUB19278 – Low Head C Pipeline C. Management Software: Management software shall be fully configured for all network devices provided. D. Network Configuration Report 1. The System Supplier shall provide a configuration report to the OWNER detailing all connections, addresses, and port assignments. 3.03 TESTING A. Network Testing: After each network has been installed, a technical representative of System Supplier shall test the network and shall provide a written report for each test. B. Test Equipment: Unless specified otherwise, all test equipment for the calibration and checking of system components shall be provided by System Supplier for the duration of the testing work and this test equipment will remain the property of System Supplier C. Ethernet Network Minimum Test Requirements: The following minimum tests are to be performed by the System Supplier: 1. Verify Link Integrity Status LED is lit on both sides of each link 2. Verify proper operation and failover of each redundant component and redundant link. 3. Verify alarming of each link failure. 4. Verify bandwidth usage D. Ethernet Network Test Reports: 1. Upon completion and testing of the installed Ethernet network, the System Supplier shall submit test reports to the Engineer in printed form. Test reports are to show all test results performed by the System Supplier for each port and piece of equipment. Date of calibration of the test equipment is also to be provided. 3.04 SYSTEMS CHECK A. A technical representative of System Supplier shall participate in the checkout of network systems. Systems check requirements shall be as specified in the instrumentation and Control System section. 3.05 NETWORK TROUBLESHOOTING A. It is the System Supplier’s responsibility to provide trouble-free and reliable networks. The System Supplier shall employ any means necessary to ensure operational networks. The System Supplier shall obtain any needed test equipment, including but not limited to time- domain reflectometer, protocol analyzers and network sniffers, to troubleshoot any problems. The System Supplier shall utilize the services of a trained and certified Network Engineer that is regularly involved in troubleshooting network problems, in the event that operational or reliability problems exist. Acceptable certifications include Cisco CCNP, Cisco CCIE, or Network Professional Association Certified Network Professional (CNP). 3.06 SPARE PARTS A. Spare parts shall be provided as specified below. Communications Interface Equipment 40 95 43 - 15 LUB19278 – Low Head C Pipeline 1. Switches – (1) One of each type provided 2. Firewall / Routers – (1) One of each type 3.07 TRAINING A. The Contractor shall provide a training session for the OWNER’s representatives at the jobsite or other office location chosen by the OWNER. Each eight hour training session shall be broken up into two segments each of 4-hours with a 15 minute break every two hours. Lunch break will be one hour. Training sessions shall be scheduled and coordinated with the OWNER. B. Training shall be for five members of the OWNER's staff. C. Supplier shall submit a training outline for OWNER’s/Engineer’s review and comment a minimum of 4 weeks before training is to take place. D. Instruct the operating and maintenance personnel in principle of operating of all major devices and the care and maintenance of components included the software and troubleshooting for a period of not less than one (1) eight (8) hour day. Coordinate with OWNER for exact requirements. Provide three-ring binders to participants complete with copies of drawings and other course material covered. 1. Network training shall be conducted in one session at OWNER’s facilities using the hardware and software installed for this project. 2. Course shall provide an overall description of the network and how it operates. 3. A one hour course (for each make/model of switch, router and firewall) on configuration shall be provided. This instruction shall be aimed at network administrator’s level of understanding, and shall be provided by the individual that configured the devices. The course shall review the configuration settings. Course training material shall be vendor provided equipment manuals. 4. A one hour course on the use of the management software shall be provided. This instruction shall be aimed at a network administrator’s level of understanding, and shall be provided by the individual that configured the software. Course training material shall be vendor software manuals. 5. Training shall be provided on the use of any Network Test Equipment provided. Course training material shall be vendor provided equipment manuals. E. All costs (travel expenses, testing equipment, etc.) required for the training shall be the responsibility of the equipment manufacturer/contractor. END OF SECTION Page Intentionally Left Blank APPENDIX A - BAILEY COUNTY PIPELINE INFORMATION Page Intentionally Left Blank U No Text .III :: gill ...1111111111111111111111111111111111111111111111�111111111111111111111111111111111 N N N N N N W (W (A P tT V A (00 (O O N O O O O O O O O O MATCH LINE STA 393+00 I' I 37+00 = 15' I �6 43 30' E TEMP S ESMT I 3195+00 I� I y I 3196+00 I rn �=1 Z ZOOZ I I rn �Umon O � 1n ;0 37+00 O D 2 ZZ Z�> B _ ><r O I D < C r ;U O ;U 1— ITT 3198+00 I 32g3 W. '. m I 399+00 I I 4b0+00 —•— le - - STA 400+90 F19 . 4 11 CAVJO Y�1J I T fll f Is I dx - 4 2+00 ID I I MATCH LINE STA 403+00 O ��Z-9 O-ZOOJ O 1-9 m�OD? ZNOD O O -0 O O M - OZOON n O D Ln =O O D I'MO= D This Record Drawing is a combination of the FTl m C7 Z i l m N O O Z " N O O A ® O r C r 2< sealed engineering contract drawings for this project, modified by information furnished by the contractor reflecting changes in the D m rr1 Z D m r TO = O D r'l Z - O0 TJ D Project made during c nstructicn. The original sealed drawings are on file at the offices of FREESE AND NICHOLS, INC. r 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH, TEXAS 76109-4895 N (817) 735-7300 O O Z RECORD DRAWINGS PREPARED ON: 8130/ 015 O Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 O = N0. ISSUE BY DATE F&N JOB N0. CITY OF LUBBOCK, TEXAS �� LUB12311 BAILEY COUNTY WELL FIELD SUPPLY PIPELINE FREESE DATE 11/3/14 r A RECORD DRAWING NCL 10/30/15 DESIGNED NCL CONTRACT B ��0KNOLS —ORZ OATarDRiu NAo PGRED ONE IS DOCUNENr WAS ®ISSUED FOR CONSTRUCTION NCL 01/17/14 DRAwN AAL CIVIL 4055 International Plaza, Suite 200 ITAI " �THour PROPER ALTENATIO�OOFSA EALOED DaCUME�IEW Is (UNDER Co A ROW UPDATE - ISSUED FOR ADV. NCL 11/11 /13 REVISED PLAN AND PROFILE Fort Worth, Texas 76109-4895 Phone - 817) 735-7300 OFFENSE THE TEAS ENGINEERINGEPRALTICE ACT. VERIFY SCALE Bar is one inch on original FILE NAME CHECKED Fax - (817) 735-7491 0 1 drawing. If not one inch 6. this sheet, adjust scale. on CV—WTL—PP—WTRL08dWg STA 393+00 TO STA 403+00 No Text 4" DUCTILE IRON AIR 4" DIA. x 10' LONG VENT PIPE, PAINTED BLUE PAINTED D.I. PIPE FILLED W/CONCRETES _ SCREENED VENT (SEE DETAIL) �Yz"x3/a" GALV. STRAPS - DRILLED TO POST TYPICALLY SPACED AS SHOWN o N DUCTILE IRON MECHANICAL JOINT E M SOLID SLEEVE COUPLING WITH EBAA MEGALUG RETAINER GLAND 4" DUCTILE IRON TYPE A OR B COVER AIR VENT PIPE, 60" RCP, C76, CLASS PAINTED YELLOW 10 III OR ASTM C478 a 1� �w w J J w w L` O 1" GATE VALVE & 1" ELL CL a o a w o 0 4" FLANGED GATE VALVE 0 a Li W/ BEVEL GEAR o w 4" FLANGED OUTLET CEMENT MORTAR a •c� 24" FLANGED OUTLET 2" EXPANSION JOINT a WITH INSULATED FLANGE FILLER AROUND O' VAULT PENETRATION COMBINATION Q NOTE: 4" AIR VALVE 3/4" CRUSHED GRAVEL 1. 4" AIR VALVE SHOWN. WHERE 6" OR 8" AIR ABOVE EMBEDMENT VALVES ARE INDICATED, INSTALL 6" OR 8" MATERIAL FLANGED OUTLET AND GATE VALVE AS APPLICABLE. SEE SPECIFICATIONS FOR AIR VALVE TYPE. EMBEDMENT GROUND LINE GRADE TO DRAIN ALL DIRECTIONS - a H W W J w 60" RCP, C76, a w o CLASS III OR a Jp a w o ASTM C478 — w w ¢ a 24" FLANGED O v w OUTLET WITH a O (n INSULATED — FLANGE 7 CRUSHED GRAVEL ABOVE EMBEDMENT MATERIAL oz AIR VALVE DETAIL NOT TO SCALE 60" I.D. TYPE A OR B COVER BLIND 8" SCH 40 WELDED MH. FLANGE STEEL PIPE F- I EMBEDMENT-/ BLOWOFF DETAIL NOT TO SCALE 4" DUCTILE IRON 180' ELL W/ FLANGE END, PAINTED YELLOW 16-MESH SS BUG SCREEN D.I. BLIND FLANGE W/4' CUT OUT ATTACH EXPANDED METAL WITH Y4" OPENING BEFORE ATTACHING THE BUG SCREEN SCREENED VENT NOT TO SCALE GENERAL NOTES: 1. MANHOLES AND LIDS SHOWN ON THIS SHEET ARE FOR NON ROAD/TRAFFIC AREAS. SEE SHEET DT-5 FOR TRAFFIC RATED MANHOLE DETAILS AND SCHEDULE. 2. ROUTE VENT PIPING TO CURB LINE AS SHOWN IN PLAN VIEW OF PLAN AND PROFILE SHEETS 1" GATE VALVE & 1" ELL 8" FLANGED GATE VALVE W/ BEVEL GEAR --8" FLANGED OUTLET CEMENT MORTAR GROUND LINE GRADE TO DRAIN ALL DIRECTIONS - a vw w J J W W 0 W a0 Of a w o 60" RCP, C76, 0- w a CLASS III OR o v ASTM C478 — a O W w ~ v io 24" FLANGED OUTLET -Y4" CRUSHED GRAVEL ABOVE EMBEDMENT MATERIAL EMBEDMENT ° Z— ggENH _ o`E` �� - o n3� Z TOP OF SLAB 7 0� Q o'o _ c°EoEE�< O x M N 9w EXTRUDED ALUM TUBES, MIN 3/a" DEEP, Y8" THICK 3" W/RIBBED TREAD SURFACE. 3/a, FIT RUNGS IN CENTERLINE OF SIDE RAILS, WELD & GRIND FLUSH TYP 3/16 FABRICATE SIDE RAILS & SUPPORT BRACKETS a FROM CONT EXTRUDED ALUM CHANNELS OR TUBES, MIN 3"DEEP, -'a" WIDE, & Y,," THICK 0 I a FXTFNSInN POST K I A3 4 T e a a ELEVATION SECTION DETAIL NOTES: 1. ALL LADDER MEMBERS SHALL BE ALUMINUM UNLESS OTHERWISE NOTED. ALUMINUM LADDER TYPE A OR B COVER %"0 304 STAINLESS STEEL ANCHOR RODS W/ S.S. NUTS & WASHERS ® 12"C/C W/5%" MIN ON PLAN EMBED. ANCHOR INTO CONC CONT (GALV) W/HILTI RE500 EPDXY ADHESIVE L3x2xY4" (LLV) STANDARD CLIP r.,:T., FLANGED"BEVEGEAR (FOR ILLUSTRATION VALVE W/ Ir ° ONLY) a 8" FLANGED OUTLET a ° < ° a CEMENT MORTAR a ACCESS MANHOLE NOT TO SCALE SS HILTI KWI T W/4" EMBED OR MOUNTING REQUIRED NOT TO SCALE DIMENSION AS INDICATED L3x2xY" GALV STEEI FRAME W/ %"0 GALV ANCHORS x 0'-6" 0 1'-0"C/C REMOVABLE ALUM GRATING 1...DEEP _,., WALL SUPPORT EMBEDMENT SUPPORT ALUMINUM GRATING SUPPORT DETAIL NOT TO SCALE NJ Wz Wz �� _pia _ M av o� Ez— a3a? �r o LEI z J LEI a a i/) J J a Q La a LLJ Ld (n w Y 0 m W J owC)-i U m � Z F-- w Q J J z 0 Z 0 0 LLI 0 W U D z U Q U LLJ J a m a U QQ M Z Q T � M � m \ _ 1 0 _ w a I O N r \ J U V V U _ Z Z Z Z o 0 o.c o 0 a °om O Ow OOa c O - w v N L Z O I 3 N i U o oL m-o o OFo tR w a a 7 }} K d N .0w >o SHEET DT-4 No Text RELEASE COPY ISSUED FOR FABRICATION APRIL 11, 2014 PRESSURE PIPE PROJECT Project LOCATION - LUBBOCK, TEXAS OWNER - CITY OF LUBBOCK DESCRIPTION- BAILEY COUNTY WELL FIELD SUPPLY LINE CONTRACT B 36,025 LF 30" B-303 PIPE CLASS 150-11' 620 LF 30" B-303 PIPE CLASS 150-14' 7,512 LF 36" B-303 PIPE CLASS 150-11' 411 LF 36" B-303 PIPE CLASS 150-15' Directory HANSON CONTACTS FOR THIS PROJECT ARE: ENGINEERING - KATHERINE JOHNSON 972-262-3600 SALES - BRAD HUNEMULLER 972-262-3600 DELIVERY - TOM PAGE 972-262-3600 FIELD SERVICES - NELS THOMSEN 972-262-3600 BILLIE JURGERSON ■❑■ ■■■ momHanson HEIDELBERGCEMENTGroup Hanson Pressure Pipe MANUFACTURER OF STEEL & CONCRETE PRESSURE PIPE Engineer FREESE & NICHOLS Contractor GARNEY CONTRACTORS JOHN SEDBROOK 720-407-8160 STEEL STRAP THREADED THROUGH HEM OF WRAPPER, DRAWN TIGHT AND FASTENED. CEMENT MORTAR MIXED TOA CONSISTENCY OF :< THICK CREAM, TO BE POURED IN FIELD. SEE NOTES "A" & "B" RELEASE COPY ISSUED FOR FABRICATION APRIL 11, 2014 PROTECTIVE COATING APPLIED IN THE FIELD WIDTH OF WRAPPER TO BE 12", UNLESS OTHERWISE SPECIFIED. SEE ADDITIONAL MATERIAL SHEET. JOINT AND GASKET SHALL BE 1 L CEMENT MORTAR LUBRICATED WITH A SUITABLE PLACED IN FIELD. VEGETABLE COMPOUND SOAP PRIOR TO ENGAGEMENT. STANDARD RUBBER GASKET JOINT APPLICABLE TO ALL TYPES OF PRESSURE PIPE MANUFACTURED BY HANSON. "n— 11 WRAPPER: SEE STANDARD RUBBER PROTECTIVE COATING GASKET JOINT DETAIL. APPLIED IN FIELD. SEE NOTE "A". 'A;`I 14 11111 1 •' I I I I I I I I t SEE NOTE "B". WELDED WIRE MESH. FLANGE CONNECTIONS WRAPPER, SEE STANDARD RUBBER GLAND AND BOLTS GASKET JOINT DETAIL SUPPLIED BY OTHERS. SEE NOTE "B"s KAFC HAMC:AI FOR AIR VALVES, ACCESS MANHOLES, FLANGED GATE VALVES, ETC. PROVIDE 1" MINIMUM THICKNESS CONCRETE OR MORTAR COATING IN THE FIELD FOR THE PROTECTION OF ALL EXPOSED STEEL SUCH AS FLANGES, CAULKED JOINTS, THREADED OUTLETS, CLOSURES, ETC. THE CEMENT MORTAR USED SHALL CONSIST OF ONE PART PORTLAND CEMENT TO TWO AND ONE-HALF PARTS OF FINE, SHARP (PLASTER) SAND. WHERE SHOWN, COATING IS TO BE REINFORCED WITH WIRE MESH. SEE NOTE "D" THRUST BLOCK NOTE "D" THRUST BLOCK SHOULD NOT LIMIT THE FLEXIBILITY OF THE JOINTS. THRUST BLOCK DESIGN SHALL BE DETERMINED THROUGH CONSIDERATION OF EXISTING SOIL CONDITIONS BY THE OWNER AND/OR ENGINEER. THRUST SHOWN ON LAYOUT DRAWINGS ARE BASED ON PIPE DESIGN PRESSURES. NOTE "B" JOINT CONNECTIONS FOR VALVES AND OTHER TYPES OF PIPE. ABOVE ALSO APPLICABLE TO CAULKED JOINTS AND FLEXIBLE COUPLING CONNECTIONS. ANY SURFACE RECEIVING A CEMENT MORTAR COATING SHALL BE THOROUGHLY CLEANED AND WETTED WITH WATER JUST PRIOR TO PLACING THE CEMENT MORTAR COATING. AFTER PLACEMENT, CARE SHALL BE TAKEN TO PREVENT CEMENT MORTAR COATING FROM DRYING OUT TOO RAPIDLY BY COVERING WITH DAMP EARTH OR BURLAP. SOME SHRINKAGE CRACKING MAY OCCUR; SHRINKAGE CRACKS LESS THAN 1/8" WIDE IN OTHERWISE SOUND JOINT MORTAR ARE GENERALLY CONSIDERED ACCEPTABLE. CEMENT MORTAR COATING SHALL NOT BE ALLOWED TO FREEZE. a� . a < I I A I. I 4.. SEE SEE _NOTEl— NOTE CONCRETE CRADLE, ENCASEMENT, OR STRUCTURE WALL CONNECTION NOTE "C" SEE NOTE „C„ IN ORDER TO PROVIDE FLEXIBILITY IN THE EVENT OF DIFFERENTIAL SETTLEMENT, A RUBBER GASKET JOINT SHALL BE WITHIN 2' OF A RIGID SUPPORT FOR PIPE 24" DIAMETER AND SMALLER. A FLEXIBLE JOINT SHALL BE WITHIN ONE PIPE DIAMETER OR 5' OF A RIGID SUPPORT, WHICHEVER IS LESS, FOR LARGER PIPE. NOTE: 1. ENGR'S SPECIFICATION SUPERSEDE HANSON RECOMMENDATIONS. 2. GENERAL FIELD INFORMATION SUBJECT TO OWNER'S AND/OR CONSULTING ENGR'S SPECIFICATIONS AND/OR APPROVAL. DR. BY: KDJ GENERAL INFORMATION Hanson Pressure Pipe °HECKE°: LUBBOCK, TEXAS No. BY DATE REVISION DATE: O2/O7/2O1 DwG. NO. 140026 SHEET 3A 1/4" R 1/4" R P i° t=10GA. NOTES: I 1/2" 1. STEEL BONDING CLIP: MATERIAL SPEC........ ASTM A36 (COMMERCIAL QUALITY) CUT LENGTH .............. 2-1/2"±1/16" WIDTH ......................... 1-1/4" ±1/16" 2. LYTHERM FILLER STRIP TO BE 1" X 1-1/2" WIDE TO OVERLAP SIDES OF CLIP 3. BONDING CLIP CRIMPED OVER FILLER AT "A" TO COMPRESS FILLER 4. BONDING CLIP TO BE INSTALLED ON EXTERIOR OF PIPE 5. ARRANGE BONDING CLIPS ON TOP OF PIPE, 3" APART 6. THREE REQUIRED PER JOINT (TYPICAL) TOP cL BONDING CLIP (3 REQ'D) RELEASE COPY ISSUED FOR FABRICATION APRIL 11, 2014 1/2" + / SCREED COATING IN PLANT SCREED COATING IN PLANT E9 � -'������ � ♦ � a BONDINGZ 1- 4-1/4" + •D PER JOINT BONDEDTYPICAL • FIELD INSTALLATION PROCEDURE Place bonding clip in exterior joint recess as shown. Weld clip to bell and spigot using 1/8" fillet weld. Remove slag from weld and fill recess with cement mortar, covering all exposed steel. DR. BY: KDJ B-303 $ L-301 BONDED Hanson Pressure Pipe °HECKE°: LUBBOCK, TEXAS No. BY DATE REVISION DATE: 02/07/201 owG. NO. 1401)26 SHEET 3B SCREED COATING ON SPIGOT & BELL TO ALLOW ACCESS FOR FIELD WELD. OUTSIDE MORTAR APPLIED AFTER COMPLETION OF FIELD WELD. FAI INTERIOR BUTT WELD WITH NO EXTERIOR WELD REQUIRED FOR #10 GA. TO 3/16" THICK CYLINDERS WELDED FOR THRUST. DOUBLE -WELDED M3516 OR M3818 SPIGOTS REQUIRED FOR THICKER CYLINDERS WELDED FOR THRUST. RELEASE COPY ISSUED FOR FABRICATION APRIL 11, 2014 FILLET WELD ON EACH SIDE OF ROD. (COMPLETE FUSION REQUIRED T BETWEEN BELL & ROD) 3 1 /4" RUBBER GASKET FULL CIRCUMFERENTIAL M4933, M3516, OR M3818 SPIGOT WELD REQUIRED (M3818 SPIGOT FOR 48" L-301 ONLY) FIELD PROCEDURE: PLACE A 3/8" 0 STEEL ROD SNUGLY INTO THE RECESS BETWEEN THE BELL AND SPIGOT. THE WELD MUST BE CONTINUOUS. rLlr% lnr%wi PIPE SIZE & TYPE WELD DESIGN, PSI 36" 150 30" 150 DR.Bv: KDJ B-303 & L-301 INT. FIELD WELD DETAIL Hanson Pressure Pipe °HEGKE°: LUBBOCK, TEXAS No. BY DATE REVISION DATE: O2/O7/2O1 °wG. NO. 140026 SHEET 3C RELEASE COPY ISSUED FOR FABRICATION APRIL 11, 2014 32'-3 1/4" OVERALL LENGTH OF STANDARD PIPE 32'-0" NOMINAL LAYING LENGTH OF STANDARD PIPE 3 1/4" NOM. LAP COMPLETE COIL PARALLEL TO END OF PIPE CEMENT MORTAR POURED IN FIELD 3 3/4 MIN. 4" MAX. H" MIN. MECHANICALLY 5 SPIRALLY WOUND " REINFORCEMENT IMPACTED MORTAR SEE TABLE BELOW F COATING ABOVE WIRE (L D CL "T" MIN. 7T- I m Q U VNOMINAL INSIDE CENTRIFUGAL z JOINT SPACE "I"'0 a MORTAR LINING CEMENT MORTAR PLACED IN FIELD 0 O SIZED SPIGOT RING Z 0 o CARNEGIE SHAPE 0 0 — M-3516 x 4 1/2" LL 21 /32" 0 SYNTHETIC 6 RUBBER GASKET ASSEMBLED JOINT SECTION B-303 BAR -WRAPPED CONCRETE CYLINDER PIPE MANUFACTURING DATA INSTALLATION DATA I.D. OF PIPE "A" DESIGN PRESSURE OR CLASS PSI ALLOWABLE DEPTH OF COVER TOTAL As PER LINEAR FOOT SQ. IN. STEEL CYLINDER SPIRALLY WOUND REINFORCEMENT I.D. OF JOINT RING C" BELL RING THICK. COATING THICK. ABOVE WIRE "H" NOM. O.D. OF PIPE AT BELL "J" INSIDE JOINT SPACE '�F" MAXIMUM DEFLECTION OF STANDARD JOINT APPROXIMATE WEIGHT OF STD. PIPE, LBS. O.D. OF CYLINDER „g„ GAGE OR THICKNESS "T" As PER LINEAR FT. SQ. IN. CYL. TEST PRES. PSI As PER LINEAR FT. SQ. IN. ROD DIA. COILS PER LINEAR FOOT WIRE SPACING "D" ANGLE, DEGREES OFFSET, FT -IN 30" 150 11' 1.58 31 7/8" #12 1.26 179 0.33 0.2500 6.68 1.80 32 3/8" 3116" 0.75" 35" 1/2" 1.33° 0'- 8 7/8" 8140 30" 150 14' 1.58 31 7/8" #12 1.26 179 0.33 0.2500 6.68 1.80 32 3/8" 3/16" 0.9375" 35 3/8" 1/2" 1.33' 0'- 8 7/8" 8863 36" 150 11' 1.97 37 7/8" 1 #10 1.61 194 11 0.36 0.2500 7.33 1.64 38 3/8" 1/4" 0.75" 41" 1/2" 1.12° 0'- 7 1/2" 1 9987 36" 150 15' 1.97 37 7/8" #10 1.61 194 0.36 0.2500 7.33 1.64 38 3/8" 1/4" 1.0625" 41 5/8" 1/2" 1.12" 0'- 7 1/2" 11409 HS-20 LIVE LOAD (OR TRUCK LIVE LOAD) FOR EARTH COVER GREATER OR EQUAL TO 10 FT, ARE INSIGNIFICANT PER THE AWWA M9 MANUAL. FOR EARTH COVER LESS THAN 10 FT, COMBINATION OF EARTH LOAD AND LIVE LOAD IS LESS THAN MAXIMUM ALLOWABLE EXTERNAL LOAD THAT PIPE IS DESIGNED TO HANDLE. DR. BY: KUJ PIPE DESIGN Hanson Pressure Pipe CHECKED: LUBBOCK, TEXAS No. BY DATE REVISION DATE: 02/07/201 owG. NO. �40026 SHEET 4 RELEASE COPY Issue for Fabrication APRIL 11, 2014 RELEASE COPY Issue for Fabrication APRIL 11, 2014 RELEASE COPY Issue for Fabrication APRIL 11, 2014 RELEASE COPY Issue for Fabrication APRIL 11, 2014 RELEASE COPY ISSUED FOR FABRICATION APRIL 11, 2014 75 1 /4" 39 1 /4" 36" 36" B-303 BELL CV v 1/4"R co N 3 3/4" 16 9/16" 1/4" R 12 9/16" 4 1/2" OD = 37 7/8" H pD J J D_ n W Cn M — [aM M 11 M N p BOTTOM rL aj oM m O m � co M co T264 36" B-303 SPIGOT x 36" B-303 BELL x 36" B-303 BELL TEE DR. BY: KDJ FITTING Hanson Pressure Pipe CHECKED: LUBBOCK, TEXAS No. BY DATE REVISION DATE: 02/07/201 DWG. NO. 140026 SHEET D67