You are on page 1of 291

TABLE OF CONTENTS

Bidding Documents Page

Notice Inviting Bids ....................................................................................................... A-1


Instructions to Bidders.................................................................................................. B-1
Bid .......................................................................................................................... C-1
Bid Bond....................................................................................................................... D-1
Information Required of Bidder .................................................................................... E-1

Contract Documents

Agreement.................................................................................................................... F-1
Performance Bond ....................................................................................................... G-1
Payment Bond.............................................................................................................. H-1
Notice of Award ............................................................................................................ I-1
Notice to Proceed......................................................................................................... J-1
Payment Application and Certificate ............................................................................ K-1
Change Order .............................................................................................................. L-1
Contractor's Certificate of Substantial Completion ....................................................... M-1
Contractor's Certificate of Final Completion ................................................................. N-1
Consent of Surety for Final Payment ........................................................................... O-1
Affidavit of Payment ..................................................................................................... P-1

GENERAL CONDITIONS OF THE CONTRACT

Article

1 - Definitions ............................................................................................................ 1-1


2 - Preliminary Matters .............................................................................................. 2-1
3 - Contract Documents: Intent, Amending, Reuse .................................................. 3-1
4 - Availability of Land; Physical Conditions: Reference Points ................................ 4-1
5 - Bonds and Insurance ........................................................................................... 5-1
6 - Contractor's Responsibilities ................................................................................ 6-1
7 - Other Work .......................................................................................................... 7-1
8 - Owner's Responsibilities ...................................................................................... 8-1
9 - Engineer's Status During Construction ................................................................ 9-1
10 - Changes in the Work ....................................................................................... 10-1
11 - Change of Contract Price ................................................................................. 11-1
12 - Change of Contract Time ................................................................................. 12-1
13 - Warranty and Guarantee; Tests and Inspections; Correction, Removal,
Or Acceptance of Defective Work .................................................................... 13-1
14 - Payments to Contractor, Liquidated Damages and Completion ...................... 14-1

i
GENERAL CONDITIONS OF THE CONTRACT

15 - Suspension of Work and Termination .............................................................. 15-1


16 - Miscellaneous .................................................................................................. 16-1

SUPPLEMENTAL GENERAL CONDITIONS

Article Page

17 - General ............................................................................................................ 17-1


18 - Amounts of Liquidated Damages, Bonds, and Insurance ................................ 18-1
19 - Physical Conditions and Weather Delays ........................................................ 19-1
20 - Subcontract Limitations.................................................................................... 20-1
21 - Miscellaneous .................................................................................................. 21-1

TECHNICAL SPECIFICATIONS

Section No. of Pages

DIVISION 01 – GENERAL REQUIREMENTS

01 00 50 – Administrative Provisions ........................................................................... 5


01 02 50 – Measurement and Payment ....................................................................... 5
01 33 00 – Submittal Procedures ................................................................................. 4
01 45 00 – Quality Control ........................................................................................... 4
01 55 50 – Traffic Control............................................................................................. 2
01 57 10 – Construction Facilities and Temporary Controls ........................................ 4
01 78 50 – Closeout Procedures.................................................................................. 4

DIVISION 03 – CONCRETE

03 25 00 – Concrete Accessories ................................................................................ 4


03 50 00 – Cast-In-Place Concrete .............................................................................. 6
03 57 00 – Concrete Curing ......................................................................................... 2
03 60 00 – Grout .......................................................................................................... 6

DIVISION 05 – METALS

05 53 00 – Gratings, Ladders, and Access Hatches .................................................... 4

DIVISION 09 – FINISHES

ii
09 91 00 – Pipeline Coatings and Linings .................................................................... 4

DIVISION 26 – ELECTRICAL

26 42 00 – Cathodic Protection .................................................................................... 9

DIVISION 31 – EARTHWORK

31 11 10 – Site Preparation ......................................................................................... 2


31 22 30 – Base Course .............................................................................................. 6
31 23 26 – Excavating, Backfilling, and Compaction ................................................. 10

DIVISION 32 – EXTERIOR IMPROVEMENTS

32 01 04 – Restoration of Existing Improvements........................................................ 8

DIVISION 33 – UTILITIES

33 05 05 – Ductile Iron Pipe ......................................................................................... 4


33 05 06 – Polyethylene Pipe ...................................................................................... 4
33 05 09 – Steel Pipe ................................................................................................... 4
33 11 00 – Water Distribution and Transmission Systems .......................................... 8
33 12 16 – Water Valves .............................................................................................. 8
33 13 00 – Disinfection................................................................................................. 4
33 13 05 – Flushing and Testing .................................................................................. 4

DRAWINGS

01 – Title Sheet ...................................................................................................... G101


02 – General Notes ................................................................................................ G102
03 – Site 1 Existing Conditions and Demolition Plan ...........................................CD101
04 – Site 1 Existing PRV Station Conditions and Demolition Plan .......................CD102
05 – Site 1 Improvement Plan ..............................................................................CP101
06 – Site 1 Existing PRV Retrofit and Restoration Plan .......................................CP301
07 – Site 1 New PRV Station Piping Plan ............................................................CP302
08 – Site 1 New PRV Station Vault Plan ..............................................................CP303
09 – Site 2 Existing Conditions and Demolition Plan ...........................................CD103
10 – Site 2 Improvement Plan ..............................................................................CP103
11 – Site 2 Piping Plan .........................................................................................CP304
12 – Site 2 Vault Plan...........................................................................................CP305
13 – Site 3 Existing Conditions and Demolition Plan ...........................................CD104
14 – Site 3 Improvement Plan ..............................................................................CP104
15 – Site 3 Existing Piping Plan ...........................................................................CP306

iii
16 – Site 3 Existing Vault Structure and Demolition Plan .....................................CP307
17 – Site 3 Piping Plan .........................................................................................CP308
18 – Site 3 Vault Plan...........................................................................................CP309
19 – Site 4 Existing Conditions and Demolition Plan ...........................................CD105
20 – Site 4 Improvement Plan ..............................................................................CP105
21 – Site 4 Existing Piping Plan ...........................................................................CP310
22 – Site 4 Existing Vault Structure and Demolition Plan .....................................CP311
23 – Site 4 Piping Plan .........................................................................................CP312
24 – Site 4 Vault Plan...........................................................................................CP313
25 – Details ..........................................................................................................CP501
26 – Details ..........................................................................................................CP502
27 – Details ..........................................................................................................CP503
28 – Murray City HDPE Waterline and Misc. Details…………………………………CP504
29 – Cathodic Protection Details ..........................................................................CP510
30 – Cathodic Protection Details ..........................................................................CP511

ATTACHMENTS

Name No. of Pages

CCTV Camera Insertion Tap General Requirements................................................... 4

iv
INSTRUCTIONS TO BIDDERS

PROJECT NAME: 4500 South Waterline Improvements

DESCRIPTION OF WORK: The “4500 South Waterline Improvements Project” consists of


the construction of two underground valve stations, the refurbishment of two existing
underground valve stations, and the demolition of one existing underground valve station..
Four additional existing sites will be retrofitted with CCTV camera insertion valves and have
site improvements made. Additionally, the pipeline will undergo a video inspection
performed by others which will occur concurrently during the project.

DISTRICT WEB SITE AND PLANHOLDERS LIST


Prospective bidders must register at the District’s web site (www.jvwcd.org) under
“Engineering Projects”. Prospective bidders are required to check the District’s web site for
any addenda prior to submitting a responsive bid. The District’s web site will be used to
publish updated information relative to the project, including a planholders list.

RECEIPT OF BIDS: Sealed bids will be received at the office of the Jordan Valley Water
Conservancy District, Owner of the Work, located at 8215 South 1300 West, West Jordan,
Utah 84088, until 2:00 pm, on Thursday, December 18, 2014, for construction of the “4500
South Waterline Improvements”.

OBTAINING CONTRACT DOCUMENTS: The Contract Documents are entitled, “4500


South Waterline Improvements”. All Contract Documents may be obtained beginning
Tuesday, December 2, 2014, online at www.jvwcd.org in the “Engineering Projects”.

OPENING OF BIDS: The bids will be publicly opened and read at the time and location
identified above.

SITES OF WORK: 4500 South 500 West, 4500 South Main Street, 4500 South 900 East,
Murray Holladay Road 1300 East, 1200 West 4460 South, 2500 West 4400 South, 3600
West 4400 South, and 4800 West 4400 South.

PROJECT SCHEDULING: See section 01 00 50 Administrative Provisions for information


regarding the project work sequence and scheduling.

PRE-BID MEETING: A non-mandatory pre-bid meeting will be held at 3:00 pm on


Wednesday, December 10, 2014 at the office of the Owner to address questions of
potential bidders and to provide a brief overview of the project.

COMPLETION OF WORK: All work shall be completed within 360 calendar days from the
date of the Notice to Proceed.

AWARD OF CONTRACT: An Award of Contract, if it were awarded, will be made within 60

B-1
INSTRUCTIONS TO BIDDERS

calendar days of the opening of bids.

NOTICE TO PROCEED: A Notice to Proceed, if it were issued, will be made within 60


calendar days of the Notice of Award.

BID SECURITY: Each bid shall be accompanied by a certified or cashier’s check, money
order or bid bond in the amount of five percent of the total bid price payable to the Jordan
Valley Water Conservancy District as a guarantee that the bidder, if its bid is accepted, will
promptly execute the contract, provide evidence of worker's compensation insurance, and
furnish a satisfactory faithful performance bond in the amount of 100 percent of the total
bid price and a payment bond in the amount of 100 percent of the total bid price.

ADDRESS AND MARKING OF BID: The envelope enclosing the bid shall be sealed and
addressed to the Jordan Valley Water Conservancy District and delivered or mailed to
8215 South 1300 West, P.O. Box 70, West Jordan, Utah 84088. The envelope shall be
plainly marked in the upper left-hand corner with the name and address of the bidder and
shall bear the words "Bid for," followed by the title of the Contract Documents for the work
and the date and hour of opening of bids. The certified or cashier’s check, money order, or
bidder's bond shall be enclosed in the same envelope with the bid.

PROJECT ADMINISTRATION: All questions relative to this project prior to the opening of
bids shall be directed to the Engineer for the project. It shall be understood, however, that
no interpretations of the specifications will be made by telephone, nor will any "or equal"
products be considered for approval prior to award of contract.

Engineer
CRS Engineers
Project Manager: Doug Cromar
2060 East 2100 South
Salt Lake City, Utah 84109
Telephone: (801) 359-5565
Email: doug.cromar@crsengineers.com

OWNER'S RIGHTS RESERVED: The Owner reserves the right to reject any or all bids, to
waive any informality in a bid, and to make awards in the interest of the Owner.

Owner
Jordan Valley Water Conservancy District
Project Manager: Travis Christensen
8215 South 1300 West
West Jordan, Utah 84088
Telephone: (801) 565-4300
Email: travisc@jvwcd.org

B-2
INSTRUCTIONS TO BIDDERS

FORM OF BID: The bid shall be made on the bidding schedule(s) bound herein. The bid
shall be enclosed in a sealed envelope bearing the name of the bidder and name of the
project. In the event there is more than one bidding schedule, the bidder may bid on any
individual schedule or on any combination of schedules.

DELIVERY OF BID: The bid shall be delivered by the time and to the place stipulated in
the Notice Inviting Bids. It is the bidder's sole responsibility to see that his bid is received in
proper time.

WITHDRAWAL OF BIDS: Bids shall be unconditionally accepted without alteration or


correction, excepting that bidder may by means of written request, signed by the bidder or
his properly authorized representative withdraw his bid. Such written request must be
delivered to the place stipulated in the Notice Inviting Bids for receipt of bids prior to the
scheduled closing time for receipt of bids.

OPENING OF BIDS: The bids will be publicly opened and read at the time and place
stipulated in the Notice Inviting Bids.

MODIFICATIONS AND ALTERNATIVE BIDS: Unauthorized conditions, limitations, or


provisions attached to a bid may render it non-responsive and may cause its rejection. The
completed bid forms shall be without interlineations, alterations, or erasures. Alternative
bids will not be considered unless called for. Oral, telegraphic, or telephonic bids or
modifications will not be considered.

DISCREPANCIES IN BIDS: In the event there is more than one bid item in a bidding
schedule, the bidder shall furnish a price for all bid items in the schedule; failure to do so
may render the bid non-responsive and subject to rejection. In the event there are unit
price bid items in a bidding schedule and the "amount" indicated for a unit price bid item
does not equal the product of the unit price and quantity, the unit price shall govern and the
"amount" will be corrected accordingly, and the Contractor shall be bound by said
Correction. In the event there is more than one bid item in a bidding schedule and the total
indicated for the schedule does not agree with the sum of the prices bid on the individual
items, the prices bid on the individual items shall govern and the total for the schedule will
be corrected accordingly, and the Contractor shall be bound by said correction.

B-3
INSTRUCTIONS TO BIDDERS

BID SECURITY: Each bid shall be accompanied by a certified or cashier’s check or


approved bid bond in the amount stated in the Notice Inviting Bids. Said check or bond
shall be made payable to the Owner and shall be given as a guarantee that the bidder, if
awarded the work, will enter into a contract within 10 calendar days after receipt of the
contract from the Owner, and will furnish the necessary insurance certificates, Payment
Bond, and Performance Bond; each of said bonds to be in the amount stated in the Notice
Inviting Bids. In case the apparent low bidder refuses or fails to enter into such contract or
fails to provide the required insurance and insurance certificates, the check or bid bond, as
the case may be, shall be forfeited to the Owner. If the bidder elects to furnish a bid bond
as his bid guarantee, he shall use the bid bond bound herein, or one conforming
substantially to it in form.

BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND SITE

It is the responsibility of each Bidder before submitting a Bid to:

1. Examine Contract Documents thoroughly.

2. Visit the site to become familiar with local conditions that may affect cost,
progress, performance, or furnishing of the work.

3. Consider federal, state and local laws and regulations that may affect cost,
progress, and performance of furnishing of the work.

4. Study and carefully correlate the Bidder's observations with the Contract
Documents.

5. Notify the Engineer of all conflicts, errors, or discrepancies in the Contract


Documents.

Reference is made to the Supplemental General Conditions for identification of:

1. Those reports of exploration and tests of subsurface conditions at the site,


which have been utilized by the Engineer in the preparation of the Contract
Documents.

2. Those drawings of physical conditions in or relating to existing surface and


subsurface conditions (except underground utilities as defined in Article 1 of
the General Conditions) which are at or contiguous to the site and which
were utilized by the Engineer in the preparation of the Contract Documents.
Copies of such reports and drawings are available for inspection at the office
of the Owner.

B-4
INSTRUCTIONS TO BIDDERS

Information and data reflected in the Contract Documents with respect to underground
facilities at/or contiguous to the site are based upon information and data furnished to the
Owner and the Engineer by the owners of such underground facilities or others, and the
Owner does not assume any responsibility for the accuracy or completeness thereof
including any damages whatsoever that may be incurred by the Bidder or the Contractor
through his reliance thereon unless it is expressly provided otherwise in the Supplemental
General Conditions and/or the Technical Specifications.

Before submitting a bid, the bidder shall conduct such examination, investigations, studies
and tests as are necessary to satisfy himself as to: the nature and location of the physical
conditions (surface, subsurface and underground facilities), the general and local
conditions particularly those bearing upon transportation, disposal, handling and storage of
materials, availability of labor, availability of utilities, local weather conditions, the character
of equipment and facilities required preliminary to and during the prosecution of the work;
any and all other conditions that may in any way affect the cost, progress, performance or
furnishing of materials in accordance with the Contract Documents. All such examination,
investigation, studies, tests and the like shall be at the Bidder's expense.

Upon reasonable request in advance, the Owner shall provide each Bidder access to the
site to conduct such explorations, examination, investigation and tests as each Bidder may
determine necessary for the submission of a Bid. The Bidder shall fill all holes, clean and
restore the site to its former condition upon the completion of such activities.

The submission of a bid hereunder shall be considered prima facie evidence that the
Bidder has made such examination as is set forth in the above paragraph and is
knowledgeable as to the location and site conditions surrounding the work and the
conditions to be encountered in performing the work and as to the requirements, conditions
and terms of the Contract and Contract Documents.

The Owner assumes no responsibility for any understanding or representations made by


any of its officers or agents during or prior to the execution of this Contract, for information
contained in any reports, subsurface studies, or other information which may be made
available for the Contractor's information and which are not included as Contract
Documents, for any understanding or representations by the Owner or by others which are
not expressly stated in the Contract Documents which liability is not expressly assumed by
the Owner or its representatives or Engineer in the Contract Documents. Such information
shall be deemed to be for the information of the Contractor and the Contractor shall have
the obligation of evaluating any such information as to its accuracy and effect the Owner
will not be liable or responsible for any such information or any conclusions that may be
drawn there from by the Contractor.

B-5
INSTRUCTIONS TO BIDDERS

The lands upon which the work is to be performed, right-of-ways and easements for access
thereto together with other lands designated for use by the Contractor in performing the
work are identified in the Contract Documents. All additional lands and access thereto that
are required for temporary construction facilities or storage of materials and equipment are
to be provided by the Contractor. Easements for permanent structures or permanent
changes in existing structures are to be obtained and paid for by the Owner unless
otherwise provided in the Contract Documents.

The submission of a Bid shall constitute an incontrovertible representation by the Bidder


that the Bidder has complied with every requirement of this Article, and that without
exception the Bid is premised upon performing and furnishing the work required by the
Contract Documents in compliance with such means, methods, techniques, sequences, or
procedures of construction as may be indicated in or required by the Contract Documents;
and that such means, methods, techniques, sequences or procedures described in the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing the work.

QUANTITIES OF WORK

The quantities of work or material stated in the Bid Schedule are supplied only to give an
indication of the general scope of the work; the Owner does not expressly or by implication
agree that the actual amount of work or material will correspond therewith. The Owner
reserves the right after award of the Contract to increase or decrease the quantities of any
unit price item of the work by an amount up to and including 25 percent of the quantity of
any bid item, or to omit portions of such work as may be deemed necessary or expedient
by the Engineer or Owner, without a change in the unit price. Such right to revise and omit
shall include the right to delete any bid item in its entirety, or to add additional bid items in
quantities up to and including an aggregate total amount not to exceed 25 percent of the
total amount of the Contract.

The Bidders nor the ultimate Contractor on the Project shall at any time after the submittal
of a bid make or have any claim for damages or anticipated profits or loss of profit or
otherwise because of any difference between the quantities of work actually done and
material furnished and those stated in said unit price items of the Bid.

B-6
INSTRUCTIONS TO BIDDERS

COMPETENCY OF BIDDERS: In selecting the lowest responsible Bidder, consideration


will be given to the general competency of the Bidder for the performance of the work
covered by the Bid. To this end, each bid shall be supported by a statement of the bidder's
experience as of recent date on the form entitled "Information Required of Bidder," bound
herein. No bid for the work will be accepted from a contractor who does not hold an active
Contractor's license in good standing applicable to the type of work bid upon at the time of
opening bids.

After an award of the contract no substitution of the Project Manager or Project


Superintendent will be allowed without the written approval by the Owner.

DISQUALIFICATION OF BIDDERS: More than one bid from an individual, firm


partnership, corporation, or association under the same or different names will not be
considered. Reasonable grounds for believing that any bidder is interested in more than
one bid for the work contemplated will cause the rejection of all bids in which such bidder is
interested. If there is reason for believing that collusion exists among the bidders, all bids
will be rejected.

RETURN OF BID GUARANTEE: Within 10 calendar days after award of the contract, the
Owner will return the bid guarantees accompanying such of the bids as are not considered
in making the award. All other bid guarantees will be held until a Notice to Proceed has
been issued and accepted. They will then be returned to the respective bidders whose
bids they accompany.

AWARD OF CONTRACT: Award of the Contract, if it be awarded, will be based primarily


on the lowest overall cost to the Owner, and will be made to a responsive and responsible
bidder whose bid complies with all the requirements prescribed. Any such award will be
made by written notice and within 60 calendar days after opening of the bids, unless a
different waiting period is expressly allowed in the Notice Inviting Bids. Unless otherwise
indicated, an award will not be made for less than all the bid items in an individual bidding
schedule. In the event the entire work is contained in more than one bidding schedule, the
Owner may award schedules individually or in combination. In the case of two bidding
schedules which are alternate to each other, only one of such alternate schedules will be
awarded.

B-7
INSTRUCTIONS TO BIDDERS

EXECUTION OF CONTRACT: The Bidder to whom the award is made shall secure all
insurance and shall furnish all certificates and bonds required by the specifications within
ten calendar days after receipt of the Notice of Award from the Owner. The Bidder to
whom the award is made shall execute a written contract with the Owner on the form of
agreement provided within ten calendar days after receipt of the Agreement from the
Owner. Failure or refusal to enter into a contract as herein provided or to conform to any of
the stipulated requirements in connection therewith shall be just cause for annulment of the
award and forfeiture of the bid guarantee. If the successful bidder refuses or fails to
execute the contract, the Owner may award the contract to the second lowest responsible
bidder, or reject all bids and re-advertise the project for rebidding. If the second lowest
responsible bidder refuses or fails to execute the contract, the Owner may award the
contract to the third lowest responsible bidder. On the failure or refusal of such second or
third lowest bidder to execute the contract, each such bidder's guarantees shall be likewise
forfeited to the Owner.

ISSUANCE OF NOTICE TO PROCEED: The Owner intends to execute the Agreement


and issue the Notice to Proceed specifying the Project start date within ten calendar days
after its receipt of the executed Agreement, Purchase Order Assignment(s), (if applicable),
bonds and insurance certificates from the successful bidder. If the Contract Time is
expressed as a specific completion date in the Notice Inviting Bids and paragraph 3.1 of
the Agreement rather than a specific number of successive days following the start date
identified in the Notice to Proceed, then any delay by the Owner beyond the ten days in
issuing the Notice to Proceed shall extend the completion date by the number of days of
the delay.

LICENSES: Contractor must be licensed as a business qualified to do business within the


state of Utah prior to issuance of a Notice of Award. Contractor must hold a current
contractor’s license with classifications appropriate to the work being contracted.

B-8
BID

BID TO: JORDAN VALLEY WATER CONSERVANCY DISTRICT


The undersigned Bidder hereby proposes to furnish all plant machinery, labor, services,
materials, equipment, tools, supplies, transportation, utilities, and all other items and
facilities necessary to perform all work required under the Bidding Schedule of the Owner's
Contract Documents entitled “4500 South Waterline Improvements” drawings and all
addenda issued by said Owner prior to opening of the bids.
Addenda are only delivered by e-mail and through the internet.
The undersigned bidder acknowledges receipt of the following addenda:

No. Date Received No. Date Received

Bidder agrees that, within 10 calendar days after receipt of Notice of Award from Owner, he
will execute the Agreement in the required form, of which the Notice Inviting Bids,
Instructions to Bidders, Bid, Information Required of Bidder, Technical Specifications,
Drawings, and all addenda issued by Owner prior to the opening of bids, are a part, and
will secure the required insurance and bonds and furnish the required insurance
certificates; and that upon failure to do so within said time, then the bid guarantee
furnished by Bidder shall be forfeited to Owner as liquidated damages for such failure;
provided, that if Bidder shall execute the Agreement, secure the required insurance and
bonds, and furnish the required insurance certificates within said time, his check, if
furnished, shall be returned to him within five days thereafter, and the bid bond, if
furnished, shall become void. It is further understood that this bid may not be withdrawn
for a period of 45 days after the date set for the opening thereof, unless otherwise required
by law.

Bidder hereby certifies he has registered and participates in the Status Verification System
(E-Verify).

Dated: ____________________ Bidder: ________________________________

By: __________________________________
(Signature)

Title: _________________________________

Bidder further agrees to complete all work required within the time stipulated in the
Contract Documents, and to accept in full payment therefore the price(s) named in the
above-mentioned Bidding Schedule(s).

C-1
BID

BID SCHEDULE

Bid Items – Schedule A


Item Quantity
No. Classification of Unit Price Work Unit Amount
1a. Site 1 – 4500 South and 500 West: Demolish
1
Existing PRV Vault and Construct New PRV $
Lump Sum
Vault Station
1b. Site 2 – 4500 South and Main Street:
1
Demolish Existing Air Vac Vault and $
Lump Sum
Construct New Isolation Valve Station
1c. Site 3 – 4500 South and 900 East: Refurbish 1
$
Existing Isolation Valve Station Lump Sum
1d. Site 4 – 1300 East and Murray Holladay
1
Road: Refurbish Existing Isolation Valve $
Lump Sum
Station
2a. Site 1 – 1200 West and 4460 South: 2” Tap 1
$
and Site Improvements Lump Sum
2b. Site 2 – 2500 West and 4400 South: 4” Tap 1
$
and Site Improvements Lump Sum
2c. Site 3 – 3600 West and 4400 South: 2” Tap 1
$
and Site Improvements Lump Sum
2d. Site 4 – 4800 West and 4400 South: 2” Tap 1
$
and Site Improvements Lump Sum

TOTAL BID SCHEDULE AMOUNT $

The total bid schedule lump sum amount is $__________________________________


_______________________________ for all work items specified in the Bid.

C-2
BID BOND

KNOW ALL MEN BY THESE PRESENTS,

That
as Principal, and
as Surety, are held and firmly bound unto the Jordan Valley Water Conservancy District
(hereinafter called "Owner") in the sum of
dollars, (not less than five percent of the total amount of the bid) for the payment of which
sum, will and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors, and assigns, jointly and severally, firmly by these presents.

WHEREAS, Principal has submitted a bid to Owner to perform all work required under the
bidding Schedule of the Owner's Contract Documents entitled “4500 South Waterline
Improvements”, (hereafter called the “Project”).

NOW THEREFORE, if Principal is awarded Contract by Owner for the Construction of the
Project and, within the time and in the manner required under the heading "Instructions to
Bidders" enters into the written contract entitled "Agreement" bound with said Contract
Documents, furnishes the required certificates of insurance, and furnishes the required
Performance Bond and Payment Bond within 10 calendar days after receipt of such
contract from Owner, then this obligation shall be null and void, otherwise it shall remain in
full force and effect. In the event suit is brought upon this bond by Owner and judgment is
recovered, Surety shall pay all costs incurred by Owner in such suit, including a reasonable
attorney's fee to be fixed by the court.

SIGNED AND SEALED, this day of , 20 .

__________________________________ __________________________________

By: _____________________________ By: _____________________________

Its: Its:

(SEAL) (SEAL)

D-1
INFORMATION REQUIRED OF BIDDER

The Bidder shall furnish the following information. Failure to comply with this requirement
may render the Bid non-responsive and subject to rejection. Additional sheets shall be
attached as required.

1. Contractor's name: __________________________________________

2. Contractor’s address: ________________________________________


________________________________________
________________________________________

Contractor’s Primary Contact: ____________________________________


Email address of Contractor’s primary contact: _______________________
Contractor's telephone number: ________________________________

3. Contractor must be qualified and licensed to do business in Utah.


Utah Department of Commerce Information
Business Entity Number: _____________
Delinquent Date: ________________

4. Contractor must hold a current contractor’s license, classification E100.


Contractor's Utah License Number: ______________________________
Expiration Date: _______________________
Primary Classification: __________________
Supplemental Classification held, if any: __________________________

5. Key Personnel Qualifications and Experience


List key personnel here and provide detailed information in Attachments A and
B. More than one Project Manager and/or Project Superintendent may be
proposed. Only personnel approved by the Owner will be allowed in the key
positions.

Project Manager A: _______________________________________


Project Manager (Alternate 1): ______________________________
Project Manager (Alternate 2): ______________________________
Project Manager shall:
• Have successfully performed as Project Manager involving
piping and valves on at least two (2) pressure pipeline projects
with a diameter of at least 24-inches.
o The demonstrated pipeline projects shall include the
construction of at least two (2) concrete vaults with
mechanical piping.

E-1
INFORMATION REQUIRED OF BIDDER

Project Superintendent A: _____________________________________


Project Superintendent (Alternate 1): _____________________________
Project Superintendent (Alternate 2): ______________________________
Project Superintendent shall have:
• Have successfully performed as Project Superintendent
involving piping and valves on at least three (3) pressure
pipeline projects with a diameter of at least 24-inches.
o The demonstrated pipeline projects shall include the
construction of at least three (3) concrete vaults with
mechanical piping.

6. Previous Contractor Project Experience


Past project experience shall be provided for each requirement. The
Owner shall be entitled to contact each and every reference listed by the
contractor. The Contractor, by submitting a prequalification proposal,
expressly agrees that any information concerning the CONTRACTORS in
possession of said entities and references may be made available to the
owner.

Provide the information identified in Attachment C for each project listed


below
Requirements:

Contractor shall have successfully completed at least three (3) pipeline


projects which include the following:

• 24-inch diameter pressure pipeline or larger,


• 24-inch diameter valve installation or larger, and
• Reinforced concrete vault work.

1.

2.

3.

4.

E-2
INFORMATION REQUIRED OF BIDDER

List at least one (1) project successfully completed in the last ten (10)
years with a total value of at least $500,000.

1.

7. Number of years as a contractor in construction work of this type:


_________________________________________________________________
8. Name and title of officers of Contractor's firm:
_________________________________________________________________
_________________________________________________________________
__________________________________________________________________
9. Number of persons employed full-time by the firm: __________________
10. Name of person who inspected site of proposed work for your firm:

Name: __________________________________________________________

Date of Inspection: ________________________________________________

11. Surety company who will provide the required bonds on this contract:
____________________________ __

Agent’s Name:___________________________________________
Telephone:__________________________________________________

12. Workers Compensation Insurance Policy #: ________________________

E-3
INFORMATION REQUIRED OF BIDDER

ATTACHMENT A
(Copy as necessary – Please ensure PM meets the requirements listed above)

Project Manager Data Sheet

Name: ______________________________________________________________________________

Years experienced as Project Manager: ____________________________________________________


Years of prior experience: ___________________ Positions: __________________________________

Qualifying Project #1: ___________________________________________________________________


Project Summary: _____________________________________________________________________
Pipeline Diameter: __________________________ Year Completed: ____________________________
Concrete Vault Description: ______________________________________________________________
Total Cost: ___________________________________________________________________________
Owner: ______________________________________________________________________________
Owner Contact Person: ______________________ Telephone: _________________________________

Qualifying Project #2: ___________________________________________________________________


Project Summary: _____________________________________________________________________
Pipeline Diameter: __________________________ Year Completed: ____________________________
Concrete Vault Description: ______________________________________________________________
Total Cost: ___________________________________________________________________________
Owner: ______________________________________________________________________________
Owner Contact Person: ______________________ Telephone: _________________________________

Qualifying Project #3: ___________________________________________________________________


Project Summary: _____________________________________________________________________
Pipeline Diameter: __________________________ Year Completed: ____________________________
Concrete Vault Description: ______________________________________________________________
Total Cost: ___________________________________________________________________________
Owner: ______________________________________________________________________________
Owner Contact Person: ______________________ Telephone: _________________________________

E-1
INFORMATION REQUIRED OF BIDDER

ATTACHMENT B
(Copy as necessary – Please ensure PM meets the requirements listed above)

Superintendent Data Sheet

Name: ______________________________________________________________________________

Years experienced as Superintendent: _____________________________________________________


Years of prior experience: __________________ Positions: ___________________________________

Qualifying Project #1: ___________________________________________________________________


Project Summary: _____________________________________________________________________
Pipeline Diameter: __________________________ Year Completed: ____________________________
Concrete Vault Description: ______________________________________________________________
Total Cost: ___________________________________________________________________________
Owner: ______________________________________________________________________________
Owner Contact Person: ______________________ Telephone: _________________________________

Qualifying Project #2: ___________________________________________________________________


Project Summary: _____________________________________________________________________
Pipeline Diameter: __________________________ Year Completed: ____________________________
Concrete Vault Description: ______________________________________________________________
Total Cost: ___________________________________________________________________________
Owner: ______________________________________________________________________________
Owner Contact Person: ______________________ Telephone: _________________________________

Qualifying Project #3: ___________________________________________________________________


Project Summary: _____________________________________________________________________
Pipeline Diameter: __________________________ Year Completed: ____________________________
Concrete Vault Description: ______________________________________________________________
Total Cost: ___________________________________________________________________________
Owner: ______________________________________________________________________________
Owner Contact Person: ______________________ Telephone: _________________________________

E-2
INFORMATION REQUIRED OF BIDDER

ATTACHMENT C
(Copy as necessary – Please ensure Contractor meets the requirements listed above)

Contractor Project Experience Summary

Project Name: _____________________________________________________________


Project Location: ___________________________________________________________
Project Manager: ___________________________________________________________
Project Superintendent: ______________________________________________________
Project Description: _________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
Concrete vault construction/installation methods: __________________________________
_________________________________________________________________________
_________________________________________________________________________
Piping and valve size: _______________________________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
Traffic management description (if applicable): ___________________________________
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
Date Bid: ___________________________ Date Completed: ________________________
Contract bid price: ____________________ Contract final price: ______________________
Contract duration at bid: ________________ Final contract duration: __________________
Owner’s contact information: _________________________________

E-3
PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS,

That , as Contractor, and


as Surety, are held firmly bound unto the Jordan Valley Water
Conservancy District hereinafter called "Owner," in the sum of $ for
the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.

WHEREAS, Contractor has been awarded and is about to enter into the annexed
Agreement with Owner to perform all work required under the Bidding Schedule(s) of the
Owner's Contract Documents entitled “4500 South Waterline Improvements”.

NOW THEREFORE, if Contractor shall perform all the requirements of the Agreement
required to be performed on his part, at the times and in the manner specified therein, then
this obligation shall be null and void, otherwise it shall remain in full force and effect.

PROVIDED, that any alterations in the work to be done or the materials to be furnished, or
changes in the time of completion, which may be made pursuant to the terms of the
Agreement, shall not in any way release Contractor or Surety thereunder, nor shall any
extensions of the time granted under the provisions of the Agreement release either the
Contractor or Surety, and notice of such alterations or extensions of the work, materials or
time to complete made under the Agreement is hereby waived by Surety. This Bond is
furnished in compliance and in accordance with 14-1-18, Utah Code Ann., as amended,
and 63-56-38 Utah Code Ann., as amended.
SIGNED AND SEALED, this day of , 20 .

__________________________________ __________________________________

By: _____________________________ By: _____________________________

Its: Its:

(SEAL) (SEAL)

(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)

G-1
PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS,

That as Contractor, and


as Surety, are held firmly bound unto the Jordan Valley Water
Conservancy District hereinafter called "Owner," in the sum of $ for the
payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has been awarded and is about to enter into the annexed
Agreement with Owner to perform all work required under the Bidding Schedule(s) of the
Owner's Contract Documents entitled, “4500 South Waterline Improvements”.
NOW THEREFORE, if said Contractor, or subcontractor, fails to pay for any materials,
equipment, or other supplies, or for rental of same, used in connection with the
performance of work contracted to be done, or for amounts due under applicable State law
for any work or labor thereon, said Surety will pay for the same in an amount not exceeding
the sum specified above, and, in the event suit is brought upon this bond, a reasonable
attorney's fee to be fixed by the court. This bond shall inure to the benefit of any persons,
companies, or corporations entitled to file claims under applicable State law.
PROVIDED, that any alterations in the work to be done or the materials to be furnished, or
changes in the time of completion, which may be made pursuant to the terms of the
Agreement, shall not in any way release Contractor or Surety thereunder, nor shall any
extensions of time granted under the provisions of said contract release either Contractor
or the Surety, and notice of such alterations or extensions of the work, materials or time to
complete made under the Agreement is hereby waived by Surety. This bond is furnished
in compliance and in accordance with 14-1-18 and 19 Utah Code Ann., as amended, and
63-56-38 Utah Code Ann., as amended.
SIGNED AND SEALED, this day of , 20 .

__________________________________ __________________________________

By: _____________________________ By: _____________________________

Its: Its:

(SEAL) (SEAL)

(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)

H-2
NOTICE OF AWARD

To: Contractor’s Name and Address

Re: 4500 South Waterline Improvements

You are hereby notified that the OWNER has accepted your bid for the above
referenced project in the amount of $ .

Furnish the required Contractor's Performance Bond, Payment Bond and Certificates of
Insurance within ten calendar days from the date of this notice to you. An
acknowledged copy of this Notice of Award, together with all future correspondence
regarding this project, shall be sent to the District’s Project Manager: Travis
Christensen, Staff Engineer.

When the Agreement is provided, sign and return it within ten calendar days from
receipt of the agreement.

Dated this day of , 20 .

______________________________
Alan E. Packard, PE
Assistant General Manager & Chief Engineer

ACCEPTANCE OF NOTICE

Receipt of the above Notice of Award is hereby acknowledged by:


____(Contractor’s Name goes here - underlined)__________________

This day of , 20 .

Signature:_____________________________________________________________

Printed Name:__________________________________________________________

Title: ________________________________________________________________

I-1
NOTICE TO PROCEED

To:

Re: 4500 South Waterline Improvements

You are hereby notified to commence work in accordance with the Agreement dated
__________________________, on (or before/after) , and you are to
complete the work by, .

An acknowledged copy of this Notice to Proceed should be returned to the Owner,


Attention: Travis Christensen, Staff Engineer.

Dated this day of .

___________________________________
Shane K. Swensen, P.E.
Engineering Department Manager

ACCEPTANCE OF NOTICE

Receipt of the above Notice to Proceed is hereby acknowledged by:

____(Contractor’s Name goes here - underlined)__________________

This day of , 20 .

Signature:_____________________________________________________________

Printed Name:__________________________________________________________

Title: ________________________________________________________________

J-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

PAYMENT APPLICATION AND CERTIFICATE No. ___ DATE: _________________


SHEET ______ OF _______
PERIOD FROM ________________ TO ______________, 20___
PROJECT: 4500 South Waterline Improvements
JVWCD PROJECT NO.: 3931
CONTRACTOR: ________________________________________________________
ADDRESS: ____________________________________________________________
ENGINEER: CRS Engineers
1. ORIGINAL CONTRACT PRICE: ............................................ $_______________

2. NET CHANGE ORDERS APPROVED TO DATE: ................. $_______________


(Attach Summary Sheet)

3. REVISED CONTRACT AMOUNT: ......................................... $_______________


(Sum of Lines 1 & 2)

4. TOTAL VALUE OF WORK COMPLETED TO DATE ... ......... $_______________


(Attached Payment Breakdown)

5. PERCENT PROJECT COMPLETE: .......................................................... _____%


(Divide Line 4 by 3 and multiply by 100)

6. LESS AMOUNT RETAINED (5%) .......................................... $_______________

7. MATERIALS ON HAND.......................................................... $_______________


(95% of Value, Listing Attached)

8. SUBTOTAL (Sum of Lines 4, Line 6 and Line 7) ................... $_______________

9. LESS PREVIOUS PAYMENTS .............................................. $_______________

10. CURRENT PAYMENT DUE: .................................................. $_______________


(Line 8 & 9)

K-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

Payment Application and Certificate No ______


SHEET ______ OF _______

CONTRACTOR'S Certification:

The undersigned CONTRACTOR certifies that: (1) all previous progress payments
received from OWNER on account of work done under the Contract referred to
herein have been applied to discharge in full all obligations of CONTRACTOR
incurred in connection with work covered by prior Applications for Payment
numbered 1 through inclusive; and, (2) title to all materials and
equipment incorporated in said Work or otherwise listed in or covered by this
Application for Payment will pass to OWNER at time of payment free and clear of all
liens, claims, security interests and encumbrances (except such as covered by bond
acceptable to OWNER).

Dated: _________________ CONTRACTOR: ______________________________

By: ________________________________________

Engineer's Recommendation:

This Application (with accompanying documentation) meets the requirements of the


Contract Documents and payment of the amount due this application is
recommended.

ENGINEER

Dated _____________________________ _________________________________


Project Representative
Dated _____________________________ _________________________________
Project Manager

K-2
JORDAN VALLEY WATER CONSERVANCY DISTRICT

CHANGE ORDER
Change Order No. ______
Date: __________________
Page ___ of ___
NAME OF PROJECT: 4500 South Waterline Improvements
PROJECT NUMBER: 3931
CONTRACTOR: ________________________________________________________
CONTRACT DATE: _____________________________________________________
The following changes are hereby made to the CONTRACT DOCUMENTS:
1)
2)
3)
Total Change to CONTRACT PRICE: ............................................................................. $
Original CONTRACT PRICE: .......................................................................................... $
Current CONTRACT PRICE adjusted by previous CHANGE ORDER(S)....................... $
The new CONTRACT PRICE including this CHANGE ORDER will be ........................... $
The CONTRACT TIME will be increased by calendar days.
The date for Substantial Completion will be , 20 .

The Contractor agrees to furnish all labor and materials and perform all work as necessary
to complete the change order items for the price named herein, which includes all
supervision and miscellaneous costs. This change order constitutes full and mutual accord
and satisfaction for all time and all costs related to this change. By acceptance of this
change order the Contractor agrees that the change order represents an equitable
adjustment to the Contract, and further agrees to waive all right to file a claim arising out of
or as a result of this change. This document will become a supplement to the Contract,
and all provisions will apply hereto, upon approval by the Owner.

L-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

CHANGE ORDER
(CONTINUED)
Change Order No. ______
Date: __________________
Page ___ of ___

Recommended:
Engineer – CRS Engineers Date

Accepted:
Contractor - Date

Approved:
Owner - Jordan Valley Water Conservancy District Date

L-2
JORDAN VALLEY WATER CONSERVANCY DISTRICT

CONTRACTOR'S CERTIFICATE
OF
SUBSTANTIAL COMPLETION

OWNER ENGINEER

TO: Jordan Valley Water Conservancy District CRS Engineers


8215 South 1300 West 2060 East 2100 South
West Jordan, Utah 84088 Salt Lake City, Utah 84109

PROJECT: 4500 South Waterline Improvements


ATTENTION: Travis Christensen, Staff Engineer
FROM: _________________________________________________________________
Firm or Corporation

This is to certify that I,_______________________________ am an authorized official of


working in the capacity of______________
_____________________________________and have been properly authorized by said
firm or corporation to sign the following statements pertaining to the subject contract:

I know of my own personal knowledge, and do hereby certify, that the work of the
contract described above has been substantially performed and all materials used
and installed to date are in accordance with, and in conformity to, the contract
drawings and specifications. A list of all incomplete work is attached.
The Contractor hereby releases the Owner and its agents from all claims of and
liability to the Contractor for anything done or furnished for or relating to the work, as
further provided in Article 14.08B of the General Conditions, except demands
against the Owner for the remainder of progress payments retained to date, and
unresolved written claims prior to this date.
The contract work is now substantially complete, ready for its intended use, and
ready for your inspection. You are requested to issue a Certificate of Substantial
Completion.

SIGNATURE: _____________________________________________________

DATE: ___________________________________________________________

M-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

CONTRACTOR'S CERTIFICATE
OF
FINAL COMPLETION

OWNER ENGINEER

TO: Jordan Valley Water Conservancy District CRS Engineers


8215 South 1300 West 2060 East 2100 South
West Jordan, Utah 84088 Salt Lake City, Utah 84109

PROJECT: 4500 South Waterline Improvements


ATTENTION: Project Representative: Travis Christensen, Staff Engineer
FROM: ________________________________________________________________
Firm or Corporation
This is to certify that I, am an authorized official of
working in the capacity of_____________
___________________________________________and have been properly authorized
by said firm or corporation to sign the following statements pertaining to the subject
contract:

I know of my own personal knowledge, and do hereby certify, that the work of the
contract described above has been performed and all materials used and installed
to date are in accordance with, and in conformity to, the contract drawings and
specifications.

The Contract work is now complete in all parts and requirements, excepting the
attached list of minor deficiencies and the reasons for each being incomplete to
date, for which exemption from final payment requirements is requested in
conformance to Article 14.09A of the General Conditions of our Contract (if no
exemptions requested, write "none") . The work is now ready for your final
inspection. The following items required from the Contractor prior to application for
final payment (such as O & M Manuals, guarantees, record drawings, etc.) are
submitted herewith, if any:

N-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

I understand that neither the issuance by the Engineer of a Notice of Completion,


nor the acceptance thereof by the Owner, shall operate as a bar or claim against the
Contractor under the terms of the guarantee provisions of the Contract Documents.

SIGNATURE: ___________________________________________________________
DATE: _________________________________________________________________

N-2
JORDAN VALLEY WATER CONSERVANCY DISTRICT

CONSENT OF SURETY FOR FINAL PAYMENT


PROJECT NAME: _______________________________________________________
LOCATION: ___________________________________________________________
TYPE OF CONTRACT: ___________________________________________________
AMOUNT OF CONTRACT: _______________________________________________
In accordance with the provisions of the above-named contract between the Owner and the
Contractor, the following named surety:
_______________________________________________________________________
_______________________________________________________________________
______________________________________________________________________
on the Payment Bond of the following named Contractor:
______________________________________________________________________
______________________________________________________________________
______________________________________________________________________
hereby approves of final payment to the Contractor, and further agrees that said final
payment to the Contractor shall not relieve the Surety Company named herein of any of its
obligations to the following named Owner (as set forth in said Surety company's bond):
_______________________________________________________________________
______________________________________________________________________
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this
day of , 20 .
_______________________________________
(Name of Surety Company)

_______________________________________
(Signature of Authorized Representative)

________________________________________
(Name of Authorized Representatives)

______________________________________
(Title)

O-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

AFFIDAVIT OF PAYMENT

To All Whom It May Concern:

WHEREAS, the undersigned has been employed by the Jordan Valley Water
Conservancy District to furnish labor and materials under a contract dated ___________
for the project entitled “4500 South Waterline Improvements”, in the County of Salt Lake,
State of Utah, of which Jordan Valley Water Conservancy District is the Owner.

NOW, THEREFORE, this day of , 20 , the undersigned,


as the Contractor for the above-named Contract pursuant to the Conditions of the Contract
hereby certifies that, except as listed below, he has paid in full or has otherwise satisfied all
obligations for all materials and equipment furnished, for all work, labor, and services
performed, and for all known indebtedness and claims against the Contractor for damages
arising in any manner in connection with the performance of the Contract referenced above
for which the Owner or his property might in any way be held responsible.

EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor
shall furnish bond satisfactory to the Owner for each Exception.)

Contractor (Name of sole ownership,


corporation or partnership)

(affix corporate seal here)

(Signature of Authorized Representative)

Title:

P-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

PURCHASE ORDER ASSIGNMENT

The Jordan Valley Water Conservancy District, a water conservancy district organized

under the laws of the State of Utah (Assignor), hereby assigns, transfers and sets over to

,a corporation qualified to do business

and doing business in the State of Utah (Assignee), all of Assignor's right, title and interest

in and to the following described Purchase Order (a copy of which is attached and

incorporated by reference as though fully set forth), subject to all the terms and conditions

thereof:

Purchase Order No. , dated .

This Assignment is made pursuant to and in accordance with the terms of the Contract

Documents and Specifications entered into by and between Assignor and Assignee for the

(Project Name) dated .

Assignor hereby delegates to Assignee, and Assignee hereby expressly assumes, upon

execution of this document, all of the obligations and duties to be performed by Assignor

under the Purchase Order in accordance with the terms thereof and as provided in the

Contract Documents and Specifications.

Assignor

JORDAN VALLEY WATER


CONSERVANCY DISTRICT

Dated: , 20 By: ___________________________


Richard P. Bay
Its General Manager

Q-1
JORDAN VALLEY WATER CONSERVANCY DISTRICT

, Assignee, on this day of

, 200 , hereby accepts the assignment of the above-

described Purchase Order, subject to the terms and conditions thereof and in accordance

with the terms of this Assignment.

Assignee

(NAME OF ASSIGNEE)

Dated: , 200 By: ___________________________


Its President

Q-2
GENERAL CONDITIONS
ARTICLE 1 - DEFINITIONS

Wherever used in these General Conditions or in the other Contract Documents the
following terms have the meanings indicated:

Addenda - Written or graphic instruments issued prior to the opening of Bids which make
additions, deletions, or revisions to the Contract Documents.

Agreement - The written contract between the OWNER and the CONTRACTOR for the
performance of the WORK pursuant to the Contract Documents. Documents incorporated
into the contract by reference become part of the contract and of the Agreement.

Application for Payment - The form furnished by the ENGINEER and completed by the
CONTRACTOR to request progress or final payment including supporting documentation
to substantiate the amounts for which payment is requested.

Bonds - Performance, and Payment Bonds and other instruments which protect against
loss due to inability or refusal of the CONTRACTOR to perform pursuant to the Contract
Documents.

Change Order - A document recommended by the ENGINEER, which is signed by the


CONTRACTOR and the OWNER and authorizes an addition, deletion, or revision in the
WORK, or an adjustment in the Contract Price or the Contract Time, issued on or after the
Effective Date of the Agreement.

Contract Documents - Information and Instructions, forms (including the Schedule of Prices
and all required certificates and affidavits), Agreement, Performance Bond, Payment Bond,
General Conditions, Supplemental General Conditions, Technical Specifications, Drawings
and all Addenda and Change Orders executed pursuant to the provisions of the Contract
Documents.

Contract Price - The total monies payable by the OWNER to the CONTRACTOR under the
terms and conditions of the Contract Documents.

Contract Time - The number of successive Days stated in the Contract Documents for the
completion of the WORK. The Contract Time begins to run on the date specified in the
Notice to Proceed.

1-1
CONTRACTOR - The person, firm, or corporation with whom the OWNER has executed
the Agreement.

Cost Proposal - The offer or proposal of the pipeline installation subcontractor to the
CONTRACTOR to provide the work required under these Contract Documents.

Day - A calendar day of 24 hours measured from midnight to the next midnight.

Defective Work - Work that: is unsatisfactory, faulty, or deficient; does not conform to the
Contract Documents; does not meet the requirements of any inspection, reference
standard, test, or approval referred to in the Contract Documents; has been damaged prior
to the ENGINEERS's recommendation of final payment.

Drawings - The drawings, plans, maps, profiles, diagrams, and other graphic
representations which show the character, location, nature, extent, and scope of the
WORK.

Effective date of the Agreement - The date indicated in the Agreement on which it was
executed, but if no such date is indicated it means the date on which the Agreement is
signed and delivered by the last of the two parties to sign and deliver.

ENGINEER - The person, firm, or corporation named as such in the Contract Documents.

Field Order - A written order issued by the ENGINEER which may or may not involve a
change in the WORK.

Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes,
and/or orders promulgated by a lawfully constituted body authorized to issue such Laws
and Regulations.

Notice of Award - The OWNER's written notice to the apparent successful Bidder stating
that upon compliance with the conditions precedent enumerated therein by the apparent
successful Bidder within the time specified, the OWNER will enter into the Agreement.

Notice to Proceed - The OWNER's written notice to the CONTRACTOR authorizing the
CONTRACTOR to proceed with the work and establishing the date of commencement of
the Contract Time.

OWNER - The Jordan Valley Water Conservancy District.

Partial Utilization - Placing a portion of the WORK in service for the purpose for which it is
intended (or a related purpose) before reaching Substantial Completion of the WORK.

1-2
Project - A unit of total construction of which the WORK to be provided under the Contract
Documents, may be the whole, or a part thereof.

Project Representative - The authorized representative of the ENGINEER who is assigned


to the site or any part thereof.

Proposer - Any person, firm or corporation submitting a proposal for the work.

Schedule of Prices - The offer or proposal of the CONTRACTOR setting forth the price or
prices for the work to be performed.

Shop Drawings - All drawings, diagrams, illustrations, schedules and other data which are
specifically prepared by or for the CONTRACTOR to illustrate some portion of WORK and
all illustrations, brochures, standard schedules, performance charts, instruction, and
diagrams to illustrate material or equipment for some portion of the WORK.

Specifications - (Same definition as for Technical Specifications hereinafter).

Subcontractor - An individual, firm, or corporation having a direct contract with the


CONTRACTOR or with any other Subcontractor for the performance of a part of the
WORK at the site.

Substantial Completion - That state of construction when the WORK has progressed to the
point where, in the opinion of the ENGINEER as evidenced by the Certificate of Substantial
Completion, it is sufficiently complete, in accordance with the Contract Documents, so that
the WORK can be utilized for the purposes for which it is intended. The terms
"substantially complete" and "substantially completed" as applied to any work refer to
substantial completion thereof.

Supplementary General Conditions - The part of the Contract Documents which make
additions, deletions, or revisions to these General Conditions.

Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor.

Technical Data - The factual information contained in reports describing physical


conditions, including exploration method, plans, logs, laboratory test methods and factual
data. Technical Data does not include conclusions, interpretations, interpolations,
extrapolations or opinions contained in reports or reached by the CONTRACTOR.

Technical Specifications - Those portions of the Contact Documents consisting of the


written technical descriptions of products and execution of the WORK.

Underground Utilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks,
tunnels, or other such facilities or attachments and any encasements containing such
facilities which have been installed under ground to furnish any of the following services or

1-3
materials: water, sewage and drainage removal, electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable television, traffic, or other control
systems.

WORK - The entire construction required to be furnished under the Contract Documents.
WORK is the result of performing services, furnishing labor and furnishing and
incorporating materials and equipment into the construction, all as required by the Contract
Documents.

1-4
GENERAL CONDITIONS

ARTICLE 2 - PRELIMINARY MATTERS

2.01 DELIVERY OF BONDS/INSURANCE CERTIFICATES

A. The CONTRACTOR shall deliver to the OWNER the Agreement, Bonds,


Insurance Policies and Certificates required by the Contract Documents
within ten (10) days after receiving the Notice of Award from the OWNER.

2.02 COPIES OF DOCUMENTS

A. The OWNER shall furnish the CONTRACTOR 5 copies of the Contract


Documents, together with 5 sets of full-scale Drawings. Additional quantities
of the Contract Documents will be furnished at reproduction cost.

2.03 STARTING THE PROJECT

A. The CONTRACTOR shall begin construction of the WORK within 10 days


after the commencement date stated in the Notice to Proceed, but shall not
commence construction prior to the commencement date.

2.04 BEFORE STARTING CONSTRUCTION

A. Before undertaking each part of the WORK, the CONTRACTOR shall


carefully study and compare the Contract Documents to check and verify
pertinent figures and dimensions shown thereon with all applicable field
measurements. The CONTRACTOR shall promptly report in writing to the
ENGINEER any conflict, error, or discrepancy which the CONTRACTOR
may discover and shall obtain a written interpretation or clarification from the
ENGINEER before proceeding with any work affected thereby.

B. The CONTRACTOR shall submit to the ENGINEER for review those


documents called for in each section of the Technical Specifications.

2.05 PRECONSTRUCTION CONFERENCE

A. The CONTRACTOR shall attend a preconstruction conference with the


OWNER, the ENGINEER and others as appropriate to discuss the
construction of the WORK in accordance with the Contract Documents.

2-1
GENERAL CONDITIONS

2.06 FINALIZING SCHEDULES

A. At least 7 days before the CONTRACTOR's submittal of its first Application


for Payment, the CONTRACTOR, the ENGINEER, and others as appropriate
will meet to finalize the schedules submitted in accordance with the
Technical Specifications.

2-2
GENERAL CONDITIONS

ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE

3.01 INTENT

A. The Contract Documents comprise the entire agreement between OWNER


and CONTRACTOR concerning the WORK. The Contract Documents are
complementary, what is called for by one is as binding as if called for by all.
The Contract Documents will be construed in accordance with the law of the
place of the Project.

B. It is the intent of the Contract Documents to describe the WORK, functionally


complete, to be constructed in accordance with the Contract Documents. All
work, materials, or equipment that may be reasonably inferred from the
Contract Documents as being required to produce the completed work shall
be supplied whether or not specifically called for. When words which have a
well-known technical or trade meaning are used to describe work, materials,
or equipment such words shall be interpreted in accordance with that
meaning. Reference to standard specifications, manuals, or codes or any
technical society, organization, or association, or to the Laws or Regulations
of any governmental authority, whether such reference be specific or by
implication, shall mean the latest standard specification, manual, code, or
Laws or Regulations in effect at the time of opening of Bids, except as may
be otherwise specifically stated. However, no provision of any referenced
standard specification, manual, or code (whether or not specifically
incorporated by reference in the Contract Documents) shall be effective to
change the duties and responsibilities of the OWNER, the CONTRACTOR,
or the ENGINEER or any of their consultants, agents, or employees from
those set forth in the Contract Documents.

C. If, during the performance of the WORK, the CONTRACTOR finds a conflict,
error or discrepancy in the Contract Documents, the CONTRACTOR shall
immediately report it to the ENGINEER in writing and before proceeding with
the work affected thereby. The ENGINEER shall then make a written
interpretation, clarification, or correction from the ENGINEER.

3-1
GENERAL CONDITIONS

3.02 ORDER OF PRECEDENCE OF CONTRACT DOCUMENTS

A. In resolving conflicts resulting from conflicts, errors, or discrepancies in any


of the Contract Documents, the order of precedence shall be as follows:

1. Change Orders

2. Agreement

3. Addenda

4. Contractor's Bid (Bid Form)

5. Supplemental General Conditions

6. Notice Inviting Bids

7. Instructions to Bidders

8. General Conditions

9. Technical Specifications

10. Referenced Standard Specifications

11. Drawings

B. With reference to the Drawings the order of precedence is as follows:

1. Figures govern over scaled dimensions

2. Detail drawings govern over general drawings

3. Addenda/change order drawings govern over general drawings

4. Contract Drawings govern over standard drawings

3.03 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS

A. The Contract Documents may be amended by a Change Order (pursuant to


Article 10) to provide for additions, deletions or revisions in the WORK or to
modify terms and conditions.

3.04 REUSE OF DOCUMENTS

3-2
GENERAL CONDITIONS

A. Neither the CONTRACTOR, Subcontractor, Supplier, nor any other person


or organization performing any of the WORK under a contract with the
OWNER shall have or acquire any title to or ownership rights in any of the
Drawings, Technical Specifications, or other documents used on the WORK,
and they shall not reuse any of them on the extensions of the Project or any
other project without written consent.

3-3
GENERAL CONDITIONS

ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS: REFERENCE


POINTS

4.01 AVAILABILITY OF LANDS

A. The OWNER shall furnish the lands, rights-of-way and easements upon
which the WORK is to be performed and for access thereto, together with
other lands designated for the use of the CONTRACTOR in the Contract
Documents. Easements for permanent structures or permanent changes in
existing major facilities will be obtained and paid for by the OWNER, unless
otherwise provided in the Contract Documents. Nothing contained in the
Contract Documents shall be interpreted as giving the CONTRACTOR
exclusive occupancy of the lands or rights-of-way provided. The
CONTRACTOR shall provide for all additional lands and access thereto that
may be required for temporary construction facilities or storage of materials
and equipment. The CONTRACTOR shall not enter upon nor use any
property not under the control of the OWNER until a written temporary
construction easement agreement has been executed by the
CONTRACTOR and the property owner, and a copy of the easement
furnished to the ENGINEER prior to its use. Neither the OWNER nor the
ENGINEER shall be liable for any claims or damages resulting from the
CONTRACTOR's unauthorized trespass or use of any properties.

4.02 PHYSICAL CONDITIONS - SUBSURFACE AND EXISTING STRUCTURES

A. Explorations and Reports: The paragraph entitled "Physical Conditions" of


the Supplementary General Conditions identifies exploration reports and
subsurface conditions tests at the site that have been utilized by the
ENGINEER in the preparation of the Contract Documents. The
CONTRACTOR may rely upon the accuracy of the Technical Data contained
in these reports. The CONTRACTOR is responsible for the interpretation,
extrapolation or interpolation of all technical as well as nontechnical data and
its reliance on the completeness, opinions and interpretation of the reports.

B. Existing Structures: The paragraph entitled "Physical Conditions" of the


Supplementary General Conditions identifies the drawings of physical
conditions in or relating to existing surface and subsurface structures (except
Underground Utilities referred to in Paragraph 4.04 herein) which are at or
contiguous to the site that have been utilized by the ENGINEER in the
preparation of the Contract Documents. The CONTRACTOR is responsible
for the interpretation, extrapolation or interpolation of all technical as well as
nontechnical data and its reliance on the completeness, opinions and
interpretation of the reports.

4-1
GENERAL CONDITIONS

4.03 DIFFERING SITE CONDITIONS

A. The CONTRACTOR shall notify the ENGINEER upon encountering any of


the following unforeseen conditions, hereinafter called "differing site
conditions," during the prosecution of the WORK. The CONTRACTOR's
notice to the ENGINEER shall be in writing and delivered before the differing
site conditions are disturbed, but in no event later than 14 days after their
discovery.

1. Subsurface or latent physical conditions at the site of the WORK


differing materially from those indicated, described, or delineated in
the Contract Documents including those reports and documents
discussed in Paragraph 4.02; and

2. Physical conditions at the site of the WORK of an unusual nature


differing materially from those ordinarily encountered and generally
recognized as inherent in work of the character provided for in the
Contract Documents including those reports and documents
discussed in Paragraph 4.02.

B. The ENGINEER will review the alleged differing site conditions, determine
the necessity of obtaining additional explorations or tests with respect to
verifying their existence and extent and advise the OWNER in writing of the
ENGINEER's findings and conclusions.

C. If the OWNER concludes that because of newly discovered conditions a


change in the Contract Documents is required, a Change Order will be
issued as provided in Article 10 to reflect and document the consequences of
the differing site conditions.

D. In each such case, an increase or decrease in the Contract Price or an


extension or shortening of the Contract Time, or any combination thereof, will
be allowable to the extent that they are attributable to the differing site
conditions. If the OWNER and the CONTRACTOR are unable to agree as to
the amount or length of the Change Order, a claim may be made as provided
in Articles 11 and 12.

E. The CONTRACTOR's failure to give written notice of differing site conditions


within 14 days of their discovery and before they are disturbed shall
constitute a waiver of all claims in connection therewith, whether direct or
consequential in nature.

4-2
GENERAL CONDITIONS

4.04 PHYSICAL CONDITIONS - UNDERGROUND UTILITIES

A. Shown or Indicated: The information and data shown or indicated in the


Contract Documents with respect to existing Underground Utilities at or
contiguous to the site are based on information and data furnished to the
OWNER or the ENGINEER by the owners of Underground Utilities or by
others. Unless it is expressly provided in the Supplementary General
Conditions and/or the Section entitled "Protection and Restoration of Existing
Facilities" of the Technical Specifications, the OWNER and the ENGINEER
shall not be responsible for the accuracy or completeness of any
Underground Utilities information or data. The CONTRACTOR's
responsibility relating to underground utilities are: review and check all
information and data, locate all Underground Utilities shown or indicated in
the Contract Documents, coordinate the WORK with the owners of
Underground Utilities during construction, the safeguard and protect the of
Underground Utilities, and repair any damage to Underground Utilities
resulting from the WORK. The cost of all these activities will be considered
as having been included in the Contact Price.

B. Not Shown or Indicated: If an Underground Utility not shown or indicated in


the Contract Documents is uncovered or revealed at or contiguous to the site
and which the CONTRACTOR could not reasonably have been expected to
be aware of, the CONTRACTOR shall give written notice to the OWNER of
that utility and the ENGINEER, specifying the location of the utility in
question.

4.05 REFERENCE POINTS

A. The ENGINEER will provide one bench mark, near or on the site of the
WORK, and will provide two points near or on the site to establish a base line
for use by the ENGINEER for alignment control. Unless otherwise specified
in the Technical Specifications, the CONTRACTOR shall furnish all other
lines, grades, and bench marks required for proper execution of the WORK.

B. The CONTRACTOR shall preserve all bench marks, stakes, and other
survey marks. In case of their removal or destruction by its own employees
or by its subcontractor's employees, the CONTRACTOR shall be responsible
for the accurate replacement of reference points by professionally qualified
personnel at no additional cost to the OWNER.

4-3
GENERAL CONDITIONS

ARTICLE 5 - BONDS AND INSURANCE

5.01 PERFORMANCE AND OTHER BONDS

A. The CONTRACTOR shall furnish Performance and Payment Bonds, each in


the amount set forth in the Supplementary General Conditions as security for
the faithful performance and payment of all the CONTRACTOR's obligations
under the Contract Documents. The Performance Bond shall remain in
effect at least until one year after the date of Notice of Completion, except as
otherwise provided by Law or Regulation or by the Contract Documents.
After the ENGINEER issues the Notice of Completion, the amount of the
Performance Bond may be reduced to 10 percent of the Contract Price, or
$1,000, whichever is greater. The CONTRACTOR shall also furnish such
other Bonds as are required by the Supplementary General Conditions.

B. If the surety on any Bond furnished by the CONTRACTOR is declared a


bankrupt or becomes insolvent or its right to do business is terminated in any
state where any part of the WORK is located, the CONTRACTOR shall
within 7 days after written approval by the OWNER of a substitute Bond and
Surety substitute the approved Bond and Surety.

5.02 INSURANCE

A. The CONTRACTOR shall purchase and maintain the insurance required


under this paragraph. This insurance shall include the specific coverages set
out herein and be written for not less than the limits of liability and coverages
provided in the Supplementary General Conditions, or required by law,
whichever is greater. The CONTRACTOR's liabilities under the Agreement
shall not be deemed limited in any way to the insurance coverage required.

B. The CONTRACTOR shall furnish the OWNER and ENGINEER with


certificates indicating the type, amount, class of operations covered, effective
dates and expiration dates of all policies. All insurance policies purchased
and maintained (or the certificates or other evidence thereof) shall contain a
provision or endorsement that the coverage afforded will not be canceled,
materially changed, or renewal refused until at least 30 days' prior written
notice has been given to the OWNER by certified mail. All insurance shall
remain in effect until the ENGINEER issues the Notice of Completion and at
all times thereafter when the CONTRACTOR may be correcting, removing,
or replacing defective work in accordance with Paragraph 13.06 or
completing punch list items required by the Notice of Completion. In
addition, the insurance required herein (except for Worker's Compensation
and Employer's Liability) shall name the OWNER, the ENGINEER, and their
officers, agents, and employees as "additional insured" under the policies.

5-1
GENERAL CONDITIONS

1. Workers' Compensation and Employer's Liability: This insurance


shall protect the CONTRACTOR against all claims under applicable
state workers' compensation laws. The CONTRACTOR shall also
be protected against claims for injury, disease, or death of
employees which, for any reason, may not fall within the provisions
of a workers' compensation law. This policy shall include an "all
states" endorsement. The CONTRACTOR shall require each
subcontractor similarly to provide Workers' Compensation
Insurance for all of the latter's employees to be engaged in the
WORK unless its employees are covered by the protection
afforded by the CONTRACTOR's Workers' Compensation
Insurance. In the event a class of employees is not protected
under the Workers' Compensation Statute, the CONTRACTOR or
Subcontractor, as the case may be, shall provide adequate
employer's liability insurance for the protection of its employees not
protected under the statute.

2. Comprehensive General Liability: This insurance shall be written in


comprehensive form and shall protect the CONTRACTOR against all
claims arising from injuries to persons other than its employees and
damage to property of the OWNER or others arising out of any act or
omission of the CONTRACTOR or its agents, employees or
subcontractors. The policy shall include the following endorsements:
(1) Protective Liability endorsement to insure the contractual liability
assumed by the CONTRACTOR under the indemnification provisions
in these General Conditions; (2) Broad Form Property Damage
endorsement; (3) Personal Injury endorsement to cover personal
injury liability for intangible harm. The Comprehensive General
Liability coverage shall contain no exclusion relative to blasting,
explosion, collapse of building, or damage to underground structures.

3. Comprehensive Automobile Liability: This insurance shall be written


in comprehensive form. The policy shall protect the CONTRACTOR
against all claims for injuries to employees, members of the public
and damage to property of others arising from the use of
CONTRACTOR's motor vehicles, whether they are owned, non-
owned, or hired, and whether used or operated on or off the site. The
motor vehicle insurance required under this paragraph shall include:
(a) motor vehicle liability coverage; (b) personal injury protection
coverage and benefits; and (c) uninsured motor vehicle coverage.

5-2
GENERAL CONDITIONS

4. Subcontractor's Insurance: The CONTRACTOR shall require each of


its subcontractors to procure and to maintain Comprehensive General
Liability Insurance and Comprehensive Automobile Liability Insurance
of the type and in the amounts specified in the Supplementary
General Conditions or insure the activities of its subcontractors in the
CONTRACTOR's own policy, in like amount.

5. Builder's Risk: This insurance shall be of the "all risk" type, shall be
written in completed value form, and shall protect the CONTRACTOR,
the OWNER, and the ENGINEER against damage to buildings,
structures, materials and equipment. The amount of this insurance
shall not be less than the insurable value of the WORK at completion.
Builder's risk insurance shall provide for losses to be payable to the
CONTRACTOR, the OWNER, and the ENGINEER as their interests
may appear. The policy shall contain a provision that in the event of
payment for any loss under the coverage provided, the insurance
company shall have no rights of recovery against the CONTRACTOR,
the OWNER, and the ENGINEER. The Builder's Risk policy shall
insure against all risks of direct physical loss or damage to property
from any external cause including flood and earthquake. Allowable
exclusions, if any, shall be as specified in the Supplementary General
Conditions.

5-3
GENERAL CONDITIONS

ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES

6.01 SUPERVISION AND SUPERINTENDENCE

A. The CONTRACTOR shall supervise and direct the WORK competently and
efficiently, devoting the attention and applying the skills and expertise
necessary to perform the WORK in accordance with the Contract
Documents. The CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences, and procedures of construction and safety
precautions and programs incidental thereto. The CONTRACTOR shall be
responsible to see that the finished WORK complies accurately with the
Contract Documents.

B. The CONTRACTOR shall employ the Superintendent named in "Information


Required of Bidder" on the work site at all times during the progress of the
WORK. The superintendent shall not be replaced without the OWNER's
written consent. The superintendent will be the CONTRACTOR's
representative at the site and shall have authority to act on behalf of the
CONTRACTOR. All communications given to the superintendent shall be as
binding as if given to the CONTRACTOR. The CONTRACTOR shall issue
all its communications to the OWNER through the ENGINEER.

C. The CONTRACTOR's superintendent shall be present at the site of the


WORK at all times while work is in progress. Failure to observe this
requirement shall be considered suspension of the WORK by the
CONTRACTOR until the superintendent is again present at the site.

6.02 LABOR, MATERIALS, AND EQUIPMENT

A. The CONTRACTOR shall provide skilled, competent and suitably qualified


personnel to survey and lay out the WORK and perform construction as
required by the Contract Documents. When required in writing by the
OWNER or ENGINEER, the CONTRACTOR or any subcontractor shall
discharge any person who is, in the opinion of the OWNER or ENGINEER,
incompetent, disorderly, or otherwise unsatisfactory and shall not again
employ the discharged person on the WORK without the consent of the
OWNER or ENGINEER. The CONTRACTOR shall at all times maintain
good discipline and order at the site.

B. Except in connection with the safety or protection of persons the WORK, or


property at the site or adjacent thereto, all work at the site shall be performed
during regular working hours, and the CONTRACTOR will not permit
overtime work or the performance of work on Saturday, Sunday or any legal
holiday without the OWNER's written consent given after prior written notice

6-1
GENERAL CONDITIONS

to the ENGINEER. Except as otherwise provided in this Paragraph, the


CONTRACTOR shall receive no additional compensation for overtime work,
i.e., work in excess of 8 hours in any one calendar day or 40 hours in any
one calendar week, even though such overtime work may be required under
emergency conditions and may be ordered by the ENGINEER in writing.
Additional compensation will be paid the CONTRACTOR for overtime work in
the event extra work is ordered by the ENGINEER and the Change Order
specifically authorizes the use of overtime work, but only to the extent that
the CONTRACTOR pays overtime wages on a regular basis being paid by
for overtime work of a similar nature in the same locality.

C. All costs of inspection and testing performed during overtime work approved
solely for the convenience of the CONTRACTOR shall be borne by the
CONTRACTOR. The OWNER shall have the authority to deduct the costs of
all inspection and testing from any partial payments otherwise due to the
CONTRACTOR.

D. Unless otherwise specified in the Contract Documents, the CONTRACTOR


shall furnish, erect, maintain and remove the construction plant, and
temporary works and assume full responsibility for all materials, equipment,
labor, transportation, construction equipment, machinery, tools, appliances,
fuel, power, light, heat, telephone, water, sanitary facilities and all other
facilities and incidentals necessary for the furnishing, performance testing,
start-up and completion of the WORK.

E. All materials and equipment incorporated into the WORK shall be of new and
good quality, except as otherwise provided in the Contract Documents. If
required by the ENGINEER, the CONTRACTOR shall furnish satisfactory
evidence (including reports of required tests) as to the kind and quality of
materials and equipment. The CONTRACTOR shall apply, install, connect,
erect, use, clean, and condition all material and equipment in accordance
with the instructions of the manufacturer and Supplier except as otherwise
provided in the Contract Documents.

6.03 ADJUSTING PROGRESS SCHEDULE

A. The CONTRACTOR shall submit any adjustments in the progress schedule


to the ENGINEER for acceptance in accordance with the provisions for
"Contractor Submittals" in the Technical Specifications.

6-2
GENERAL CONDITIONS

6.04 SUBSTITUTES OR "OR-EQUAL" ITEMS

A. Whenever an item of material or equipment is specified or described in the


Contract Documents by using the name of a proprietary item or the name of
a particular Supplier, the specification or description is intended to establish
the type, function, appearance, and quality required. Unless the specification
or description contains or is followed by words reading that no like,
equivalent, or “or-equal” item or no substitution is permitted, other items of
material or equipment or material or equipment of other Suppliers may be
submitted to ENGINEER for review under the circumstances described
below:

1. “Or-Equal” Items: If in ENGINEER’s sole discretion an item of


material or equipment proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so that no change in related
Work will be required, it may be considered by ENGINEER as an “or-
equal” item, in which case review and approval of the proposed item
may, in ENGINEER’s sole discretion, be accomplished without
compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this paragraph
6.04.A.1, a proposed item of material or equipment will be considered
functionally equal to an item so named if:

a. in the exercise of reasonable judgment ENGINEER determines


that: (i) it is a least equal in quality, durability, appearance,
strength, and design characteristics; (ii) it will reliably perform at
least equally well the function imposed by the design concept of
the completed Project as a functioning whole, and;

b. CONTRACTOR certifies that: (i) there is no increase in cost to the


OWNER; and (ii) it will conform substantially, even with deviations,
to the detailed requirements of the item named in the Contract
Document.

2. Substitute Items

a. If in ENGINEER’s sole discretion an item of material or equipment


proposed by CONTRACTOR does not qualify as an “or-equal”
item under paragraph 6.04.A.1, it will be considered a proposed
substitute item.

b. CONTRACTOR shall submit sufficient information as provided


below to allow ENGINEER to determine that the item of material

6-3
GENERAL CONDITIONS

or equipment proposed is essentially equivalent to that named and


an acceptable substitute therefore. Requests for review of
proposed substitute items of material or equipment will not be
accepted by ENGINEER from anyone other than CONTRACTOR.

c. The procedure for review by ENGINEER will be as set forth in


paragraph 6.04.A.2.d, as supplemented in the Technical
Specifications and as ENGINEER may decide is appropriate
under the circumstances.

d. CONTRACTOR shall first make written application to ENGINEER


for review of a proposed substitute item of material or equipment
that CONTRACTOR seeks to furnish or use. The application shall
certify that the proposed substitute item will perform adequately
the functions and achieve the results called for by the general
design, be similar in substance to that specified, and be suited to
the same use as that specified. The application will state the
extent, if any, to which the use of the proposed substitute item will
prejudice CONTRACTOR’s achievement of Substantial
Completion on time, whether or not use of the proposed substitute
item will require a change in any of the Contract Documents (or in
the provisions of any other direct contract with OWNER for work
on the Project) to adapt the design to the proposed substitute
item, and whether or not incorporation or use of the substitute item
is subject to payment of any license fee or royalty. All variations of
the proposed substitute item from that specified will be identified in
the application, and available engineering, sales, maintenance,
repair, and replacement services will be indicated. The application
will also contain an itemized estimate of all costs or credits that will
result directly or indirectly from use of such substitute item,
including costs or credits that will result directly or indirectly from
use of such substitute item, including costs of redesign and claims
of other contractors affected by any resulting change, all of which
will be considered by ENGINEER in evaluating the proposed
substitute item. ENGINEER may require CONTRACTOR to
furnish additional data about the proposed substitute item.

B. Substitute Construction Methods or Procedures: If a specific means,


method, technique, sequence, or procedure of construction is shown or
indicated in and expressly required by the Contract Documents,
CONTRACTOR may furnish or utilize a substitute means, method,
technique, sequence, or procedure of construction approved by ENGINEER.
CONTRACTOR shall submit sufficient information to allow ENGINEER, in

6-4
GENERAL CONDITIONS

ENGINEER’s sole discretion, to determine that the substitute proposed is


equivalent to that expressly called for by the Contract Documents. The
procedure for review by ENGINEER will be similar to that provided in
subparagraph 6.04.A.2.

C. Engineer’s Evaluation: ENGINEER will be allowed a reasonable time within


which to evaluate each proposal or submittal made pursuant to paragraphs
6.04.A and 6.04.B. ENGINEER will be the sole judge of acceptability. No
“or-equal” or substitute will be ordered, installed or utilized until ENGINEER’s
review is complete, which will be evidenced by either a Change Order for a
substitute or an approved Shop Drawing for an “or equal.” ENGINEER will
advise CONTRACTOR in writing of any negative determination.

D. Special Guarantee: OWNER may require CONTRACTOR to furnish at


CONTRACTOR’s expense a special performance guarantee or other surety
with respect to any substitute.

E. ENGINEER’s Cost Reimbursement: ENGINEER will record time required by


ENGINEER and ENGINEER’s Consultants in evaluating substitute proposed
or submitted by CONTRACTOR pursuant to paragraphs 6.04.A.2 and 6.04.B
and in making changes in the Contract Documents (or in the provisions of
any other direct contract with OWNER for work on the Project) occasioned
thereby. Whether or not ENGINEER approves a substitute item so proposed
or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER
for the charges of ENGINEER and ENGINEER’s Consultants for evaluation
each such proposed substitute.

F. CONTRACTOR’s EXPENSE: CONTRACTOR shall provide all data in


support of any proposed substitute or “or-equal” at CONTRACTOR’s
expense.

6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS

A. The CONTRACTOR shall be responsible to the OWNER and the


ENGINEER for the acts and omissions of its subcontractors and their
employees to the same extent as the CONTRACTOR is responsible for the
acts and omissions of its own employees. Nothing contained in this
paragraph shall create any contractual relationship between any
subcontractor and the OWNER or the ENGINEER nor relieve the
CONTRACTOR of any liability or obligation under the Agreement.

6.06 PERMITS

6-5
GENERAL CONDITIONS

A. Unless otherwise provided in the Supplementary General Conditions, the


CONTRACTOR shall obtain and pay for all construction permits and licenses
from the agencies having jurisdiction, including furnishing the insurance and
bonds required by such agencies. The costs incurred by the CONTRACTOR
in compliance with this paragraph shall not be made the basis for claims for
additional compensation. The OWNER shall assist the CONTRACTOR,
when necessary, in obtaining such permits and licenses. The
CONTRACTOR shall pay all governmental charges and inspection fees
necessary for the prosecution of the WORK, which are applicable at the time
of opening of Bids, including all utility connection charges for utilities required
by the WORK.

B. The CONTRACTOR shall pay all license fees and royalties and assume all
costs when any invention, design, process, product, or device which is the
subject of patent rights or copyrights held by others when issued in the
construction of the WORK or incorporated into the WORK. If a particular
invention, design, process, product, or device is specified in the Contract
Documents for incorporation into or use in the construction of the WORK and
if to the actual knowledge of the OWNER or the ENGINEER its use is
subject to patent rights or copyrights calling for the payment of any license
fee or royalty to others, the existence of these rights shall be disclosed by the
OWNER in the Contract Documents. The CONTRACTOR shall indemnify,
defend and hold harmless the OWNER and the ENGINEER and anyone
directly or indirectly employed by either of them from and against all claims,
damages, losses, and expenses (including attorneys' fees and court costs)
arising out of any infringement of patent rights or copyrights incident to the
use in the performance of the WORK or resulting from the incorporation in
the WORK of any invention, design, process, product, or device not specified
in the Contract Documents.

6.07 LAWS AND REGULATIONS

A. The CONTRACTOR shall observe and comply with all federal, state, and
local laws, ordinances, codes, orders, and regulations which in any manner
affect those engaged or employed on the WORK, the materials used in the
WORK, or the conduct of the WORK. If any discrepancy or inconsistency
should be discovered in the Contract Documents in relation to any law,
ordinance, code, order, or regulations, the CONTRACTOR shall report the
same in writing to the ENGINEER. The CONTRACTOR shall indemnify,
defend and hold harmless the OWNER, the ENGINEER and their officers,
agents, and employees against all claims and from violation of any law,
ordinance, code, order, or regulation, whether by CONTRACTOR or by its
employees or subcontractors. Any particular law or regulation specified or

6-6
GENERAL CONDITIONS

referred to elsewhere in the Contract Documents shall not in any way limit
the obligation of the CONTRACTOR to comply with all other provisions of
federal, state, and local laws and regulations. Where an individual State act
on occupational safety and health standards has been approved by Federal
authority, then the provision of said State act shall control.

6.08 EQUAL OPPORTUNITY

A. The Contractor agrees to abide by: the provisions of Title VII of the Civil
Rights Act of 1964 (42USC § § 2000e et seq.), which prohibits discrimination
against any employee or applicant for employment on the basis of race,
religion, color, or national origin; Executive Order No. 11246, as amended,
which prohibits discrimination on the basis of sex; 45 CFR 90, which prohibits
discrimination on the basis of age; Section 504 of the Rehabilitation Act of
1973, (42 USC § 794), which prohibits discrimination on the basis of
handicap; Utah Executive Order dated June 30, 1989, which prohibits sexual
harassment in the workplace; and the Americans with Disabilities Act (42
USC § § 12111 et seq.), which prohibits discrimination against qualified
employees and applicants with a disability.

6-7
GENERAL CONDITIONS

6.09 TAXES

A. The CONTRACTOR shall pay all sales, consumer, use, and other similar
taxes required to be paid by the CONTRACTOR in accordance with the Laws
and Regulations of the place of the Project which are applicable during the
performance of the WORK.

6.10 USE OF PREMISES

A. The CONTRACTOR shall confine construction equipment, stored materials


and equipment, and other operations of workers to (1) the Project site, (2)
the land and areas identified for the CONTRACTOR's use in the Contract
Documents, and (3) other lands whose use is acquired by Laws and
Regulations, rights-of-way, permits, and easements. The CONTRACTOR
shall be fully responsible to the owner and occupant of such lands for any
damage to the lands or areas contiguous thereto, resulting from the
performance of the WORK or otherwise. Should any claim be made against
the OWNER or the ENGINEER by owner or occupant of lands because of
the performance of the WORK, the CONTRACTOR shall promptly settle the
claim by agreement, or resolve the claim through litigation. The
CONTRACTOR shall, to the fullest extent permitted by Laws and
Regulations, indemnify, defend, and hold the OWNER and the ENGINEER
harmless from and against all claims, damages, losses, and expenses
(including, but not limited to, fees of engineers, architects, attorneys, and
other professionals and court costs) arising directly, indirectly, or
consequentially out of any action, legal or equitable, brought by any owner or
occupant of land against the OWNER or the ENGINEER to the extent the
claim is based or arises out of the CONTRACTOR's performance of the
WORK.

6.11 SAFETY AND PROTECTION

A. The CONTRACTOR shall be responsible for initiating, maintaining, and


supervising all safety precautions and programs in connection with the
WORK. The CONTRACTOR shall take all necessary precautions for the
safety of, and shall provide the necessary protection to prevent damage,
injury or loss to:

1. All employees on the WORK and other persons and organizations


who may be affected thereby.

2. All the WORK and materials and equipment to be incorporated


therein, whether in storage on or off the site; and

6-8
GENERAL CONDITIONS

3. Other property at the site or adjacent thereto, including trees, shrubs,


lawns, walks, pavements, roadways, structures, and utilities not
designated for removal, relocation, or replacement in the course of
construction.

B. The CONTRACTOR shall comply with all applicable Laws and Regulations
(whether referred to herein or not) of any public body having jurisdiction for
the safety of persons or property or to protect them from damage, injury, or
loss and shall erect and maintain all necessary safeguards for such safety
and protection. The CONTRACTOR shall notify owners of adjacent property
and utilities when prosecution of the WORK may affect them, and shall
cooperate with them in the protection, removal, relocation, and replacement
of their property.

C. Unless the CONTRACTOR otherwise designates in writing a different


individual as the responsible individual, the CONTRACTOR's superintendent
shall be CONTRACTOR's representative at the site whose duty shall be the
prevention of accidents.

6.12 SHOP DRAWINGS AND SAMPLES

A. After checking and verifying all field measurements and after complying with
the applicable procedures specified in the Technical Specifications, the
CONTRACTOR shall submit all shop drawings to the ENGINEER for review
and approval in accordance with the approved schedule for shop drawings
submittals specified in the Technical Specifications.

B. The CONTRACTOR shall also submit to the ENGINEER for review and
approval all samples in accordance with the approved schedule of sample
submittals specified in the Technical Specifications.

C. Before submitting shop drawings or samples, the CONTRACTOR shall


determine and verify all quantities, dimensions, specified performance
criteria, installation requirements, materials, catalog numbers, and similar
data with respect thereto and review or coordinate each shop drawing or
sample with other shop drawings and samples and with the requirements of
the WORK and the Contract Documents.

6-9
GENERAL CONDITIONS

6.13 CONTINUING THE WORK

A. The CONTRACTOR shall carry on the WORK and adhere to the progress
schedule during all disputes or disagreements with the OWNER. No work
shall be delayed or postponed pending resolution of any dispute or
disagreement, except as the CONTRACTOR and the OWNER may
otherwise mutually agree in writing.

6.14 INDEMNIFICATION

A. To the fullest extent permitted by Laws and Regulations, the CONTRACTOR


shall indemnify, defend, and hold harmless the OWNER, the ENGINEER,
and their officers, agents, and employees, against and from all claims and
liability arising under or by reason of the Agreement or any performance of
the WORK, but not from the sole negligence or willful misconduct of the
OWNER and/or the ENGINEER. Such indemnification by the
CONTRACTOR shall include but not be limited to the following:

1. Liability or claims resulting directly or indirectly from the negligence


or carelessness of the CONTRACTOR or its agents in the
performance of the WORK, or in guarding or maintaining the same,
or from any improper materials, implements, or appliances used in
its construction, or by or on account of any act or omission of the
CONTRACTOR or its agents;

2. Liability or claims arising directly or indirectly from or based on the


violation of any law, ordinance, regulation, order, or decree, whether
by the CONTRACTOR or its agents;

3. Liability or claims arising directly or indirectly from the use or


manufacture by the CONTRACTOR, its agents, or the OWNER in the
performance of this Agreement of any copyrighted or uncopyrighted
composition, secret process, patented or unpatented invention,
article, or appliance, unless otherwise specifically stipulated in this
Agreement.

4. Liability or claims arising directly or indirectly from the breach of any


warranties, whether express or implied, made to the OWNER or any
other parties by the CONTRACTOR or its agents;

5. Liabilities or claims arising directly or indirectly from the willful


misconduct of the CONTRACTOR or its agents; and,

6-10
GENERAL CONDITIONS

6. Liabilities or claims arising directly or indirectly from any breach of the


obligations assumed herein by the CONTRACTOR.

B. The CONTRACTOR shall reimburse the OWNER, and the ENGINEER for all
costs and expense, (including but not limited to fees and charges of
engineers, architects, attorneys, and other professional and court costs)
incurred by the OWNER, and the ENGINEER in enforcing the provisions of
this Paragraph.

C. The indemnification obligation under this Paragraph shall not be limited in


any way by any limitation of the amount or type of damages, compensation,
or benefits payable by or for the CONTRACTOR or any such subcontractor
or other person or organization under workers' compensation acts, disability
benefit acts, or other employee benefit acts.

6.15 CONTRACTOR'S DAILY REPORTS

A. The CONTRACTOR shall complete a daily report indicating manpower,


major equipment, subcontractors, weather conditions, etc., involved in the
performance of the WORK. The daily report shall be completed on forms
prepared by the CONTRACTOR and acceptable to the ENGINEER, and
shall be submitted to the ENGINEER at the conclusion of each work day.

6.16 ASSIGNMENT OF CONTRACT

A. The CONTRACTOR shall not assign, sublet, sell, transfer, or otherwise


dispose of the Agreement or any portion thereof, or its right, title, or
interested therein, or obligations thereunder, without the written consent of
the OWNER except as imposed by law. If the CONTRACTOR violates this
provision, the Agreement may be terminated at the option of the OWNER. In
such event, the OWNER shall be relieved of all liability and obligations to the
CONTRACTOR and to its assignee or transferee, growing out of such
termination.

6-11
GENERAL CONDITIONS

ARTICLE 7 - OTHER WORK

7.01 RELATED WORK

A. The OWNER may perform other work related to the Project at the site by the
OWNER's own forces, have other work performed by utility owners, or let
other direct contracts for the performance of the other work which may
contain General Conditions similar to these. If the fact that such other work
is to be performed was not noted in the Contact Documents, written notice
thereof will be given to the CONTRACTOR prior to commencing any other
work.

B. The CONTRACTOR shall afford each utility owner and other contractor who
is a party to a direct contract (or the OWNER, if the OWNER is performing
the additional work with the OWNER's employees) proper and safe access to
the site and a reasonable opportunity for the introduction and storage of
materials and equipment and the execution of the other work. The
CONTRACTOR shall properly connect and coordinate the WORK with the
other work. The CONTRACTOR shall do all cutting, fitting, and patching of
the WORK that may be required to make its several parts come together
properly and integrate with the other work. The CONTRACTOR shall not
endanger any work of others by cutting, excavating, or otherwise altering
their work and shall only cut or alter their work with the written consent of the
ENGINEER and the others whose work will be affected.

C. If the proper execution or results of any part of the CONTRACTOR's work


depends upon the integration of work with the completion of other work by
any other contractor or utility owner (or the OWNER), the CONTRACTOR
shall inspect and report to the ENGINEER in writing all delays, defects, or
deficiencies in the other work that renders it unavailable or unsuitable for
proper integration with the CONTRACTOR's work. Except for the results or
effects of latent or nonapparent defects and deficiencies in the other work,
the CONTRACTOR's failure to report will constitute an acceptance of the
other work as fit and proper for integration with the CONTRACTOR's work
and as a waiver of any claim for additional time or compensation associated
with the integration of the CONTRACTOR's work with the other work.

7-1
GENERAL CONDITIONS

7.02 COORDINATION

A. If the OWNER contracts with others for the performance of other work on the
Project at the site, a coordinator will be identified to the extent that the
coordinator can be identified at this time, in the Supplementary General
Conditions and delegated the authority and responsibility for coordination of
the activities among the various contractors. The specific matters over which
the coordinator has authority and the extent of the coordinator's authority and
responsibility will be itemized in the Supplementary General Conditions or in
a notice to the CONTRACTOR at such time as the identity of the coordinator
is determined.

7-2
GENERAL CONDITIONS

ARTICLE 8 - OWNER'S RESPONSIBILITIES

8.01 COMMUNICATIONS

A. The OWNER shall issue all its communications to the CONTRACTOR


through the ENGINEER.

8.02 PAYMENTS

A. The OWNER shall make payments to the CONTRACTOR as provided in


Paragraphs 14.05 and 14.09.

8.03 LANDS, EASEMENTS, AND SURVEYS

A. The OWNER's duties with respect to providing lands and easements and
providing engineering surveys to establish reference points are set forth in
Paragraphs 4.01 and 4.05. The OWNER shall identify and make available to
the CONTRACTOR copies of exploration reports and subsurface conditions
tests at the site and in existing structures which have been utilized by the
ENGINEER in preparing the Drawings and Technical Specifications as set
forth in Paragraph 4.02

8.04 CHANGE ORDERS

A. The OWNER shall execute approved Change Orders for the conditions
described in Paragraph 10.01D.

8.05 INSPECTIONS AND TESTS

A. The OWNER's responsibility with respect to inspection, tests, and approvals


is set forth in Paragraph 13.03B.

8.06 SUSPENSION OF WORK

A. In connection with the OWNER's right to stop work or suspend work, see
Paragraphs 13.04 and 15.01. Paragraphs 15.02 and 15.03 deal with the
OWNER's right to terminate services of the CONTRACTOR under certain
circumstances.

8-1
GENERAL CONDITIONS

ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION

9.01 OWNER'S REPRESENTATIVE

A. The ENGINEER will be the OWNER's representative during the construction


period. The duties, responsibilities and the limitations of authority of the
ENGINEER as the OWNER's representative during construction are set forth
in a separate agreement with the OWNER and are summarized hereafter.

9.02 VISITS TO SITE

A. The ENGINEER will make visits to the site during construction to observe
and inspect the progress and quality of the WORK and to determine, in
general if the WORK is proceeding in accordance with the Contract
Documents.

9.03 PROJECT REPRESENTATION

A. The ENGINEER will furnish a Project Representative to observe and inspect


the performance of the WORK. The Project Representative and/or other
authorized agents of the Engineer shall serve as the chief Owner/Engineer
contact(s) with the Contractor during the construction phase. All submittals
shall be delivered to and communications between the Engineer and the
Contractor shall be handled by the Project Representative and/or other
authorized agents. The Project Representative shall be the chief authorized
representative of the Owner and the Engineer at the site of the work in all on-
site relations with the Contractor.

9.04 CLARIFICATIONS AND INTERPRETATIONS

A. The ENGINEER will issue with reasonable promptness written clarifications


or interpretations of the requirements of the Contract Documents (in the form
of Drawings or otherwise) as the ENGINEER may determine necessary,
which shall be consistent with or reasonably inferable from the overall intent
of the Contract Documents.

9.05 AUTHORIZED VARIATIONS IN WORK

A. The ENGINEER may authorize minor variation in the WORK as described in


the Contact Documents when such variations do not involve an adjustment in
the Contract Price or the Contract Time and are consistent with the overall
intent of the Contract Documents. These variations shall be accomplished
by issuing a Field Order. The issuance of a Field Order requires the
CONTRACTOR to perform the work described in the order promptly. If the

9-1
GENERAL CONDITIONS

CONTRACTOR believes that a Field Order justifies an increase in the


Contract Price or an extension of the Contract Time and parties are unable to
agree as the amount or extent thereof, the CONTRACTOR may make a
claim therefor as provided in Article 11 or 12.

9.06 REJECTION OF DEFECTIVE WORK

A. The ENGINEER is authorized to reject work which the ENGINEER believes


to be defective and require special inspection or testing of the WORK as
provided in Paragraph 13.03G, whether or not the WORK is fabricated,
installed, or completed.

9.07 CONTRACTOR SUBMITTALS, CHANGE ORDERS, AND PAYMENTS

A. The ENGINEER will review for approval all Contractor submittals, including
shop drawings, samples, substitutes, and "or equal" items, etc., in
accordance with the procedures set forth in the Technical Specifications.

B. In connection with the ENGINEER's responsibilities as to Change Orders,


see Articles 10, 11, and 12.

C. In connection with the ENGINEER's responsibilities with respect to


Applications for Payment, see Article 14.

9.08 DECISIONS ON DISPUTES

A. All claims, disputes, and other matters concerning the acceptability of the
WORK, the interpretation of the requirements of the Contract Documents
pertaining to the performance of the WORK, and claims for changes in the
Contract Price or Contract Time under Articles 11 and 12 will be referred to
the ENGINEER in writing with a request for formal decision in accordance
with this paragraph. The ENGINEER will render a decision in writing within
30 days of receipt of the request. Written notice of each claim, dispute, or
other matter will be delivered by the CONTRACTOR to the ENGINEER
promptly (but in no event later than 30 days) after the occurrence of the
event. Written supporting data will be submitted to the ENGINEER with the
written claim unless the ENGINEER allows an additional period of time to
ascertain more accurate data in support of the claim.

B. When reviewing the claim or dispute, the ENGINEER will not show partiality
to the OWNER or the CONTRACTOR and will incur no liability in connection
with any interpretation or decision rendered in good faith. The ENGINEER's
rendering of a decision with respect to any claim, dispute, or other matter
(except any which have been waived by the making or acceptance of final

9-2
GENERAL CONDITIONS

payment as provided in Paragraph 14.12) shall be a condition precedent to


the OWNER's or the CONTRACTOR's exercise of their rights or remedies
under the Contract Documents or by Law or Regulations with respect to the
claim, dispute, or other matter.

9.09 LIMITATION ON ENGINEER'S RESPONSIBILITIES

A. Neither the ENGINEER's authority to act pursuant to its agreement with the
OWNER, nor the description of that authority under this Article 9, nor any
other description of the ENGINEER's responsibility in the Contract
Documents, nor any decision made by the ENGINEER in good faith either to
exercise or not exercise its authority, shall give rise to any duty or
responsibility on the part of the ENGINEER to the CONTRACTOR, any
Subcontractor, any Supplier, any surety or any other person or organization
performing any part of the WORK.

B. Whenever in the Contract Documents the terms "as ordered," "as directed,"
"as required," as allowed," "as reviewed," "as approved," or terms of like
effect or import are used, or the adjectives "reasonable," "suitable,"
"acceptable," "proper," or "satisfactory" or adjectives of like effect or import
are used to describe a requirement, direction, review, or judgement of the
ENGINEER as to the WORK, it is intended that such requirement, direction,
review, or judgment will be solely to evaluate the WORK for compliance with
the Contract Documents, unless there is a specific statement indicating
otherwise. The use of any such term or adjective shall not be effective to
assign to the ENGINEER any duty or authority to supervise or direct the
performance of the WORK or any duty or authority to undertake
responsibility contrary to the provisions of its agreement with the OWNER.

C. The ENGINEER will not be responsible for the CONTRACTOR's means,


methods, techniques, sequences, or procedures of construction not specified
in the Contact Documents or the safety precautions and programs incident
thereto.

D. The ENGINEER will not be responsible for the acts or omissions of the
CONTRACTOR nor of any subcontractor, supplier, or any other person or
organization performing any of the WORK to the extent that such acts or
omissions are not reasonably discoverable considering the level of
observation and inspection required by the ENGINEER's agreement with the
OWNER.

9-3
GENERAL CONDITIONS

ARTICLE 10 - CHANGES IN THE WORK

10.01 GENERAL

A. Without invalidating the Agreement and without notice to any surety, the
OWNER may at any time or from time to time, order additions, deletions, or
revisions in the WORK; these will be authorized by a written Field Order
and/or a Change Order issued by the ENGINEER. Upon receipt of any of
these documents, the CONTRACTOR shall promptly proceed with the work
involved pursuant to the applicable conditions of the Contract Documents.

B. If the OWNER and the CONTRACTOR are unable to agree upon the
increase or decrease in the Contract Price or an extension or shortening of
the Contract Time, if any, that should be allowed as a result of a Field Order,
a claim may be made therefor as provided in Articles 11 or 12.

C. The CONTRACTOR shall not be entitled to an increase in the Contract Price


nor an extension of the Contract Time with respect to any work performed
that is not required by the Contact Documents as amended, modified, or
supplemented by Change Order, except in the case of an emergency and
except in the case of uncovering work provided in the Paragraph 13.03G.

D. The OWNER and the CONTRACTOR shall execute appropriate Change


Orders covering:

1. Changes in the WORK which are ordered by the OWNER pursuant


to Paragraph 10.01A;

2. Changes required because of acceptance of defective work under


Paragraph 13.06;

3. Changes in the Contract Price or Contact Time which are agreed to


by the parties; or

4. Any other changes agreed to by the parties.

E. If the provisions of any Bond require notice of any change to be given to a


surety, the giving of these notices will be the CONTRACTOR's responsibility.
The CONTRACTOR shall provide for the amount of each applicable Bond to
be adjusted accordingly.

10-1
GENERAL CONDITIONS

10.02 ALLOWABLE QUANTITY VARIATIONS

A. Whenever a unit price and quantity have been established for a bid item in
the Contract Documents, the quantity stated may be increased or decreased
to a maximum of 25 percent with no change in the unit price. An adjustment
in the quantity in excess of 25 percent will be sufficient to justify a change in
the unit price. Changes in the quantity of all bid items established in the
Contract Documents, regardless of whether the changes are more or less
than 25 percent and at the unit price established in the Contract Documents
or adjusted otherwise, shall be documented by Change Orders.

B. In the event a part of the WORK is to be entirely eliminated and no lump sum
or unit price is named in the Contract Documents to cover the eliminated
work, the price of the eliminated work shall be agreed upon in writing by the
OWNER and the CONTRACTOR. If the OWNER and the CONTRACTOR
fail to agree upon the price of the eliminated work, the price shall be
determined in accordance with the provisions of Article 11.

10-2
GENERAL CONDITIONS

ARTICLE 11 - CHANGE OF CONTRACT PRICE

11.01 GENERAL

A. The Contact Price constitutes the total compensation payable to the


CONTRACTOR for performing the WORK. Except as directed by Change
Orders, all duties, responsibilities, and obligations assigned to or undertaken
by the CONTRACTOR shall be at its expense without change in the Contract
Price.

B. The Contract Price may only be changed by a Change Order. Any claim for
an increase in the Contact Price shall be based on written notice delivered by
the CONTRACTOR to the ENGINEER promptly (but in no event later than 30
days) after the occurrence of the event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the claim with
supporting data shall be delivered with the claim, unless the ENGINEER
allows an additional period of time to ascertain more accurate data in support
of the claim, and shall be accompanied by the CONTRACTOR's written
statement that the amount claimed covers all known amounts (direct,
indirect, and consequential) to which the CONTRACTOR is entitled as a
result of the occurrence of the event. If the OWNER and the CONTRACTOR
cannot otherwise agree on the amount involved, all claims for adjustment in
the Contract Price shall be determined by the ENGINEER in accordance with
Paragraph 9.08A. No claim for an adjustment in the Contact Price will be
valid if not submitted in accordance with this Paragraph 11.01B.

C. The value of any work covered by a Change Order or of any claim for an
increase or decrease in the Contact Price shall be determined in one of the
following ways:

1. Where the work involved is covered by unit prices contained in the


Contract Documents, by application of unit prices to the quantities
of the items involved.

2. By mutual acceptance of a lump sum, which may include an


allowance for overhead and profit not necessarily in accordance with
Paragraph 11.04.

3. On the basis of the cost of work (determined as provided in


Paragraphs 11.02 and 11.03) plus a CONTRACTOR's fee for
overhead and profit (determined as provided in Paragraph 11.04).

11-1
GENERAL CONDITIONS

11.02 COST OF WORK (BASED ON TIME AND MATERIALS)

A. General: The term "cost of work" means the sum of all costs necessarily
incurred and paid by the CONTRACTOR for labor, materials, and equipment
in the proper performance of work. Except as otherwise may be agreed to in
writing by the OWNER, such costs shall be in amounts no higher than those
prevailing in the locality of the Project.

B. Labor: The cost of labor used in performing work by the CONTRACTOR, a


subcontractor, or other forces will be the sum of the following:

1. The actual wages paid plus any employer payments to, or on


behalf of workers for fringe benefits including health and welfare,
pension, vacation, and similar purposes. The cost of labor may
include the rates paid to foremen when determined by the
ENGINEER that the services of foremen do not constitute a part of
the overhead allowance.

2. All payments imposed by state and federal laws including, but not
limited to, compensation insurance, and social security payments.

3. The amount paid for subsistence and travel required by collective


bargaining agreements, or in accordance with the regular practice of
the employer.

At the beginning of the extra work and as later requested by the ENGINEER,
the CONTRACTOR shall furnish the ENGINEER proof of labor
compensation rates being paid.

C. Materials: The cost of materials used in performing work will be the cost to
the purchaser, whether CONTRACTOR or subcontractor, from the supplier
thereof, except as the following are applicable:

1. Trade discounts available to the purchase shall be credited to the


OWNER notwithstanding the fact that such discounts may not have
been taken by the CONTRACTOR.

2. For materials secured by other than a direct purchase and direct


billing to the purchaser, the cost shall be deemed to be the price paid
to the actual supplier as determined by the ENGINEER. Markup
except for actual costs incurred in the handling of such materials will
not be allowed.

11-2
GENERAL CONDITIONS

3. Payment for materials from sources owned wholly or in part by the


purchaser shall not exceed the price paid by the purchaser for similar
materials from these sources on extra work items or current wholesale
price for the materials delivered to the work site, whichever is lower.

4. If in the opinion of the ENGINEER the cost of material is excessive, or


the CONTRACTOR does not furnish satisfactory evidence of the cost
of the material, then the cost shall be deemed to be the lowest current
wholesale price for the quantity concerned, delivered to the work site
less trade discount. The OWNER reserves the right to furnish
materials for the extra work and no claim shall be made by the
CONTRACTOR for costs and profit on such materials.

D. Equipment: The CONTRACTOR will be paid for the use of equipment at the
rental rate listed for the equipment specified in the Supplementary General
Conditions. The rental rate will be used to compute payments for equipment
whether the equipment is under the CONTRACTOR's control through direct
ownership, leasing, renting, or another method of acquisition. The rental rate
to be applied for use of each item of equipment shall be the rate resulting in
the least total cost to the Owner for the total period of use. If it is deemed
necessary by the CONTRACTOR to use equipment not listed in the
Supplementary General Conditions an equitable rental rate for the equipment
will be established by the ENGINEER. The CONTRACTOR may furnish cost
data which might assist the ENGINEER in the establishing the rental rate.

1. All equipment shall, in the opinion of the ENGINEER, be in good


working condition and suitable for the purpose for which the
equipment is to be used.

2. Before construction equipment is used on the extra work, the


CONTRACTOR shall plainly stencil or stamp an identifying number
thereon at a conspicuous location, and shall furnish to the
ENGINEER, in duplicate, a description of the equipment and its
identifying number.

3. Unless otherwise specified, manufacturers' ratings and manufacturer


approved modifications shall be used to classify equipment for the
determination of applicable rental rates. Equipment which has no
direct power unit shall be powered by a unit of at least the minimum
rating recommended by the manufacturer.

4. Individual pieces of equipment or tools having a replacement value of


$100 or less, whether or not consumed by use, shall be considered to
be small tools and no payment will be made therefore.

11-3
GENERAL CONDITIONS

5. Rental time will not be allowed while equipment is inoperative due to


breakdowns.

E. Equipment on the Work: The rental time to be paid for equipment used on
the WORK shall be the time the equipment is in productive operation on the
extra work being performed and, in addition, shall include the time required
to move the equipment to the location of the extra work and return it to the
original location or to another location that requires no more moving time
than that required to return it to its original location. Moving time will not be
paid if the equipment is used on other than the extra work, even though
located at the site of the extra work. Loading and transporting costs will be
allowed, in lieu of moving time, when the equipment is moved by means
other than its own power. However, no payment will be made for loading and
transporting costs when the equipment is used on other than the extra work
even though located at the site of the extra work. The following shall be
used in computing the rental time of equipment on the WORK.

1. When hourly rates are listed, any part of an hour less than 30
minutes of operation shall be considered to be 1/2-hour of
operation, and any part of an hour in excess of 30 minutes will be
considered one hour of operation.

2. When daily rates are listed, any part of a day less than 4 hours
operation shall be considered to be 1/2-day of operation. When
owner-operated equipment is used to perform extra work to be paid
for on a time and materials basis, the CONTRACTOR will be paid for
the equipment and operator, as set forth in Paragraph (3), (4), and
(5), following.

3. Payment for the equipment will be made in accordance with the


provisions in Paragraph 11.02D, herein.

4. Payment for the cost of labor and subsistence or travel allowance will
be made at the rates paid by the CONTRACTOR to other workers
operating similar equipment already on the WORK, or in the absence
of such labor, established by collective bargaining agreements for the
type of workmen and location of the extra work, whether or not the
operator is actually covered by such an agreement. A labor
surcharge will be added to the cost of labor described herein in
accordance with the provisions of Paragraph 11.02B, herein, which
surcharge shall constitute full compensation for payments imposed by
state and federal laws and all payments made to on behalf of workers
other than actual wages.

11-4
GENERAL CONDITIONS

5. To the direct cost of equipment rental and labor, computed as


provided herein, will be added the allowances for equipment rental
and labor as provided in Paragraph 11.04, herein.

11.03 SPECIAL SERVICES

A. Special work or services are defined as that work characterized by


extraordinary complexity, sophistication, or innovation or a combination of the
foregoing attributes which are unique to the construction industry. The
following may be considered by the ENGINEER in making estimates for
payment for special services:

1. When the ENGINEER and the CONTRACTOR, by agreement,


determine that a special service or work is required which cannot
be performed by the forces of the CONTRACTOR or those of any
of its subcontractors, the special service or work may be performed
by an entity especially skilled in the work to be performed. After
validation of invoices and termination of market values by the
ENGINEER, invoices for special services or work based upon the
current fair market value thereof may be accepted without complete
itemization of labor, material, and equipment rental cost.

2. When the CONTRACTOR is required to perform work necessitating


special fabrication or machining process in a fabrication or a machine
shop facility away from the job site, the charges for that portion of the
work performed at the off-site facility may by agreement, be accepted
as a special service and accordingly, the invoices from the work may
be accepted without detailed itemization.

3. All invoices for special services will be adjusted by deducting all trade
discounts offered or available, whether the discounts were taken or
not. In lieu of the allowances for overhead and profit specified in
Paragraph 11.04, herein, an allowance of 5 percent will be added to
invoices for special services.

B. All work performed hereunder shall be subject to all of the provisions of the
Contract Documents and the CONTRACTOR's sureties shall be bound with
reference hereto as under the original Agreement. Copies of all
amendments to surety bonds or supplemental surety bonds shall be
submitted to the OWNER for review prior to the performance of any work
hereunder.

11-5
GENERAL CONDITIONS

11.04 CONTRACTOR'S FEE

A. WORK ordered on the basis of time and materials will be paid for at the
actual necessary cost as determined by the ENGINEER, plus allowances for
overhead and profit. For extra work involving a combination of increases and
decreases in the WORK the actual necessary cost will be the arithmetic sum
of the additive and deductive costs. The allowance for overhead and profit
shall include full compensation for superintendence, bond and insurance
premiums, taxes, office expenses, and all other items of expense or cost not
included in the cost of labor, materials, or equipment provided for under
Paragraphs 11.02B, C, and D, herein including extended overhead and
home office overhead. The allowance for overhead and profit will be made
in accordance with the following schedule:

ACTUAL NECESSARY COST OVERHEAD AND PROFIT ALLOWANCE

Labor ..................................................................................................... 10 percent

Materials ................................................................................................ 10 percent

Equipment ............................................................................................. 10 percent

B. It is understood that labor, materials, and equipment may be furnished by the


CONTRACTOR or by the subcontractor, the allowance specified herein shall
be applied to the labor, materials, and equipment costs of the subcontractor,
to which the CONTRACTOR may add 5 percent of the subcontractor's total
cost for the extra work. Regardless of the number of hierarchical tiers of
subcontractors, the 5 percent increase above the subcontractor's total cost
which includes the allowances for overhead and profit specified herein may
be applied one time only for each separate work transaction.

11-6
GENERAL CONDITIONS

ARTICLE 12 - CHANGE OF CONTRACT TIME

12.01 GENERAL

A. The Contract Time may only be changed by a Change Order. Any claim for
an extension of the Contract time shall be based on written notice delivered
by the CONTRACTOR to the ENGINEER promptly (but in no event later than
30 days) after the occurrence of the event giving rise to the claim and stating
the general nature of the claim. Notice of the extent of the claim with
supporting data shall be delivered within 30 days after such occurrence
(unless the ENGINEER allows an additional period of time to ascertain more
accurate data in support of the claim) and shall be accompanied by the
CONTRACTOR's written statement that the adjustment claimed is the entire
adjustment to which the CONTRACTOR has reason to believe it is entitled
as a result of the occurrence of said event. All claims for adjustment in the
Contract Time shall be determined by the ENGINEER in accordance with
Paragraph 9.08 if the OWNER and the CONTRACTOR cannot otherwise
agree. No claim for an adjustment in the Contract Time will be valid if not
submitted in accordance with the requirements of this Paragraph 12.01A.

B. The Contract Time will be extended in an amount equal to time lost if the
CONTRACTOR makes a claim as provided in Paragraph 12.01A and the
ENGINEER determines that the delay was caused by events beyond the
control of the CONTRACTOR. Examples of events beyond the control of the
CONTRACTOR include acts or neglect by the OWNER or others performing
additional work as contemplated by Article 7, or by acts of God or of the
public enemy, fire, floods, epidemics, quarantine restrictions, strikes, labor
disputes, sabotage, or freight embargoes.

C. All time limits stated in the Contract Documents are of the essence.

D. None of the aforesaid time extensions shall entitle the CONTRACTOR to any
adjustment in the Contract Price or any damages for delay. Furthermore, the
CONTRACTOR hereby indemnifies and holds harmless the OWNER and
ENGINEER, their officers, agents and employees from and against all
claims, damages, losses and expenses (including lost property and
attorney's fees) arising out of or resulting from the temporary suspension of
work whether for the OWNER's convenience as defined in Article 15.01 (a)
or for whatever other reasons including the stoppage of work by the
ENGINEER for the CONTRACTOR's failure to comply with any order issued
by the ENGINEER.

12-1
GENERAL CONDITIONS

12.02 EXTENSIONS OF THE TIME FOR DELAY DUE TO INCLEMENT WEATHER

A. "Inclement weather" is any weather condition or conditions resulting


immediately therefrom, causing the CONTRACTOR to suspend construction
operations or preventing the CONTRACTOR from proceeding with at least
75 percent of the normal labor and equipment force engaged on the WORK.

B. Should the CONTRACTOR prepare to begin work at the regular starting time
at the beginning of any regular work shift on any day on which inclement
weather, or its effects on the condition of the WORK prevents work from
beginning at the usual starting time and the crew is dismissed as a result
thereof, the CONTRACTOR will not be charged for a working day whether or
not conditions change thereafter during the day and the major portion of the
day could be considered to be suitable for construction operations.

C. The CONTRACTOR shall base its construction schedule upon the inclusion
of the number of days of inclement weather specified in the paragraph
entitled "Inclement weather delays" of the Supplementary General
Conditions. No extension of the Contract Time due to inclement weather will
be considered until after the stated number of days of inclement weather has
been reached. However, no reduction in Contract Time will be made if the
number of inclement weather days is not reached.

12.03 EXTENSIONS OF TIME FOR OTHER DELAYS

A. If the CONTRACTOR is delayed in completion of the WORK beyond the time


named in the Contract Documents for the completion of the WORK, by acts
of God or of the public enemy, fire, floods, epidemics, quarantine restrictions,
strikes, labor disputes, industry-wide shortage of raw materials, sabotage or
freight embargoes, the CONTRACTOR shall be entitled to an adjustment in
the Contract Time. No such adjustment will be made unless the
CONTRACTOR shall notify the ENGINEER in writing of the causes of delay
within 15 calendar days from the beginning of any such delay. The
ENGINEER shall ascertain the facts and the extent of the delay. No
adjustment in time shall be made for delays resulting from noncompliance
with the Contract, accidents, failure on the part of the CONTRACTOR to
carry out the provisions of the Contract including failure to provide materials,
equipment or workmanship meeting the requirements of the Contract
Documents; the occurrence of such events shall not relieve the
CONTRACTOR from the necessity of maintaining the required progress.

B. In the event that Contract completion is delayed beyond the Contract Time
named in the Specifications by reason of shortages of raw materials required
for CONTRACTOR-furnished items, the CONTRACTOR shall be entitled to

12-2
GENERAL CONDITIONS

an adjustment in the Contract Time in like manner as if the WORK had been
suspended for the convenience and benefit of the OWNER; provided,
however, that the CONTRACTOR shall furnish documentation acceptable to
the OWNER and ENGINEER that he placed or attempted to place firm
orders with suppliers at a reasonable time in advance of the required date of
delivery of the items in question, that such shortages shall have developed
following the date such orders were placed or attempts made to place same,
that said shortages are general throughout the affected industry, that said
shortages are shortages of raw materials required to manufacture
CONTRACTOR-furnished items and not simply failure of CONTRACTOR's
suppliers to manufacture, assemble or ship items on time, and that the
CONTRACTOR shall, to the degree possible, have made revisions in the
sequence of his operations, within the terms of the Contract, to offset the
expected delay. The CONTRACTOR shall notify the ENGINEER, in writing,
concerning the cause of delay, within 15 calendar days of the beginning of
such delay. The validity of any claim by the CONTRACTOR to an adjustment
in the Contract Time shall be determined by the OWNER acting through the
ENGINEER, and his findings thereon shall be based on the ENGINEER's
knowledge and observations of the events involved and documentation
submitted by the CONTRACTOR, showing all applicable facts relative to the
foregoing provisions. Only the physical shortage of raw materials will be
considered under these provisions as a cause for adjustment of time and no
consideration will be given to any claim that items could not be obtained at a
reasonable, practical, or economical cost or price, unless it is shown to the
satisfaction of the OWNER that such items could have been obtained only at
exorbitant prices entirely out of line with current rates taking into account the
quantities involved and the usual practices in obtaining such quantities.

C. If the CONTRACTOR is delayed in completion of the WORK by reason of


changes made under the provisions of Article 10 or changed conditions as
provided under Article 4.03, or by failure of the OWNER to acquire or clear
right-of-way as provided under Article 15.01, or by any act of the ENGINEER
or of the OWNER, not contemplated by the Contract, an adjustment in the
Contract time will be made by the OWNER in like manner as if the WORK
had been suspended for the convenience and benefit of the OWNER,
except, that if the WORK is increased as a result of changes, the OWNER,
at his sole discretion, may grant an adjustment in the number of calendar
days for completion of the Contract. In the event of such delay, the
CONTRACTOR shall notify the ENGINEER in writing of the causes of delay
within 15 calendar days from the beginning of any such delay.

12-3
GENERAL CONDITIONS

ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS;


CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE
WORK

13.01 WARRANTY, GUARANTEE AND MAINTENANCE PERIOD

A. The CONTRACTOR warrants and guarantees to the OWNER and the


ENGINEER that all work, equipment, materials and workmanship are in
accordance with the Contract Documents and are not defective. Prompt
notice of defects discovered by the OWNER or ENGINEER shall be given to
the CONTRACTOR. All defective work, whether or not in place, may be
rejected, corrected, or accepted as provided in this Article 13.

B. If within one (1) year after the date of Final Completion, as set by the
Engineer's Notice of Completion, or a longer period of time prescribed by
Laws or Regulations or by the terms of any applicable special guarantee or
specific provisions of the Contract Documents, any work is found to be
defective, the OWNER shall notify the CONTRACTOR in writing and the
CONTRACTOR shall promptly, without cost to the OWNER and in
accordance with the OWNER's written notification, either correct the
defective work, or, if it has been rejected by the OWNER, remove it from the
site and replace it with non-defective work. In the event the CONTRACTOR
does not promptly comply with the notification, or in an emergency where
delay would cause serious risk of loss or damage, the OWNER may have the
defective work corrected or rejected work removed and replaced. All direct,
indirect, and consequential costs of the removal and replacement including
but not limited to fees and charges of engineers, architects, attorneys and
other professionals will be paid by the CONTRACTOR. This paragraph shall
not be construed to limit nor diminish the CONTRACTOR's absolute
guarantee to complete the WORK in accordance with the Contract
Documents.

13.02 ACCESS TO WORK

A. The ENGINEER, other representatives of the OWNER, testing agencies, and


governmental agencies with jurisdictional interests shall have access to the
work at reasonable times for their observation, inspections, and testing. The
CONTRACTOR shall provide proper and safe conditions for their access.

13-1
GENERAL CONDITIONS

13.03 TESTS AND INSPECTIONS

A. The CONTRACTOR shall give the ENGINEER timely notice of readiness of


the WORK for all required inspections, tests, or approvals.

B. If Laws or Regulations of any public body other than the OWNER, with
jurisdiction over the WORK require any work to be specifically inspected,
tested, or approved, the CONTRACTOR shall pay all costs in connection
therewith. The CONTRACTOR shall also be responsible for and shall pay all
costs in connection with any inspection or testing required in connection with
the OWNER's or the ENGINEER's acceptance of a Supplier of materials or
equipment proposed as a substitution or-equal to be incorporated in the
WORK and of materials or equipment submitted for review prior to the
CONTRACTOR's purchase for incorporation in the WORK. The cost of all
inspections, tests, and approvals with the exception of the above which are
required by the Contract Documents shall be paid by the OWNER (unless
otherwise specified).

C. The ENGINEER will make, or have made, such inspections and test as the
ENGINEER deems necessary to see that the WORK is being accomplished
in accordance with the requirements of the Contract Documents. The
Contractor without additional cost to the OWNER, shall provide the labor and
equipment necessary to make the WORK available for inspections. Unless
otherwise specified in the Supplementary General Conditions or the
OWNER-ENGINEER Agreement, all other costs of inspection and testing will
be borne by the OWNER. In the event the inspections or tests reveal non-
compliance with the requirements of the Contract Documents, the
CONTRACTOR shall bear the cost of corrective measures deemed
necessary by the ENGINEER, as well as the cost of subsequent re-
inspection and retesting. Neither observations by the ENGINEER nor
inspections, tests, or approvals by others shall relieve the CONTRACTOR
from the CONTRACTOR's obligation to perform the WORK in accordance
with the Contract Documents.

D. All inspections, tests, or approvals other than those required by Laws or


Regulations of any public body having jurisdiction shall be performed by
properly licensed organizations selected by the OWNER.

13-2
GENERAL CONDITIONS

E. If any work (including the work of others) that is to be inspected, tested, or


approved is covered without the ENGINEER's written authorization, it must, if
requested by the ENGINEER, be uncovered for testing, inspection, and
observation. The uncovering shall be at the CONTRACTOR's expense
unless the CONTRACTOR timely notified the ENGINEER of the
CONTRACTOR's intention to cover the same and the ENGINEER failed to
act with reasonable promptness in response to the notice.

F. In any work is covered contrary to the written request of the ENGINEER, it


must, if requested by the ENGINEER, be uncovered for the ENGINEER's
observation and replaced at the CONTRACTOR's expense.

G. If the ENGINEER considers it necessary or advisable that covered work be


observed, inspected or tested by the ENGINEER or others, the ENGINEER
shall direct the CONTRACTOR to uncover, expose, or otherwise make
available for observation, inspection, or testing that portion of the work in
question. The CONTRACTOR shall comply with the ENGINEER's direction
and furnish all necessary labor, material, and equipment. If found the work is
defective, the CONTRACTOR shall bear all direct, indirect and consequential
costs of uncovering, exposure, observation, inspection, and testing and of
satisfactory reconstruction of the work, including but not limited to fees and
charges for engineers, architects, attorneys, and other professionals.
However, if the work is not defective, the CONTRACTOR shall be allowed an
increase in the Contract Price or an extension of the Contract Time, or both.
The increase in Contract Time and Contract Price shall be the
CONTRACTOR's actual time and costs directly attributable to uncovering
and exposing the work. If the parties are unable to agree as to the amount
or extent of the changes, the CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12.

13.04 OWNER MAY STOP THE WORK

A. If the WORK is defective, or the CONTRACTOR fails to perform work in such


a way that the completed WORK will conform to the Contract Documents,
the OWNER may order the CONTRACTOR to stop the WORK, or any
portion thereof, until the cause for the order has been eliminated. This right
of the OWNER to stop the WORK shall not give rise to any duty on the part
of the OWNER to exercise this right for the benefit of the CONTRACTOR or
any other party.

13.05 CORRECTION OR REMOVAL OF DEFECTIVE WORK

A. When directed by the ENGINEER, the CONTRACTOR shall promptly correct


all defective work, whether or not fabricated, installed, or completed, or, if the

13-3
GENERAL CONDITIONS

work has been rejected by the ENGINEER, remove it from the site and
replace it with non-defective work. The CONTRACTOR shall bear all direct,
indirect and consequential costs of correction or removal, including but not
limited to fees and charges of engineers, architects, attorneys, and other
professionals made necessary thereby.

13.06 ACCEPTANCE OF DEFECTIVE WORK

A. If, instead of requiring correction or removal and replacement of defective


work, the OWNER prefers to accept the work, the OWNER may do so. The
CONTRACTOR shall bear all direct, indirect, and consequential costs
attributable to the OWNER's evaluation of and determination to accept the
defective work. If any acceptance of defective work occurs prior to final
payment, a Change Order will be issued incorporating the necessary
revisions in the Contact Documents with respect to the WORK, and the
OWNER shall be entitled to an appropriate decrease in the Contract Price.

13-4
GENERAL CONDITIONS

ARTICLE 14 - PAYMENTS TO CONTRACTOR, LIQUIDATED DAMAGES AND


COMPLETION

14.01 SCHEDULE OF VALUES (LUMP SUM PRICE BREAKDOWN)

A. The schedule of values or lump sum price breakdown established as


provided in the Technical Specifications shall serve as the basis for progress
payments and will be incorporated into the form of Application for Payment
included in the Contract Documents.

14.02 UNIT PRICE BID SCHEDULE

A. Progress payments for unit price work will be based on the number of units
completed.

14.03 APPLICATION FOR PROGRESS PAYMENT

A. Unless otherwise prescribed by the Owner, on the 25th of each month, the
CONTRACTOR shall submit to the ENGINEER for review and approval, an
Application for Payment completed and signed by the CONTRACTOR
covering the WORK completed as of the date of the Application and
accompanied by such supporting documentation as required by the Contract
Documents.

B. The Application for Payment shall identify, as a sub-total, the amount of the
CONTRACTOR's Total Earnings to Date, plus the Value of Materials at the
Site which have not yet been incorporated in the WORK, and less a
deductive adjustment for materials installed which were not previously
incorporated in the WORK, but for which payment was allowed under the
provisions of payment for Materials Stored at the Site but not yet
incorporated in the WORK.

C. The Net Payment Due to the CONTRACTOR shall be the above-mentioned


sub-total, from which shall be deducted the retainage amount and the total
amount of all previous payments made to the CONTRACTOR.

D. The OWNER may withhold and retain 5% of each approved progress


payment to the CONTRACTOR. The total retention proceeds withheld shall
not exceed 5% of the total construction price. All retention proceeds shall be
placed by the OWNER in an interest-bearing account. The interest accrued
shall be for the benefit of the CONTRACTOR and its subcontractors, and it
shall be paid after the WORK has been completed and accepted by the
OWNER. CONTRACTOR shall ensure that any interest accrued on the

14-1
GENERAL CONDITIONS

retainage is distributed by the CONTRACTOR to its subcontractors on a pro


rata basis.

E. Any retention proceeds withheld, and any accrued interest, shall be released
by the OWNER pursuant to an Application for Payment from the
CONTRACTOR within 45 days from the later of:

1. the date the OWNER receives the final Application for Payment from
the CONTRACTOR;

2. the date that a certificate of occupancy or final acceptance notice is


issued to:

(a) the Contractor who obtained the building permit from the
building inspector or from a public agency;

(b) the OWNER; or

(c) the ENGINEER.

3. the date the CONTRACTOR accepts final payment for the Work; or

4. the date that a public agency or building inspector having authority to


issue its own certificate of occupancy does not issue the certificate
but permits partial or complete occupancy of a newly constructed or
remodeled building; provided, however, that if only partial occupancy
of a building is permitted, any retention proceeds withheld and
retained, and any accrued interest, shall be partially released in direct
proportion to the value of the part of the building occupied.

Each Application for Payment from the CONTRACTOR shall include


documentation of lien releases or waivers.

F. Notwithstanding any other provision in this Article to the contrary,

1. If the CONTRACTOR is in default or breach of the terms and


conditions of the Contract Documents, the OWNER may withhold
from payment to the CONTRACTOR for so long as reasonably
necessary an amount necessary to cure the breach or default of the
CONTRACTOR; or

2. If the WORK or a portion of the WORK has been substantially


completed, the OWNER may retain until completion up to twice the

14-2
GENERAL CONDITIONS

fair market value of the WORK of the CONTRACTOR that has not
been completed:

(a) in accordance with the Contract Documents; or

(b) in the absence of applicable provisions in the Contract


Documents to generally accepted craft standards.

3. If the OWNER refuses payment under subparagraphs (F)(i) or (ii), it


shall describe in writing within 45 days of withholding such amounts
what portion of the WORK was not completed according to the
standards specified in the Contract Documents.

G. The CONTRACTOR shall distribute retention proceeds as outlined below:

1. Except as provided in Paragraph 14.03.G.2, below, if the


CONTRACTOR receives retention proceeds, it shall pay each of its
subcontractors from whom retention has been withheld each
subcontractor’s share of the retention received within ten days from
the day that all or any portion of the retention proceeds is received
from the OWNER.

2. Notwithstanding Paragraph 14.03.G.1, above, if a retention payment


received by the CONTRACTOR is specifically designated for a
particular subcontractor, payment of the retention shall be made to
the designated subcontractor.

H. Except as otherwise provided in the Supplementary General Conditions, the


value of materials stored at the site shall be valued at 95 percent of the value
of the materials. This amount shall be based upon the value of all
acceptable materials and equipment stored at the site or at another location
agreed to in writing by the OWNER; provided, each individual item has a
value of more than $5,000 and will become a permanent part of the WORK.
The Application for Payment shall also be accompanied by a bill of sale,
invoice, or other documentation warranting that the CONTRACTOR has
received the materials and equipment free and clear of all liens, charges,
security interests, and encumbrances (which are hereinafter in these General
Conditions referred to as "Liens") and evidence that the materials and
equipment are covered by appropriate property insurance and other
arrangements to protect the OWNER's interest therein, all of which will be
satisfactory to the OWNER.

14-3
GENERAL CONDITIONS

14.04 CONTRACTOR'S WARRANTY OF TITLE

A. The CONTRACTOR warrants and guarantees that title to all work, materials,
and equipment covered by an Application for Payment, whether incorporated
in the WORK or not, will pass to the OWNER no later than the time of final
payment free and clear of all liens.

14.05 REVIEW OF APPLICATIONS FOR PROGRESS PAYMENT

A. The ENGINEER will, within 7 days after receipt of each Application for
Payment, either indicate in writing a recommendation of payment and
present the Application to the OWNER, or return the Application to the
CONTRACTOR indicating in writing the ENGINEER's reasons for refusing to
recommend payment. In the later case, the CONTRACTOR may make the
necessary corrections and resubmit the Application. Thirty days after
presentation of the Application for Payment with the ENGINEER's
recommendation, the amount recommended will (subject to the provisions of
Paragraph 14.05B) become due and when due will be paid by the OWNER
to the CONTRACTOR.

B. The OWNER may refuse to make payment of the full amount recommended
by the ENGINEER to compensate for claims made by the OWNER on
account of the CONTRACTOR's performance of the WORK or other items
entitling the OWNER to a credit against the amount recommended, but the
OWNER must give the CONTRACTOR written notice within 7 days (with a
copy to the ENGINEER) stating the reasons for such action.

14.06 PARTIAL UTILIZATION

A. The OWNER may utilize or place into service any item of equipment or other
usable portion of the WORK at any time prior to completion of the WORK.
The OWNER shall notify the CONTRACTOR in writing of its intent to
exercise this right. The notice will identify the equipment or specific portion
or portions of the WORK to be utilized or otherwise placed into service.

B. It shall be understood by the CONTRACTOR that until such written


notification is issued, all responsibility for care and maintenance of all items
or portions of the WORK to be partially utilized shall be borne by the
CONTRACTOR. Upon the issuance of a notice of partial utilization, the
ENGINEER will deliver to the OWNER and the CONTRACTOR a written
recommendation as to division of responsibilities between the OWNER and
the CONTRACTOR with respect to security, operation, safety, maintenance,

14-4
GENERAL CONDITIONS

heat, utilities and insurance. Upon the OWNER's acceptance of these


recommendations, the ENGINEER's aforesaid recommendation will be
binding on the OWNER and the CONTRACTOR until final payment.

C. The CONTRACTOR shall retain full responsibility for satisfactory completion


of the WORK, regardless of whether a portion thereof has been partially
utilized by the OWNER and the CONTRACTOR's one year correction period
shall commence only after the date of Final Completion for the WORK.

14.07 LIQUIDATED DAMAGES

A. The CONTRACTOR shall pay to the OWNER the amount specified in the
Supplemental General Conditions, not as a penalty but as liquidated
damages, if he fails to complete the WORK or specified parts of the WORK
within the time or times agreed upon. The periods for which these damages
shall be paid shall be the number of Days from the agreed date or Contract
Time as contained in the Agreement, or from the date of termination of any
extension of time approved by the OWNER, to the date or dates on which
the ENGINEER certifies Substantial Completion of WORK or specified parts
of the WORK as provided in Article 14.08, herein. The OWNER may deduct
the amount of said damages from any monies due or to become due the
CONTRACTOR. After Substantial Completion, if the CONTRACTOR fails to
complete the remaining WORK within 45 days or any proper extension
thereof granted by OWNER, CONTRACTOR shall pay OWNER the amount
stated in the Supplemental General Conditions as liquidated damages for
each day that expires after the 45 days until readiness for final payment.

B. The said amount is fixed and agreed upon by and between the
CONTRACTOR and the OWNER because of the impracticability and
extreme difficulty of fixing and ascertaining the actual damages the OWNER
would sustain; and said amount is agreed to be the amount of damages
which the OWNER would sustain. Said damages are not in lieu of but in
addition to other actual or consequential damages to which the OWNER may
be entitled.

C. All times specified in the Contract Documents are hereby declared to be of


the essence.

14.08 SUBSTANTIAL COMPLETION

A. When the CONTRACTOR considers the WORK ready for its intended use,
and the CONTRACTOR has delivered to the ENGINEER all maintenance
and operating instructions, schedules, guarantees, bonds, certificates of

14-5
GENERAL CONDITIONS

inspection, marked-up record documents and other documents, all as


required by the Contract Documents, the CONTRACTOR may notify the
OWNER and the ENGINEER in writing that the WORK is substantially
complete and request that the ENGINEER prepare a Certificate of
Substantial Completion. Within a reasonable time thereafter, the OWNER,
the CONTRACTOR, and the ENGINEER shall make an inspection of the
WORK to determine the status of completion. If the ENGINEER does not
consider the WORK substantially complete, the ENGINEER will notify the
OWNER and CONTRACTOR in writing giving the reasons therefor. If the
ENGINEER considers the WORK substantially complete, the ENGINEER will
prepare and deliver to the OWNER for its execution the Certificate of
Substantial Completion signed by the ENGINEER and CONTRACTOR,
which shall fix the date of Substantial Completion.

B. The Certificate of Substantial Completion shall be a release by the


CONTRACTOR of the OWNER and its agents from all claims and liability to
the CONTRACTOR for anything done or furnished for, or relating to, the
WORK or for any act or neglect of the OWNER or of any person relating to
or affecting the WORK, to the date of Substantial Completion, except
demands against the OWNER for the remainder of the amounts kept or
retained from progress payments and excepting pending, unresolved claims
filed in writing prior to the date of Substantial Completion. At the time of
delivery of the Certificate of Substantial Completion, the ENGINEER will
deliver to the OWNER and the CONTRACTOR, if applicable, a written
recommendation as to division of responsibilities between the OWNER and
the CONTRACTOR with respect to security, operation, safety, maintenance,
heat, utilities and insurance. Upon the OWNER's acceptance of these
recommendations, the ENGINEER's recommendation will be binding on the
OWNER and the CONTRACTOR until final payment.

C. The OWNER, upon written notice to the CONTRACTOR, shall have the right
to exclude the CONTRACTOR from the WORK after the date of Substantial
Completion, and complete all or portions of the WORK at the
CONTRACTOR's expense.

14-6
GENERAL CONDITIONS

14.09 COMPLETION AND FINAL PAYMENT

A. Upon written certification from the CONTRACTOR that the WORK is


complete (if a Certificate of Substantial Completion has been issued this
certification must occur within 45 days of that date), the ENGINEER will
make a final inspection with the OWNER and the CONTRACTOR. If the
OWNER and ENGINEER do not consider the WORK complete, the
ENGINEER will notify the OWNER and the CONTRACTOR in writing of all
particulars in which this inspection reveals that the WORK is incomplete or
defective. The CONTRACTOR shall immediately take the measures
necessary to remedy these deficiencies. If the ENGINEER and OWNER
consider the WORK complete, the CONTRACTOR may proceed to file its
application for final payment pursuant to this Article. At the request of the
CONTRACTOR, the ENGINEER may recommend to the OWNER that
certain minor deficiencies in the WORK that do not prevent the entire WORK
from being used by the OWNER for its intended use, and the completion of
which will be unavoidably delayed due to no fault of the CONTRACTOR, be
exempted from being completed prerequisite to final payment. These
outstanding items of pickup work, or "punch list items", shall be listed on the
ENGINEER's Notice of Completion, together with the recommended time
limits for their completion, and extended warranty requirements for those
items and the value of such items.

B. After the issuance of the Notice of Completion and after the CONTRACTOR
has completed corrections that have not been exempted to the satisfaction of
the ENGINEER and delivered to the ENGINEER all required additions and
modifications to maintenance and operating instructions, schedules,
guarantees, bonds, certificates of inspection, marked-up record documents
and other documents, all as required by the Contract Documents; and after
the ENGINEER has indicated that the WORK is acceptable, the
CONTRACTOR may make application for final payment following the
procedure for progress payments. The final application for payment shall be
accompanied by all documentation called for in the Contract Documents and
other data and schedules as the OWNER or ENGINEER may reasonably
require, including an affidavit of the CONTRACTOR that all labor, services,
material, equipment and other indebtedness connected with the WORK for
which the OWNER or his property might in any way be responsible, have
been paid or otherwise satisfied, and a consent of the payment bond surety
to final payment, all in forms approved by the OWNER.

14-7
GENERAL CONDITIONS

14.10 FINAL APPLICATION FOR PAYMENT

A. If, on the basis of the ENGINEER's observation of the WORK during


construction and final inspection, and the ENGINEER's review of the final
application for payment and accompanying documentation, all as required by
the Contract Documents, the ENGINEER is satisfied that the WORK has
been completed and the CONTRACTOR has fulfilled all of his obligations
under the Contract Documents, the ENGINEER will, within ten days after
receipt of the final application for payment, indicate in writing his
recommendation of payment and present the application to the OWNER for
payment. Thereupon, the ENGINEER will give written notice to the OWNER
and the CONTRACTOR that the WORK is acceptable by executing the
ENGINEER's Notice of Completion. Otherwise, the ENGINEER will return
the application to the CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case the CONTRACTOR
shall make the necessary corrections and resubmit the application.

B. Within 45 calendar days after the ENGINEER's filing of the Notice of


Completion, the OWNER will make final payment including all deducted
retainage (except as noted below) to the CONTRACTOR. The OWNER's
remittance of final payment shall be the OWNER's acceptance of the WORK
if formal acceptance of the WORK is not indicated otherwise. The final
payment shall be that amount remaining after deducting all prior payments
and all amounts to be kept or retained under the provisions of the Contract,
including the following items:

1. Liquidated damages, as applicable.

2. All amounts retained by the OWNER under Paragraph 14.03(F).

14.11 CONTRACTOR'S CONTINUING OBLIGATIONS

A. The CONTRACTOR's obligation to perform and complete the WORK in


accordance with the Contract Documents shall be absolute. Neither
recommendation of any progress or final payment by the ENGINEER, nor
the issuance of a Certificate of Substantial Completion or Notice of
Completion, nor payment by the OWNER to the CONTRACTOR under the
Contract Documents, nor any use or occupancy of the WORK or any part
thereof by the OWNER, nor any act of acceptance by the OWNER nor any
failure to do so, nor any review of a shop drawing or sample submittal, will
constitute an acceptance of work or materials not in accordance with the
Contract Documents or a release of the CONTRACTOR's obligation to
perform the WORK in accordance with the Contract Documents.

14-8
GENERAL CONDITIONS

14.12 FINAL PAYMENT TERMINATES LIABILITY OF OWNER

A. Final payment is defined as the last progress payment made to the


CONTRACTOR for earned funds, less deductions listed in Paragraph 14.10B
herein. The acceptance by the CONTRACTOR of the final payment referred
to in Paragraph 14.10 herein, shall be a release of the OWNER and its
agents from all claims of liability to the CONTRACTOR for anything done or
furnished for, or relating to, the work or for any act or neglect of the OWNER
or of any person relating to or affecting the work, except demands against
the OWNER for the remainder, if any, of the amounts kept or retained under
the provisions of Paragraph 14.10 herein; and excepting pending, unresolved
claims filed prior to the date of the Certificate of Substantial Completion.

14-9
GENERAL CONDITIONS

ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION

15.01 SUSPENSION OF WORK BY OWNER

A. The OWNER acting through the ENGINEER may, by written notice to the
Contractor, temporarily suspend the WORK, in whole or in part, for a period
or periods of time, but not to exceed 90 days, for the convenience and
benefit of the OWNER upon the occurrence of any one or more of the
following: (1) unsuitable weather; (2) delay in delivery of OWNER- furnished
equipment or materials, or such other conditions as are considered
unfavorable for prosecution of the work; (3) Shortfall in construction funds;
(4) Constraints imposed by public entities, public utilities, property owners or
legal proceedings; (5) Failure or delay in acquisition of easements or right-of-
way by the OWNER; or (6) Other conditions which, in the opinion of the
OWNER, warrant a delay in the WORK. Suspended WORK shall be
resumed by the CONTRACTOR within 10 calendar days of receipt from the
ENGINEER of written notice to proceed. Whenever the OWNER temporarily
suspends work for any conditions enumerated in this Article 15.01 A, the
CONTRACTOR shall be entitled to an adjustment in the Contract Time as
specified in Article 12.03 C.

B. The suspension of work shall be effective upon receipt by the Contractor of


the written order suspending the work and shall be terminated upon receipt
by the Contractor of the written order terminating the suspension.

C. The CONTRACTOR hereby indemnifies and holds harmless the OWNER


and ENGINEER, their officers, agents and employees, from and against all
claims, damages, losses and expenses, including lost profits and attorney's
fees, arising out of or resulting from the temporary suspension of the WORK,
whether for the OWNER's convenience described in this Article or for
whatever other reasons, including the stoppage of work by the ENGINEER
for the CONTRACTOR's failure to comply with any order issued by the
ENGINEER.

15.02 TERMINATION OF AGREEMENT BY OWNER (CONTRACTOR DEFAULT)

A. In the event of default by the CONTRACTOR, the OWNER may give written
notice to the CONTRACTOR of OWNER's intent to terminate the Agreement.
The notice shall state the event of default and the time allowed to remedy the
default. It shall be considered a default by the CONTRACTOR whenever the
CONTRACTOR shall: (1) declare bankruptcy, become insolvent, or assign its
assets for the benefit of its creditors; (2) fail to provide materials or
workmanship meeting the requirements of the Contract Documents; (3)
disregard or violate provisions of the Contract Documents or ENGINEER's

15-1
GENERAL CONDITIONS

instructions, (4) fail to prosecute the WORK according to the approved


progress schedule; or, (5) fail to provide a qualified superintendent,
competent workmen, or materials or equipment meeting the requirements of
the Contract Documents. If the CONTRACTOR fails to remedy the
conditions constituting default within the time allowed, the OWNER may then
issue a Notice of Termination.

B. In the event the Agreement is terminated in accordance with Paragraph


15.02A, the OWNER may take possession of the WORK and may complete
the WORK by whatever method or means the OWNER may select. The cost
of completing the WORK shall be deducted from the balance which would
have been due the CONTRACTOR had the Agreement not been terminated
and the WORK completed in accordance with the Contract Documents. If
such cost exceeds the balance which would have been due, the
CONTRACTOR shall pay the excess amount to the OWNER. If such cost is
less than the balance which would have been due, the CONTRACTOR shall
have no claim to the difference.

15.03 TERMINATION OF AGREEMENT BY OWNER (FOR CONVENIENCE)

A. The OWNER may terminate the Agreement at any time if it is found that
reasons beyond the control of either the OWNER or CONTRACTOR make it
impossible or against the OWNER's interests to complete the WORK. In
such a case, the CONTRACTOR shall have no claims against the OWNER
except: (1) for the value of the work, as determined by the engineer,
performed by the Contractor up to the date the Agreement is terminated;
and, (2) for the cost of materials and equipment on hand, in transit, or on
definite commitment, as of the date the Agreement is terminated, which
would be needed in the WORK and which meet the requirements of the
Contact Documents. The value of work performed and the cost of materials
and equipment delivered to the site, as mentioned above, shall be
determined by the ENGINEER in accordance with the procedure prescribed
from making the final application for payment and final payment under
Paragraphs 14.09 and 14.10.

15.04 TERMINATION OF AGREEMENT BY CONTRACTOR

A. The CONTRACTOR may terminate the Agreement upon 10 days written


notice to the OWNER, whenever: (1) the WORK has been suspended under
the provisions of Paragraph 15.01, for more than 90 consecutive days
through no fault or negligence of the CONTRACTOR, and notice to resume
work or to terminate the agreement has not been received from the OWNER
within this time period; or, (2) the OWNER should fail to pay the

15-2
GENERAL CONDITIONS

CONTRACTOR any monies due him in accordance with the terms or the
Contract Documents and within 60 days after presentation to the OWNER by
the CONTRACTOR of a request therefor, unless within said 10-day period
the OWNER shall have remedied the condition upon which the payment
delay was based. In the event of such termination, the CONTRACTOR shall
have no claims against the OWNER except for those claims specifically
enumerated in Paragraph 15.03, and as determined in Accordance with the
requirements of that paragraph.

15-3
GENERAL CONDITIONS

ARTICLE 16 - MISCELLANEOUS

16.01 GIVING NOTICE

A. Whenever any provision of the Contract Documents requires the giving of


written notice, it will be deemed to have been validly given 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 by registered or
certified mail, postage prepaid, to the last business address known to the
giver of the notice.

16.02 TITLE TO MATERIALS FOUND ON THE WORK

A. The OWNER reserves the right to retain title to all soils, stone, sand, gravel,
and other materials developed and obtained from excavations and other
operations connected with the WORK. Unless otherwise specified in the
Contract Documents, neither the CONTRACTOR nor any subcontractor shall
have any right, title, or interest in or to any such materials. The
CONTRACTOR will be permitted to use in the WORK, without charge, any
such materials which meet the requirements of the Contract Documents.

16.03 RIGHT TO AUDIT

A. If the CONTRACTOR submits a claim to the OWNER for additional


compensation, the OWNER shall have the right, as a condition to
considering the claim, and as a basis for evaluation of the claim, and until the
claim has been settled, to audit the CONTRACTOR's books. This right shall
include the right to examine books, records, documents, and other evidence
and accounting procedures and practices, sufficient to discover and verify all
direct and indirect costs of whatever nature claimed to have been incurred or
anticipated to be incurred and for which the claim has been submitted. The
right to audit shall include the right to inspect the CONTRACTOR's plants, or
such parts thereof, as may be or have been engaged in the performance of
the WORK. The CONTRACTOR further agrees that the right to audit
encompasses all subcontracts and is binding upon subcontractors. The right
to examine and inspect herein provided for shall be exercisable through such
representatives as the OWNER deems desirable during the
CONTRACTOR's normal business hours at the office of the CONTRACTOR.
The CONTRACTOR shall make available to the OWNER for auditing, all
relevant accounting records and documents, and other financial data, and
upon request, shall submit true copies of requested records to the OWNER.

16-1
16.04 ASBESTOS

A. If the CONTRACTOR during the course of work observes the existence of


asbestos in any structure or building, the CONTRACTOR shall promptly
notify the OWNER and the ENGINEER. The OWNER shall consult with the
ENGINEER regarding removal or encapsulation of the asbestos material and
the CONTRACTOR shall not perform any work pertinent to the asbestos
material prior to receipt or special instruction from the OWNER through the
ENGINEER.

16-2
SUPPLEMENTAL GENERAL CONDITIONS

ARTICLE 17- GENERAL

17.01 GENERAL

1. These Supplemental General Conditions amend or supplement the General


Conditions of the Contract and any other provisions of the Contract
Documents as indicated herein. All provisions which are not so amended or
supplemented remain in full force and effect.

2. The terms used in these Supplemental General Conditions which are defined
in the General Conditions of the Contract have the meanings assigned to
them in the General Conditions of the Contract herein.

17-1
SUPPLEMENTAL GENERAL CONDITIONS

ARTICLE 18 - AMOUNTS OF LIQUIDATED


DAMAGES, BONDS AND INSURANCE

18.01 AMOUNT OF LIQUIDATED DAMAGES

A. As provided in Article 14.07 of the General Conditions, the Contractor shall


pay to the Owner as liquidated damages the amount of $500 for each
calendar day’s delay beyond the Contract Time for substantial completion.
The Contractor shall pay to the Owner as liquidated damages the amount of
$300 for each calendar day’s delay beyond 45 calendar days from the date
of substantial Completion until the Engineer issues the Notice of Final
Completion.

18.02 PERFORMANCE AND OTHER BOND AMOUNTS

A. The CONTRACTOR shall furnish a satisfactory Performance Bond in the


amount of 100 percent of the Contract Price and a satisfactory Payment
Bond in the amount of 100 percent of the Contract Price.

18.03 INSURANCE AMOUNTS

The limits of liability for the insurance required by Paragraph 5.02 of the General
Conditions shall provide for not less than the following amounts or greater where
required by Laws and Regulations:

A. Workers' Compensation under Paragraph 5.02B.1 of the General Conditions:

1. State: Utah Statutory

B. Comprehensive General Liability: (under Paragraph 5.02B.2 of the General


Conditions):

1. Bodily Injury (including completed operations and products liability):

$ 500,000 Each Occurrence


$ 1,000,000 Annual Aggregate

Property Damage:

$ 500,000 Each Occurrence


$ 1,000,000 Annual Aggregate
or a combined single limit of $1,000,000

18-1
SUPPLEMENTAL GENERAL CONDITIONS

2. Property Damage liability insurance including, Explosion, Collapse


and Underground coverages, where applicable.

3. Personal Injury, with employment exclusion deleted

$ 1,000,000 Annual Aggregate

C. Comprehensive Automobile Liability: (Under Paragraph 5.02B.3 of the


General Conditions:)

1. Bodily Injury

$ 500,000 Each Person


$ 1,000,000 Each Occurrence

2. Property Damage:

$ 500,000 Each Occurrence


or combined single limit of $1,000,000

D. Builders Risk: Not required.

18-2
SUPPLEMENTAL GENERAL CONDITIONS

ARTICLE 19 - PHYSICAL CONDITIONS AND WEATHER DELAYS

19.01 INCLEMENT WEATHER DELAYS

A. The Contractor's construction schedule shall be based upon the inclusion of


at least five (5) day(s) of inclement weather delays.

19-1
SUPPLEMENTAL GENERAL CONDITIONS

ARTICLE 20 - SUBCONTRACT LIMITATIONS

20.01 SUBCONTRACT LIMITATIONS

A. In addition to the provisions of Paragraph 6.05 of the General Conditions, the


CONTRACTOR shall perform not less than 20 percent of the WORK with its
own forces (i.e., without subcontracting). The 20 percent requirement shall
be understood to refer to the WORK, the value of which totals not less than
20 percent of the Contract Price.

20-1
SUPPLEMENTAL GENERAL CONDITIONS

ARTICLE 21 - MISCELLANEOUS

21.01 PATENTS AND COPYRIGHTS

The Contractor shall indemnify and save harmless the Owner, the Engineer, and
their officers, agents, and employees, against all claims or liability arising from the
use of any patented or copyrighted design, device, material, or process by the
Contractor or any of his subcontractors in the performance of the work.

21.02 CONCURRENT WORK

The 4500 South pipeline will be inspected while the pipeline is drained for valve
installation by Others. The Contractor’s schedule shall be based upon the
inclusion of two (2) days to perform the inspection during which the Contractor
may be unable to perform work in certain areas or all of the 4500 South
pipeline.

21.03 TIME IS OF THE ESSENCE

The 4500 South pipeline is currently in service and pipeline shutdowns must be
coordinated; time is of the essence in regards to pipeline shutdowns. Contact
Craig Fahrni to schedule pipeline shutdowns; (801) 565-4300.

21-1
DIVISION 01
General Requirements
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 01 00 50
ADMINISTRATIVE PROVISIONS

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Title of Work, and type of Contract

B. Work Sequence

C. Contractor Use of Premises

D. Owner Occupancy

E. Contractor Furnished Services

F. Allowances

G. Alternates

H. Applications for Payment

I. Coordination

J. Field Engineering

K. Permits

L. Contractor’s Responsibilities

M. Project Video Tape

K. Reference Standards

1.02 WORK COVERED BY CONTRACT DOCUMENTS

A. The work of this contract generally consists of:


a. Construct new PRV Station at 500 West - 4500 South; Construct new 24” isolation
valve station at Main St. - 4500 South; Remove and replace pipes, valves and
appurtenances at 900 East - 4500 South; Remove and replace pipes, valves and
appurtenances at 1300 East - Murray-Holladay Rd.
b. Piping and vault modifications at four different sites along the 4500 South Pipeline.
The four vaults are located along the pipeline alignment at approximately: 1200 West
4460 South, 2500 West 4400 South, 3600 West 4400 South, 4800 West 4400 South

B. The work will be done for Jordan Valley Water Conservancy District.

1.03 WORK SEQUENCE AND NOTIFICATION

A. The sites shall be completed in the following order: 4500 South 900 East, 4500 South Main
Street, 4500 South 500 West, and Murray Holladay Road 1300 East. The remaining sites
which are 1200 West 4460 South, 2500 West 4400 South, 3600 West 4400 South, and 4800
West 4400 South may be completed in an order determined by the Contractor.

CALDWELL RICHARDS SORENSEN Page 1 of 5 Administrative Provisions


01 00 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Sections of the 4500 South pipeline can temporarily be shut down for work but shall remain in
service from April 15 until October 15. The entire 4500 South pipeline cannot be shutdown
simultaneously, sections (valve to valve) may be taken out of service one at a time and may
remain out of service for a maximum of two (2) weeks. Contract Craig Fahrni, Jordan Valley
Water Distribution Operations Division Manager, at (801) 565-4300 to coordinate pipeline
shutdowns.

C. The 4500 South 900 East, 4500 South Main Street and 4500 South 500 West sites must be
completed prior to April 15, 2015. The Contractor is responsible for any damages (liquidated,
standby, or other) assessed to the District for failure to complete the 4500 South 900 East,
4500 South Main Street and 4500 South 500 West sites prior to April 15, 2015. UDOT will
performing work at these sites as early as April 15, 2015.

D. Plan for two days to provide traffic control and access to each of the sites for a CCTV crew to
inspect the pipelines when the pipe is open.

1.04 CONTRACTOR USE OF PREMISES

A. Notify the property owner at least 48 hours prior to commencing any work on that property.

B. Limit construction operations to areas within the Construction Limits or Easement.

C. Access to site shall be as shown on the Plans.

1.05 CONTRACTOR FURNISHED SERVICES

A. Contractor's Responsibilities:

1. Provide required testing and quality control as described in Section 01 45 00 -


Quality Control.
2. Construction survey - layout and staking

1.06 APPLICATION FOR PAYMENT

A. In accordance with the General Conditions, submit applications for payment for review and
approval.

B. Submit three copies of each application for payment under procedures of Section 01 33 00
and in accordance with the General Conditions, on Owner approved form.

1.07 COORDINATION

A. Coordinate work of the various sections of specifications to assure efficient and orderly
sequence of installation of construction elements, with provisions for accommodation items
installed later.

1.08 FIELD ENGINEERING

A. Verify locations of all existing underground utilities and facilities and other items affecting the
work and coordinate work with the owner of those utilities and other facilities. Call Blue-
Stakes Location Service at least 48 hours before digging.

B. Provide field engineering services as required to establish grades, lines, and levels from con-
struction stakes in order to complete the work in accordance with these drawings and specifi-
cations.

CALDWELL RICHARDS SORENSEN Page 2 of 5 Administrative Provisions


01 00 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. The locations of existing underground utilities depicted on the drawings are shown in an
approximate way only. Determine the exact location of all existing utilities, whether or not
shown on the drawings, before commencing work. Contractor agrees to be fully responsible
for any and all damages which might be occasioned by his failure to exactly locate and
preserve any and all underground utilities. If damaged or removed, the existing utility shall be
restored or replaced by Contractor in as nearly the original condition and location as is
reasonably possible.

D. Locate and protect survey reference lines, bench marks and monuments provided by the
Owner for the control of the work.

E. If survey control lines and monuments are destroyed or altered as a consequence of


construction, replace as directed, at no cost to the Owner.

1.09 PERMITS

A. CONTRACTOR-Paid Permits: Permit fees as listed below shall be obtained and paid for by
the CONTRACTOR and included in the CONTRACTOR's Bid. CONTRACTOR shall still be
responsible for securing the required bonding and insurance required by each of the permits:
a. City and County Excavation and Traffic Control Permits (including lane closure fees):
CONTRACTOR shall obtain all required Murray and Salt Lake County Permits.
b. UDOT Encroachment Permit: From Utah Department of Transportation, Region 2,
Attn: Ron Forkel, 2010 South 2760 West, Salt Lake City, UT 84104. Phone: 975-
4809.
c. General Permit for Storm Water Discharge: From the State of Utah, Department of
Environmental Quality, Division of Water Quality, 288 North 1460 West Street. P.O.
Box 144870, Salt Lake City, Utah 84114-4879. Fee varies, contact the State for a
quote.
d. Monument Permit: From Salt Lake County Surveyor, 2001 South State Street, Salt
Lake City, Utah. Fee will be at least $100.00 per monument and is based upon time
of performance.
e. Construction Water: CONTRACTOR shall obtain all permits for use of City water for
flushing, pressure testing, and other construction purposes.

1.10 CONTRACTOR’S RESPONSIBILITIES

A. Inspection of Project Site: CONTRACTOR shall inspect the entirety of the project site prior to
the BID, to understand access and right-of-way limitations and to note all salient surface
features including: necessary tree pruning and removal, fence/ROW locations, existing
utilities, utility poles, traffic conditions, fill required for constructability, etc. For the
convenience of the CONTRACTOR some site conditions and surface features have been
identified in the drawings. However, this does not relieve the CONTRACTOR of the
responsibility to inspect the project site. Whether surface features and site conditions are
identified in the drawings or not, it is the CONTRACTOR’S responsibility to complete all work
in accordance with the Contract Documents.

1.11 PROJECT VIDEOTAPE

A. CONTRACTOR shall video tape the project extents before construction begins. The taping
shall be performed on foot, noting all salient existing features of the project. “Drive-by”
videotapes will not be accepted. A Copy of all video tapes shall be submitted to the engineer
prior to construction.

1.12 REFERENCE STANDARDS

CALDWELL RICHARDS SORENSEN Page 3 of 5 Administrative Provisions


01 00 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

A. For products specified by association or trade standards, comply with requirements of the
standard, except when more rigid requirements are specified or are required by applicable
codes.

B. The date of the standard is that in effect as of the Bid date, or date of Owner-Contractor
Agreement when there are no bids, except when a specific date is specified.

C. Obtain copies of standards when required by individual Specifications section. Maintain copy
at jobsite during progress of the specific work.

D. Schedule of references:

AASHTO American Association of State Highway


and Transportation Officials
444 North Capitol Street, N.W.
Washington, DC 20001

ACI American Concrete Institute


Box 19150
Redford Station
Detroit, MI 48219

AGC Associated General Contractors of America


1957 E Street, N.W.
Washington, DC 20006

AI Asphalt Institute
Asphalt Institute Building
College Park, MD 20740

AITC American Institute of Timber Construction


333 W. Hampden Avenue
Englewood, CO 80110

AISC American Institute of Steel Construction


400 North Michigan Avenue
Eighth Floor
Chicago, IL 60611

AISI American Iron and Steel Institute


1000 16th Street, N.W.
Washington DC 20036

ANSI American National Standards Institute


1430 Broadway
New York, NY 10018

ASTM American Society for Testing and Materials


1916 Race Street
Philadelphia, PA 19103

AWWA American Water Works Association


6666 West Quincy Avenue
Denver, CO 80235

AWS American Welding Society


550 LeJeune Road

CALDWELL RICHARDS SORENSEN Page 4 of 5 Administrative Provisions


01 00 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

Miami, FL 33135

CLEMFI Chain Link Fence Manufacturers Institute


1101 Connecticut Avenue, N.W.
Washington, DC 20036

CRSI Concrete Reinforcing Steel Institute


933 Plum Grove Road
Schaumburg, IL 60195

EJCDC Engineers' Joint Contract Documents Committee


American Consulting Engineers Council
1050 15th Street, N.W.
Washington, DC 20005

FS Federal Specification
General Services Administration
Specifications and Consumer Information
Distribution Section (WFSIS)
Washington Navy Yard, Bldg. 197
Washington, DC 20407

NEMA National Electrical Manufacturers' Association


2101 L Street, N.W.
Washington, DC 20037

NFPA National Fire Protection Association


Battery March Park
Quincy, MA 02269

UL Underwriters' Laboratories, Inc.


333 Pfingston Road
Northbrook, IL 60062

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 5 of 5 Administrative Provisions


01 00 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 01 02 50
MEASUREMENT AND PAYMENT

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Measurement and payment criteria applicable to portions of the Work performed under a unit
price payment method.
B. Defect assessment and non-payment for rejected work.

1.2 AUTHORITY

A. The Engineer will take all measurements and compute quantities accordingly.
B. Assist by providing necessary equipment, workers, and survey personnel as required.

1.3 UNIT QUANTITIES SPECIFIED

A. Quantities and measurements indicated in the Contract Documents are for bidding and
contract purposes only. Quantities and measurements supplied or placed in the Work and
verified by the Engineer shall determine payment.
B. If the actual Work requires more or fewer quantities than those quantities indicated, provide
the required quantities at the unit sum/prices contracted.

1.4 MEASUREMENT OF QUANTITIES

A. Measurement Devices:
1. Weigh Scales: Inspected, tested and certified by the applicable state Weights and
Measures department within the past year.
2. Platform Scales: Of sufficient size and capacity to accommodate the conveying vehicle.
3. Metering Devices: Inspected, tested and certified by the applicable State department
within the past year.
B. Measurement by Weight: Concrete reinforcing steel, rolled or formed steel or other metal
shapes will be measured by handbook weights. Welded assemblies will be measured by
handbook or scale weight.
C. Measurement by Volume: Measured by cubic dimension using mean length, width and height
or thickness.
D. Measurement by Area: Measured by square dimension using mean length and width or
radius.
E. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord.
F. Stipulated Sum/Price Measurement: Items measured by weight, volume, area, or linear
means or combination, as appropriate, as a completed item or unit of the Work.

1.5 PAYMENT

A. Payment Includes: Full compensation for all required labor, Products, tools, equipment, plant,
transportation, services and incidentals; erection, application or installation of an item of the
Work; overhead and profit.
B. Final payment for Work governed by unit prices will be made on the basis of the actual
measurements and quantities accepted by the Engineer multiplied by the unit sum/price for
Work which is incorporated in or made necessary by the Work.

1.6 DESCRIPTION OF BID ITEMS

A. The Work of the project generally consists of the following:

CALDWELL RICHARDS SORENSEN Page 1 of 5 Measurement and Payment


01 02 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

1. Bid Item #1: Site 1 - 4500 South and 500 West: Demolish Existing PRV Vault and
Construct New PRV Vault Station - Measurement is a lump sum item. Payment
includes all labor, material, transportation equipment, cost, bonds, insurance, permits
and fees required to perform all demolition and new construction work associated with
this site. Work includes but is not limited to: mobilization/demobilization; traffic control;
demolition and disposal of various materials including sod, shrubs, tree(s); concrete curb
& gutter, sidewalk, curb island, asphalt pavement, manhole access frames and covers,
existing PRV station concrete lid, pipe, fittings and valves; excavation, backfilling and
compaction; dewatering; shoring; protect existing utilities to remain; pothole existing
utilities to verify design and avoid construction delays; construct concrete vault on stable
foundation complete with all appurtenances and accessories; furnish and install all
interior and exterior pipe, fittings, valves, controls, gauges, ladders, man hatches, thrust
blocks, including connections to existing 24” and 16” waterlines; testing, disinfection and
commissioning of new PRV Station and waterlines; install cathodic protection; furnish
and install new topsoil, mulch, shrubs, sod and repair damage to irrigation sprinkler
system; restoration of all improvements removed or disturbed by construction to equal
or better condition. All work complete and in place in accordance with the project plans,
specifications and jurisdictional authority of the permitting agency or agencies.

2. Bid Item #2: Site 2 - 4500 South and Main St.: Demolish Existing Air Vac Vault and
Construct New Isolation Valve Station - Measurement is a lump sum item. Payment
includes all labor, material, transportation equipment, cost, bonds, insurance, permits
and fees required to perform all demolition and new construction work associated with
this site. Work includes but is not limited to: mobilization/demobilization; traffic control;
demolition and disposal of sod and excess excavated in-situ soils; excavation, backfilling
and compaction; dewatering; shoring; protect existing utilities to remain; pothole existing
utilities to verify design and avoid construction delays; construct concrete vault on stable
foundation complete with all appurtenances and accessories; furnish and install all
interior and exterior pipe, fittings, valves, controls, gauges, ladders, man hatches, thrust
blocks, including connections to existing 24” shotcoat steel waterline; install new 6”
HDPE waterline to replace existing 6” Murray City D.I. in conflict with the vault, includes
routing below the vault inside 10” steel casing, complete with all fittings, casing end seals,
casing spacers and connections to existing waterline; testing, disinfection and
commissioning of new Isolation Valve Station and all waterlines; install cathodic
protection; reroute electrical service to decorative street lamp around new vault; furnish
and install combination 3” by-pass and air vac with all appurtenances; construct concrete
mowstrip; abandonment and demolition of existing air-vac station located on the west
side of main street upon completion of the new isolation valve station and combination
air-vac system; furnish and install new topsoil and sod; repair damage to irrigation
sprinkler system; restoration of all improvements removed or disturbed by construction
to equal or better condition. All work complete and in place in accordance with the project
plans, specifications and jurisdictional authority of the permitting agency or agencies.
Note: The concrete for vault floor shall be high early strength as specified in 03 50 00
Cast-In-Place Concrete.

3. Bid Item #3: Site 3 - 4500 South and 900 East: Refurbish Existing Isolation Valve
Station - Measurement is a lump sum item. Payment includes all labor, material,
transportation equipment, cost, bonds, insurance, permits and fees required to perform
all demolition and new construction work associated with this site. Work includes but is
not limited to: mobilization/demobilization; traffic control; demolition and disposal of
various material including asphalt pavement, vault lid panels, manhole access frame and
cover; excavation, backfilling and compaction; dewatering; shoring; protect existing
utilities to remain; remove and dispose of interior pipes, fittings and valves required for
refurbishing including 3” combination by-pass and air vac; construct and install new
concrete ceiling panels; clean existing vault walls and floors and apply coatings; clean
pipes to remain and apply coatings; testing, disinfection and commissioning of

CALDWELL RICHARDS SORENSEN Page 2 of 5 Measurement and Payment


01 02 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

refurbished Isolation Valve Station; restoration of asphalt pavement per UDOT Region
#2 requirements; install new manhole access frame and cover and valve box to operate
new 24” gate valve; reconnect air vac pipe that vents outside the vault; restore all
improvements removed or disturbed by construction to equal or better condition. All work
complete and in place in accordance with the project plans, specifications and
jurisdictional authority of the permitting agency or agencies. Note: Cast-in-place
concrete for this site shall be high early strength as specified in 03 50 00 Cast-In-Place
Concrete.

4. Bid item #4: Site 4 - 1300 East and Murray-Holladay Rd.: Refurbish Existing
Isolation Valve Station – Measurement is a lump sum item. Payment includes all labor,
material, transportation equipment, cost, bonds, insurance, permits and fees required to
perform all demolition and new construction work associated with this site. Work includes
but is not limited to: mobilization/demobilization; traffic control; demolition and disposal
of various materials including asphalt pavement, vault lid panels, manhole access frame
and cover; excavation, backfilling and compaction; dewatering; shoring; protect existing
utilities to remain; remove and dispose of interior pipes, fittings and valves required for
refurbishing including 3” combination by-pass and air vac; construct and install new
concrete ceiling panels; clean existing vault walls and floors and apply coatings; clean
pipes to remain and apply coatings; testing, disinfection and commissioning of
refurbished Isolation Valve Station; restoration of asphalt pavement, install new 12” gate
valve on existing 12” a.c. waterline; install new manhole access frame and cover and
valve boxes to operate new 24” gate valve and 12” gate valves; reconnect air vac pipe
that vents outside the vault; restore all improvements removed or disturbed by
construction to equal or better condition. All work complete and in place in accordance
with the project plans, specifications and jurisdictional authority of the permitting agency
or agencies. Note: Cast-in-place concrete for this site shall be high early strength as
specified in 03 50 00 Cast-In-Place Concrete.

5. Bid item #5: Site 5 – 1200 West and 4460 South: 2” Tap and Site Improvements –
Measurement is a lump sum item. Payment includes all labor, material, transportation
equipment, cost, bonds, insurance, permits and fees required to perform all demolition
and new construction work associated with this site. Work includes but is not limited to
the following description: The CONTRACTOR shall, prior to the pipeline inspection,
construct the improvements at shown in the drawings. The Improvements generally
include removing the existing manhole cover and the three removable panel sections
from the vault lid. The manhole cover shall be replaced with a 30”x30” hatch, and the
removable panels will be replaced with new panels and a 30”x48” hatch. The entire area
shall then be covered with stamped concrete, as will the park strip in front of the site. The
CONTRACTOR shall replace the 2-inch tap for the air release valve with a new 2-inch
tap and 2-inch gate valve. Some traffic control may be required for this site for
pedestrians and if the work extends into the roadway.

6. Bid item #6: Site 6 – 2500 West and 4400 South: 4” Tap and Site Improvements –
Measurement is a lump sum item. Payment includes all labor, material, transportation
equipment, cost, bonds, insurance, permits and fees required to perform all demolition
and new construction work associated with this site. Work includes but is not limited to
the following description: The existing vault at 2500 West 4400 South is not on the main
line. The CONTRACTOR shall excavate down to the main pipeline to install a new 4-inch
tap with a 4-inch gate valve, followed by a blind flange with a 2-inch tap and corporation
stop. The CONTRACTOR shall backfill the hole with compacted gravel to ground level.
CONTRACTOR shall return to the site when the inspection company on site and
excavate the compacted gravel down to the corporation stop. Provide shoring or other
support around the excavation within four feet of the corporation stop that will provide
bracing for the insertion tube required for the inspection. Also provide two 4’x8’ 1-inch
thick plywood sheets which may be required for a working platform and other

CALDWELL RICHARDS SORENSEN Page 3 of 5 Measurement and Payment


01 02 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

construction related assistance to the inspection contractor, if needed. Plan on one day
for the inspection, followed by re-placing the compacted gravel over the pipe. Provide a
marking post for the location of the corporation stop. No traffic control will be required at
this site as it is off the main road.

7. Bid item #7: Site 7 – 3600 West and 4400 South: 2” Tap and Site Improvements –
Measurement is a lump sum item. Payment includes all labor, material, transportation
equipment, cost, bonds, insurance, permits and fees required to perform all demolition
and new construction work associated with this site. Work includes but is not limited to
the following description: The CONTRACTOR shall, prior to the pipeline inspection,
remove the existing air release valve, replace the 1-inch tap and piping with a new 2-inch
tap, piping and 2-inch gate valve. The CONTRACTOR shall re-mobilize to the site when
the pipeline inspection company is on site to begin the inspection. The CONTRACTOR
shall provide traffic control and remove the asphalt on top of the vault. The
CONTRACTOR shall then remove the vault lid (the two removable panels as shown in
the drawings) and provide plywood or other material to provide bracing inside the vault
for the insertion tube used in the inspection. It is assumed any lifting hooks have rusted
away and new lifting hooks will need to be installed. The CONTRACTOR shall assist the
pipeline inspection company with construction related issues (assume one day) while
continuing to provide traffic control. After the inspection is complete, the CONTRACTOR
shall reinstall the vault lid panels (including new mastic) and repave over the vault lid.
Assume the work will be done in the winter with temporary asphalt that will need to be
removed and replaced in the spring.

8. Bid item #8: Site 8 – 4800 West and 4400 South: 2” Tap and Site Improvements –
Measurement is a lump sum item. Payment includes all labor, material, transportation
equipment, cost, bonds, insurance, permits and fees required to perform all demolition
and new construction work associated with this site. Work includes but is not limited to
the following description: The CONTRACTOR shall, prior to the pipeline inspection,
remove the existing 1-inch air release valve and replace the 1-inch tap and piping with
new 2-inch tap, piping and 2-inch gate valve. The CONTRACTOR shall re-mobilize to
the site when the pipeline inspection company is on site to begin the inspection. The
CONTRACTOR shall provide traffic control and remove the asphalt on top of the vault.
The CONTRACTOR shall then remove the vault lid (the two removable panels as shown
in the drawings) and provide plywood or other material to provide bracing inside the vault
for the insertion tube used in the inspection. It is assumed any lifting hooks have rusted
away and new lifting hooks will need to be installed. The CONTRACTOR shall assist the
pipeline inspection company with construction related issues (assume one day) while
continuing to provide traffic control. After the inspection is complete, the CONTRACTOR
shall reinstall the vault lid panels (including new mastic) and repave over the vault lid.
Assume the work will be done in the winter with temporary asphalt that will need to be
removed and replaced in the spring.

It is the responsibility of the Contractor to fully inform himself regarding all Federal, State and local
tax laws, rules or regulations furnished under this Contract, including all exemption provisions and
procedures.

All bid prices for material, equipment and labor for the Work under this Contract is inclusive of any
tax for materials which are imposed by any governing agency to which the Work hereunder is subject.
The Contractor is solely responsible for assuring that all applicable taxes are included in his bid.

1.7 MOBILIZATION

A. If there is no separate bid item in the Bid Form for mobilization, include all mobilization costs
with other items of work.

CALDWELL RICHARDS SORENSEN Page 4 of 5 Measurement and Payment


01 02 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. If there is a separate bid item in the Bid Form, mobilization will be paid as follows:
1. Payment will be made at the contract lump sum for “Mobilization Payments will be made
in accordance with the following table:

Percent of Percent of
Original Contract Amount Bid for
Amount Earned Mobilization to be Paid
5% 40%
15% 20%
40% 30%
50% 10%

PART 2 - PRODUCTS - Not used

PART 3 - EXECUTION - Not used

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 5 of 5 Measurement and Payment


01 02 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy Project

SECTION 01 33 00
SUBMITTAL PROCEDURES

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Submittal procedures
B. Construction progress schedules
C. Proposed products list
D. Shop drawings
E. Product data
F. Samples
G. Manufacturers' instructions
H. Manufacturers' certificates

1.2 RELATED SECTIONS

A. Section 01 00 50 - Administrative Provisions


B. Section 01 45 00 - Quality Control
C. Section 01 78 50 - Closeout Procedures

1.3 SUBMITTAL PROCEDURES

A. Transmit each submittal to Engineer with Contractor's standard submittal form.


B. Sequentially number the transmittal forms. Resubmittals to have original number with an
alphabetic suffix.
C. Identify Project, Contractor, subcontractor or supplier; pertinent drawing sheet and detail
number(s), and specification Section number, as appropriate.
D. Apply Contractor's stamp, signed or initialed certifying that review, verification of products
required, field dimensions, adjacent construction Work, and coordination of information, is
in accordance with the requirements of the Work and Contract Documents.
E. Schedule submittals to expedite the Project, and deliver to Engineer at business address.
Coordinate submission of related items.
F. Identify variations from Contract Documents and product or system limitations which may
be detrimental to successful performance of the completed Work.
G. Revise and resubmit submittals as required, identify all changes made since previous
submittal.
H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
I. Engineer will retain three copies of each submittal.

1.4 CONSTRUCTION PROGRESS SCHEDULES

A. Submit initial progress schedule in duplicate within 15 days after date of Notice to Proceed
for Engineer review.
B. Revise and resubmit as required.
C. Submit revised schedules with each Application for Payment, identifying changes since
previous version.
D. Submit computer generated network analysis diagram using critical path method, generally
as outlined in Associated General Contractors of America (AGC) publication "The Use of
CPM in Construction - A Manual for General Contractors and the Construction Industry".
E. Show complete sequence of construction by activity, identifying Work of separate stages
and other logically grouped activities. Indicate the early and late start, early and late finish,

CALDWELL RICHARDS SORENSEN Page 1 of 4 Submittal Procedures


01 33 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy Project

float dates, and duration.


F. Indicate estimated percentage of completion for each item of Work at each submission.
G. Indicate submittal dates required for shop drawings, product data, samples, and product
delivery dates, including those furnished by Owner.

1.5 PROPOSED PRODUCTS LIST

A. Within 15 days after date of Notice to Proceed, submit complete list of major products
proposed for use, with name of manufacturer, trade name, and model number of each
product.
B. For products specified only by reference standards, give manufacturer, trade name, model
or catalog designation, and reference standards.

1.6 SHOP DRAWINGS

A. Submit the number of opaque reproductions which Contractor requires, plus three copies
which will be retained by Engineer.
B. After review, produce copies in accordance with procedures established in this Section and
for Record Documents as described in Section 01 78 50 – Closeout Procedures.

1.7 PRODUCT DATA

A. Submit the number of copies which the Contractor requires, plus three copies, which will be
retained by the Engineer.
B. Mark each copy to identify applicable products, models, options, and other data.
Supplement manufacturers' standard data to provide information unique to this Project.
C. After review, distribute in accordance with procedures established in this Section and
provide copies for Record Documents described in 01 78 50 – Closeout Procedures.

1.8 SAMPLES

A. Submit samples to illustrate functional and aesthetic characteristics of the product, with
integral parts and attachment devices. Coordinate sample submittals for interfacing work.
B. Submit samples of finishes in custom colors, textures, and patterns for Engineer's
selection.
C. Include identification on each sample, with full Project information.
D. Submit the number or samples specified in individual specification sections.
E. Reviewed samples which may be used in the Work are indicated in individual specification
Sections.

1.9 MANUFACTURER'S INSTRUCTIONS

A. When specified in individual specification Sections, submit manufacturers' printed


instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in
quantities specified for product data.
B. Identify conflicts between manufacturers' instructions and Contract Documents.

1.10 MANUFACTURER'S CERTIFICATES

A. When specified in individual specification Sections, submit manufacturers' certificate to


Engineer for review.
B. Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be

CALDWELL RICHARDS SORENSEN Page 2 of 4 Submittal Procedures


01 33 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy Project

acceptable to Engineer.

1.11 SCHEDULES OF VALUES

A. Submit a typewritten a breakdown of all lump sum bid items showing the value assigned to
each part for use in computing and checking periodical payment estimates.
B. No payment will be made until the schedule and breakdown has been submitted and
approved by the Engineer. Documentation may need to be submitted to substantiate the
assigned values.

PART 2 PRODUCTS

2.1 REQUIRED SUBMITTALS

A. Required Contractor submittals for this project include, but are not limited to the following:

 Materials testing agency


 Welding testing agency
 Concrete mix
 Asphalt mix
 Imported Fill
 Base Course
 Waterstop
 Concrete reinforcement
 Pipe and Fittings
 Coatings
 Valves
 Cathodic protection
 Sod and shrubs
 Topsoil
 Hatches
 Ladder
 Traffic Control Plans

2.2 RESUBMITTALS

A. Reviewing submittals because of non-conformance to specific requirements shall be


performed by Engineer. Payment for reviewing resubmittals will be charged to the
Contractor by deducting labor charges from the Contract sum price.

PART 3 EXECUTION - Not Used

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Submittal Procedures


01 33 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy Project

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Submittal Procedures


01 33 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 01 45 00
QUALITY CONTROL

PART 1 GENERAL

1.1 SECTION INLUDES:

A. Contractor ‘s quality control responsibilities


B. Test report submittal requirements
C. Authority of Contractor’s testing agency

1.2 MATERIALS

A. Material furnished from sources which have recently been found satisfactory under Owner’s
or Engineer’s normal testing and sampling procedures may be used in the Work.
B. Materials which are supported with a supplier’s certificate of compliance may be used in the
Work. Certificate must be in possession of Contractor and reviewed by Engineer prior to
use.

1.3 WORKMANSHIP

A. Maintain performance control and supervision over subcontractors, suppliers,


manufacturer’s, products, services, workmanship, and site conditions, to produce work in
accordance with Contract Documents.
B. Comply with industry standards except when more restrictive tolerances or specified
requirements indicate more rigid standards or more precise workmanship.
C. Provide suitable qualified personnel to produce specified quality.
D. Ensure finishes match approved samples.

1.4 CONTROL TESTING

A. Perform testing to control procedures and materials as necessary to assure the Work
complies with the Contract Documents.
B. Provide more testing, if, in Engineer’s opinion, work is not being adequately controlled.
C. Immediately report any non-compliance of materials and mixes to Engineer.
D. When an out-of-tolerance condition exists, perform additional control testing until tolerance
is attained.
E. Correlate Contractor’s control testing with Engineer’s acceptance testing procedures.

1.5 SPECIAL WELDING INSPECTION

A. Perform special welding inspection on the field-butt joints of the welded steel waterline.
B. Testing shall be performed by a Certified Welding Inspector (CWI) in accordance with the
provisions of AWS QCI.
C. 100% of field-butt joints shall be visually inspected by a CWI.
D. 25% of field-butt joints shall be tested by 100% ultrasonic testing by a CWI using methods
and acceptance criteria in ANSI/ASME Sec. VIII.

1.6 SUBMITTALS- CONTRACTOR

A. Prior to starting Work, submit:


1. Testing agency’s name, address, telephone number
2. Testing agency person who is charged with engineering managerial responsibility.
3. Licensed professional engineer on testing agency staff who is to review services.

CALDWELL RICHARDS SORENSEN Page 1 of 2 Quality Control


01 45 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. During construction, submit: Quality control test data requested by Engineer to


demonstrate contract compliance of work performed.

1.7 SUBMITTALS- TESTING AGENCY

A. General: On all reports include the following:


1. Project title, number and date of the report.
2. Date, time, and location of the test.
3. Name and address of material Supplier.
4. Identification of product being tested and type of test performed.
5. Identify whether test is initial test or retest.
6. Results of testing and interpretation of results.
7. Name of technician who performed the testing.
B. During construction: Submit to Engineer and Contractor the following reports:
1. Field Test Report: Submit the report no later than the end of the day the test results
are determined.
2. Laboratory Test Report: Submit the report within 48 hours after test results are
determined.
3. Final Summary Report: After the Work is Substantial Complete, submit a report to the
Engineer and Contractor which shows all test results in tabular form. Show each failed
test result and its corresponding passing test result.

1.8 LIMITS ON TESTING AGENCY AUTHORITY

A. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents.
B. Agency may not suspend Work.
C. Agency has no authority to determine acceptance of Work for Engineer.

1.9 LIMITS ON CONTRACTOR

A. Samples must be collected and secured only by the testing agency.

PART 2 PRODUCTS Not Used

PART 3 EXECUTION Not Used

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 2 of 2 Quality Control


01 45 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 01 55 50
TRAFFIC CONTROL

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. CONTRACTOR’s responsibilities to warn, guide and protect motorists and pedestrians


affected by the construction zone.
B. CONTRACTOR shall submit a Traffic Control Plan as necessary per the provisions of
Section 01 33 00 – Submital Procedures.
C. Comply with UDOT traffic control and safety requirements.

1.2 REFERENCES

A. ANSI D6.1: Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD).
B. ATSSA: American Traffic Safety Services Association.

1.3 SUBMITTALS

A. Traffic Control Plan:


1. Show how to provide the least amount of disruption to vehicular movement as
construction work progresses.
2. Show how to move pedestrians around or through the work site.
3. Show how to handle signalized intersections.
4. Show how to accommodate truck traffic that is high or extra wide (two lane width to
pass truck) in a quick or immediate response time.
B. Submit copy of flagger or Traffic Control Technician certification when requested by
ENGINEER.

1.4 SPECIAL TRAFFIC CONTROL REQUIREMENTS

A. None.

1.5 TRAFFIC CONTROL TECHNICIAN

A. Technician must be ENGINEER approved or ATSSA certified.


B. Make at least four inspections of traffic control devices each day as follows:
1. Before beginning work shift.
2. At mid-shift.
3. Half an hour after the end of the shift.
4. Once during the night.
C. Remain available to correct work zone signing within 5 minutes of need or notification.
D. Coordinate traffic control with emergency services, transportation services, and local law
enforcement.
E. Update the traffic control plan when requested.
F. Clean devices at least weekly.
G. Replace devices missing any part of the message or background.
H. Remove devices if they are no longer required.

1.6 FLAGGER

A. Flagger must have a current UDOT flagging certificate.


B. Equipment:

CALDWELL RICHARDS SORENSEN Page 1 of 2 Traffic Control


01 55 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

1. 600 mm “Stop/Slow” sign.


2. 150 mm to 200 mm long red wand for night flagging.
3. Light plat for night flagging.
C. Clothing:
1. Clothed; full length pants and long or short sleeved shirt.
2. Hard toed shoes,
1. Orange, red-orange hard hat and vest. Night clothing to be reflectorized.

PART 2 – PRODUCTS

2.1 PAVEMENT MARKINGS

A. Refer to ANSI D6.1 requirements.

2.2 SIGNS, SIGNALING AND BARRICADES

A. Refer to ANSI D6.1.

PART 3 – EXECUTION – Not Used

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 2 of 2 Traffic Control


01 55 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 01 57 10
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

PART1 GENERAL

1.1 SECTION INCLUDES

A. Temporary Utilities: Electricity, telephone service, water, and sanitary facilities.


B. Temporary Controls: Barriers, enclosures and fencing, protection of the work and dust and
water control.
C. Construction Facilities: Access roads, parking, progress cleaning, project signage, and
temporary buildings.
D. Safety: Overall safety for project activities.

1.2 RELATED SECTIONS

A. Section 01 78 50 – Closeout Procedure

1.3 TEMPORARY ELECTRICITY

A. Provide and pay for temporary power service from utility source to all required areas including
all field offices. Contractor shall pay all monthly service costs until final acceptance.

14 TEMPORARY HEAT

A. Provide and pay for heat devices and heat as required to maintain specified conditions for
construction operations.

1.5 TEMPORARY VENTILATION

A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent
accumulation of dust, fumes, vapors, or gases.

1.6 TELEPHONE SERVICE

A. Provide, maintain and pay for temporary telephone service to field office and Engineer's field
office at time of project mobilization.
B. Contractor shall pay for monthly telephone service costs until final acceptance.

1.7 TEMPORARY WATER SERVICE

A. Provide, maintain and pay for suitable quality water service. Connect to existing water source
for construction operations.
B. Water used to test, flush and disinfect new pipelines will be provided at no cost by Owner, for
first attempt. Additional attempts will require payment to Owner at wholesale rates for any and
all water used.

1.8 TEMPORARY SANITARY FACILITIES

A. Provide and maintain required facilities and enclosures.

1.9 BARRIERS

CALDWELL RICHARDS SORENSEN Page 1 of 4 Construction Facilities and Temp.Controls


01 57 10
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

A. Provide barriers to prevent unauthorized entry to construction areas to allow for Owner's use of
site, and to protect existing facilities and adjacent properties from damage from construction
operations.
B. Provide protection for plant life designated to remain. Replace damaged plant life.
C. Protect non-owned vehicular traffic, stored materials, site and structures from damage.

1.10 FENCING

A. Construction: as required by Drawings.

1.11 WATER CONTROL

A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain
pumping equipment.
B. Protect site from puddling or running water. Provide water barriers as required to protect site
from soil erosion.

1.12 DUST CONTROL

A. Provide equipment and arrange for water to adequately control dust on project site.
B. Comply with local government requirements for pollutants.
C. Contractor shall be responsible for maintaining the site and adjoining paved surfaces in a dust
free condition.

1.13 PROTECTION OF INSTALLED WORK

A. Protect installed Work and provide special protection where specified in individual specification
Sections.
B. Prohibit traffic from revegetated areas.

1.14 SECURITY

A. Provide security and facilities to protect Work, and existing facilities, and Owner's operations
from unauthorized entry, vandalism, or theft.
B. Coordinate with Owner's security program.

1.15 ACCESS ROADS

A. Construct and maintain temporary roads accessing public thoroughfares to serve construction
area.
B. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded
traffic flow.
C. Provide means of removing mud from vehicle wheels before leaving the site and entering
streets.

1.16 PARKING

A. Provide temporary parking areas to accommodate construction personnel.


B. When site space is not adequate, provide additional off- site parking.
C. Do not allow vehicle parking on existing pavement.

1.17 PROGRESS CLEANING

A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly
condition.
B. Remove waste materials, debris, and rubbish from site weekly and dispose off-site.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Construction Facilities and Temp.Controls


01 57 10
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

1.18 PROJECT IDENTIFICATION – NOT USED

A. Provide 8’ wide x 4’ high project sign of exterior grade plywood and wood frame construction,
painted, with exhibit lettering by professional sign painter all as approved by Engineer.
B. List title of project, names of Owner, Engineer, Contractor, and major subcontractors.
C. Erect on site at location established by Engineer.
D. No other signs are allowed without Owner permission except those required by law.

1.19 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS

A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Final
Application for Payment inspection.
B. Remove underground installations to a minimum depth of 2 feet.
C. Clean and repair damage caused by installation or use of temporary work.
D. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.

1.20 SAFETY AND PROTECTION

A. Refer to Article 06.13 thru 06.16 of General Conditions for responsibility of Contractor for safety
and protection.
B. OSHA regulations to apply on this project.

PART 2 PRODUCTS - Not Used

PARTS 3 EXECUTION - Not Used

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Construction Facilities and Temp.Controls


01 57 10
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Construction Facilities and Temp.Controls


01 57 10
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 01 78 50
CLOSEOUT PROCEDURES

PART 1 GENERAL

0.1 SECTION INCLUDES

A. Closeout procedures
B. Final cleaning
C. Start-up Procedures
D. Project record documents
E. Operation and maintenance data
F. Warranties
G. Chemicals
H. Spare parts and maintenance materials

0.2 RELATED SECTIONS

A. Section 01 57 10 - Construction Facilities and Temporary Controls

0.3 CLOSEOUT PROCEDURES

A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready for
Engineer's inspection.
B. Provide submittals to Engineer that are required by governing or other authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.

0.4 FINAL CLEANING

A. Execute final cleaning prior to final inspection.


B. Clean equipment and fixtures to a sanitary condition.
C. Remove waste and surplus materials, rubbish, and construction facilities from the site.

0.5 PROJECT RECORD DOCUMENTS

A. Maintain on site, one set of the following record documents; record actual revisions to the Work:
1. Contract Drawings
2. Specifications
3. Addenda
4. Change Orders and other Modifications to the Contract
5. Reviewed shop drawings, product data, and samples
B. Store Record Documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Specifications: Legibly mark and record at each product section description of actual products
installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda and Modifications.
E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction
including:
1. Measured depths of vaults and boxes.
2. Measured horizontal and vertical locations of underground utilities and appurtenances,
referenced to permanent surface improvements.

CALDWELL RICHARDS SORENSEN Page 1 of 4 Closeout Procedures


01 78 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3. Measured locations of internal utilities and appurtenances concealed in construction,


referenced to visible and accessible features of the Work.
4. Field changes of dimension and detail.
5. Details not on original Contract Drawings.
F. Delete Engineer title block and seal from all documents.
G. Submit documents to Engineer with claim for final Application for Payment.

0.6 EQUIPMENT AND SYSTEM PERFORMANCE AND OPERATIONAL TESTING

A. Contractor is required to provide all testing, training and documentation required in Section 01
45 00 – Quality Control.

0.7 OPERATION AND MAINTENANCE DATA

A. Submit three sets prior to final inspection, bound in 8-1/2 x 11 inch (216 x 279 mm) text pages,
three D side ring capacity expansion binders with durable covers.
B. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS",
title of project, and subject matter of binder when multiple binders are required.
C. Internally subdivide the binder contents with permanent page dividers, logically organized as
described below; with tab titling clearly printed under reinforced laminated plastic tabs.
D. Contents: Prepare a Table of Contents for each volume, with each Product or system
description identified, typed on 24 pound white paper.
E. Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Contractor,
subcontractors, and major equipment suppliers.
F. Part 2: Operation and maintenance instructions, arranged by system and subdivided by
specification section. For each category, identify names, addresses, and telephone numbers of
Subcontractors and suppliers. Identify the following:
1. Significant design criteria
2. List of equipment
3. Parts list for each component
4. Operating instructions
5. Maintenance instructions for equipment and systems
6. Maintenance instructions for special finishes, including recommended cleaning methods
and materials and special precautions identifying detrimental agents
G. Part 3: Project documents and certificates, including the following:
1. Shop drawings and product data
2. Certificates
3. Photocopies of warranties and bonds
H. Submit one copy of completed volumes in final form 15 days prior to final inspection. This copy
will be returned after final inspection, with Engineer comments. Revise content of documents
as required prior to final submittal.
I. Submit final volumes revised, within 10 days after final inspection.

0.8 WARRANTIES

A. Provide duplicate notarized copies.


B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers.
C. Provide Table of Contents and assemble in three D side ring binder with durable cover.
D. Submit prior to final Application for Payment.
E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal
within 10 days after acceptance, listing date of acceptance as start of warranty period.

0.9 SPARE PARTS AND MAINTENANCE MATERIALS

A. Provide products, spare parts, maintenance and extra materials in quantities specified in

CALDWELL RICHARDS SORENSEN Page 2 of 4 Closeout Procedures


01 78 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

individual specification Sections.


B. Deliver to and place in location as directed; obtain receipt prior to final payment.

PART 2 PRODUCTS – Not Used

PART 3 EXECUTION – Not Used

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Closeout Procedures


01 78 50
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Closeout Procedures


01 78 50
DIVISION 03
Concrete
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 03 25 00
CONCRETE ACCESSORIES

PART 1 – GENERAL

1.1 WORK INCLUDED

A. Anchor bolts.

B. Expansion, contraction and construction joints.

C. Waterstops.

E. Joint sealers.

1.2 RELATED WORK

A. Section 03 50 00 - Cast-In-Place Concrete.

1.3 QUALITY ASSURANCE

A. Qualifications of Workmen:
1. Use workmen thoroughly trained and experienced in placing and finishing the types of materials
specified.

B. Comply with federal, state and local codes and regulations.

1.4 SUBMITTALS

A. Submit manufacturer's information (catalog data) for the following:


1. Waterstops
2. Anchor bolts
4. Joint sealer.

1.5 DELIVERY, STORAGE AND HANDLING

A. Materials shall be delivered, stored, and handled so as to prevent damage by water or inclusion of
foreign materials. Packaged materials shall be delivered and stored in original package, marked with
brand and maker's name, until ready for use. Packages of materials showing evidence of water or
other damage shall be rejected. Bulk cement shall be identified by shipping and delivery statements.

1.6 MEASUREMENT AND PAYMENT

A. Concrete accessories payment will be included in the pertinent bid item price(s) in the Bid Schedule.
Such price shall include full compensation for furnishing and placing of materials required to complete
the concrete accessories, and for all labor, equipment, tools and incidentals needed to complete the
work in conformity with the plans and specifications.

PART 2 – PRODUCTS

2.1 CONCRETE ACCESSORIES

A. Plastic Waterstops:

CALDWELL RICHARDS SORENSEN Page 1 of 4 Concrete Accessories


03 25 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

1. Shall be of an approved type, supplied by an approved manufacturer and shall be plastic made of
virgin polyvinyl chloride compound, shall be ribbed, uniform in dimensions, dense, homogeneous
and free from porosity. The material shall meet the following minimum requirements:

Tensile strength 2000 psi


Ultimate elongation 350 %
Shore hardness 70-80
Specific gravity 1.3
Stiffness in flexure 1300 psi
Cold brittleness 35° F
Water absorption in 48 hours 0.320 %
Tear resistance 290 #/inch
Water head 150 feet

2. Permissible tolerances:
Width (6" and less) -- plus or minus 1/8"
Width (over 6") -- plus or minus 1/4"
Thickness -- plus 1/16", minus 1/32"

3. Waterstops in construction joints shall be Burke Concrete Accessories, Inc., Vinylock Type
RB316-6; Water Seals, Inc., 6-inch Flex-Bulb; or equal.

B. Rubber Waterstops: In lieu of plastic, rubber waterstops will be considered provided the
proposed section will develop the same ultimate force as the plastic waterstop section
specified, and provided splices can be made which will be fully watertight and will be able
to develop a strength of 75 percent of the pulling strength of the waterstop.

C. Joint Sealant:
1. Shall be polyurethane based, multi-component elastomeric sealant complying with
Federal Specification TT-00227E Class A Type II and with ASTM C-920.
2. Quality Standard: Sikaflex-2c, Permapol RC-270.
3. Slump: Joint sealer shall not sag when installed in 1/2" wide, 1" deep and at least 6" long
groove in concrete and maintained in a vertical position at a temperature of 180 F for
24 hours.
4. Extensibility: Joint sealer shall not pull away from sides or rupture within itself when
installed between two concrete blocks and a temperature of 50° F extended 50 times
at the rate of 0.1" to 0.15" per hour.
5. Plasticity: Joint sealers shall be of a soft enough consistency that the material may be
placed in the grooves with the aid of putty knives without having to heat the material
when installed under 70° F ambient temperature conditions.

2.2 ANCHOR BOLTS – NOT USED

A. Anchor bolts shall conform to ASTM A-276 for Type 302 Stainless Steel.

PART 3 – EXECUTION

3.1 LIFTING LUGS/BOLTS

A. Locate in accordance with the Drawings.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Concrete Accessories


03 25 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.2 EXPANSION, CONTRACTION AND CONSTRUCTION JOINTS

A. Expansion, contraction and construction joints shall not be used in new vaults.

3.3 WATERSTOPS

A. Waterstops shall be installed in all cold joints in new vaults.

B. Waterstops shall be correctly positioned in the forms so that the center of the waterstop is
centered on the joint.

B. Where preformed expansion joint material is used in conjunction with the waterstop,
allowance shall be made for equal waterstop embedment on each side in the concrete.

C. Waterstop shall be held in place in the forms by use of a split form or other approved method
that will positively hold the waterstop in the correct position and to the correct alignment.

B. Horizontal waterstops shall be bent up during placing of concrete until the concrete has been
brought to the level of the waterstop; additional concrete shall then be placed over the
waterstop, after which the concrete shall be thoroughly vibrated.

C. All horizontal and vertical waterstops, which are not accessible during pouring, shall be tied
off in two directions every 12 inches in such a manner that bending over one way or another
is prevented. A hog-ring or nail may be driven through both ends of the waterstop to facilitate
placing and tying of waterstops to reinforcing steel forms or form ties.

D. All waterstops shall be properly spliced and joints shall be checked for strength and pinholes
after splicing. Splices shall be strong enough to develop a pulling force of 75% of the
strength of the waterstop, and shall be watertight.

3.4 JOINT SEALANTS

A. Joint sealed areas shall be sandblasted and blown clean of dust and sand with compressed
air before the material may be applied.

B. Joints shall be primed and sealant shall be applied in accordance with the manufacturer's
recommendations.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Concrete Accessories


03 25 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Concrete Accessories


03 25 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 03 50 00
CAST-IN-PLACE CONCRETE

PART 1 GENERAL

1.1 DESCRIPTION

A. This section covers cast-in-place structural concrete, including formwork and formwork
accessories, reinforcement and reinforcement supports, concrete mixtures and handling,
placing and constructing.

1.2 RELATED SECTIONS

A. Section 31 23 26 – Excavating, Backfilling and Compaction

1.3 QUALITY STANDARD.

A. Work shall conform to all requirements of ACI 301-05 published by the American Concrete
Institute, Farmington Hills, Michigan, except as modified by these Contract Documents.

1.4 REFERENCES

A. ACI 301 – Structural Concrete (latest revision)

B. ACI 306 – Cold Weather Concreting (latest revision)

C. NSF 61 – Drinking Water System Components (latest revision)

D. ACI 305 – Hot Weather Concreting (latest revision)

E. ACI 201.2R-01 – Guide to Durable Concrete (latest revision)

1.5 SUBMITTALS

A. Concrete mixtures
1. Mixture proportions and characteristics.
2. Method and test data used to establish mixture proportions.
3. Information on types, classes, producers’ names and plant locations for cementitious
materials; types, pit or quarry locations, producers’ names, grading and properties
required by ASTM C 33 for aggregates; types, brand names, and producer’s names for
admixtures.

B. Reinforcement and reinforcement supports


1. Certified test reports on materials.
2. Placing drawings showing fabrication dimensions and locations for placement of
reinforcement and supports.
3. Copy of plant certifications.
4. When Contractor finds it necessary to move reinforcement from locations specified to
avoid interference with other reinforcement, submit the revised reinforcement
arrangement.

C. Formwork and formwork accessories


1. Plan and procedures for installation and removal of reshoring and backshoring.
2. Data on formwork release agent or formwork liners.

CALDWELL RICHARDS SORENSEN Page 1 of 6 Cast-In-Place Concrete


03 50 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3. Shop drawings for formwork.

D. Handling, placing and constructing


1. The Engineer must be notified 24 hours in advance of placement of concrete.
2. When applicable or requested by the Engineer, hot weather or cold weather precautions
must be submitted.
3. Proposed location and treatment of construction joints not shown on the project drawings.
4. Proposed methods of curing.
5. Specification and data and methods of use for any proposed repair material.

E. Repair
1. Proposed repair methods, materials, and modifications to the Work.
2. Description of repair work performed to bring strength-deficient concrete into compliance
with the Contract Documents.
3. Description of repair performed to being potentially nondurable concrete into compliance
with the Contract Documents.

1.6 TESTING

A. Testing of concrete materials shall be in accordance with ACI 301.

B. Payment for testing shall be in accordance with the General Conditions.

PART 2 PRODUCTS

2.1 FORMWORK AND FORMWORK ACCESSORIES

A. Keyway depths shall be as shown on the Project Drawings.

B. Chamfers and bevels on corners or edges of formed concrete shall be as shown on the
Project Drawings.

C. Construction joints shall be as shown on the Project Drawings.

2.2 REINFORCEMENT AND REINFORCEMENT SUPPORTS

A. Reinforcing steel shall conform to ASTM A 615/A 615M, 60 ksi yield grade.

B. Coated reinforcing bars shall be required as shown in the Project Drawings.


1. Epoxy-coated bars shall conform to ASTM A 775/A 775M.

C. Reinforcing steel shall be of the size specified in the Project Drawings.

D. Reinforcement supports shall be plastic.

E. Tie wire shall be minimum 16 gage annealed type or an acceptable patented system.

2.3 CONCRETE MIXTURES

A. All materials shall be in accordance with NSF Standard 61.

CALDWELL RICHARDS SORENSEN Page 2 of 6 Cast-In-Place Concrete


03 50 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Concrete admixtures shall conform to ASTM C494 or C261.

C. Portland cement shall meet ASTM C150, Type II or V, ASTM C1157, MH or ASTM C595.

D. Fine aggregate shall conform to ASTM C33 with a fineness modulus greater or equal to 2.6.

E. Fly ash shall meet ASTM C618, Class F or N.

F. Silica fume shall conform to ASTM C1240.

G. Slag cement shall conform to C989.

H. The nominal maximum size of coarse aggregate shall be 1 inch and conform to ASTM C33.

I. Performance of concrete for various portions of the work shall be as shown in the following
table:

Max. Average Minimum


Class Use W/CM 7-Day Comp. 28-Day Comp. Special Requirements
Ratio Strength (psi) Strength (psi)
900 East
High –
and 1300
Early - Waterproofing
East Vault
Strength admixture ( Xypex
Lids and 0.42 5,500 7,500
Mix C-500)
Main St.
(8.0 bag - Corrosion inhibitor
Vault
min.)
Floor
Cast-in-
Place
Vault
- Waterproofing
structure
admixture ( Xypex
A not 0.45 4,000 5,000
C-500)
requiring
- Corrosion inhibitor
High-Early
Stregnth
Concrete
Thrust
B blocks, 0.45 3,000 4,000 None
etc.

J. Concrete shall meet the following performances requirements:


1. Mixture shall have total alkalis less than 0.40% or meet the equivalent requirements of
ASTM C441.
2. Mixture shall conform to a value of less than 1500 coulombs when tested according to
ASTM C1202 at or before 56 days.
3. The shrinkage of the concrete mixtures shall be less than 0.05 percent after 28 days
when tested according to ASTM C157.

K. Concrete shall be air entrained to withstand severe exposure as described in ACI 301-05.

L. The ready-mix concrete production facility shall demonstrate that it meets the requirements of
National Ready Mixed Concrete Association (NRMCA) certification.

CALDWELL RICHARDS SORENSEN Page 3 of 6 Cast-In-Place Concrete


03 50 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

M. Corrosion inhibiting admixture in Class A concrete shall meet ASTM 494 and be as approved
by the Engineer. All manufacturer’s recommendations shall be followed including those for
dosage, mixing and curing.

N. Micro-synthetic fibers shall serve to reduce plastic shrinkage cracking, reduce water
migration and damage from freeze/thaw and improve durability. Fibers shall conform to
ASTM 1116/C 1116M, Type III fiber reinforced concrete and shall be applied per
manufacturer’s recommendations.

O. Admixture in vault structure shall be Xypex C-500 or equivalent as approved by the engineer.
Add at the rate of 2.5% by weight of cement at the plant during batching. Add per
manufacturer’s recommendations.

2.4 HANDLING, PLACING AND CONSTRUCTING

Not Used.

PART 3 EXECUTION

3.1 FORMWORK AND FORMWORK ACCESSORIES

A. When removal of formwork or reshoring is based on concrete reaching a specified strength, it


shall be assumed that concrete has reached this strength when either of the following
conditions have been met:
1. When test cylinders, field cured along with the concrete they represent, have reached the
specified strength.
2. When concrete has been cured for the same maturity as the site-cured cylinders which
reached specified strength as determined by the maturity method in ASTM C1074.

3.2 REINFORCEMENT AND REINFORCEMENT SUPPORTS

A. Maintain minimum concrete cover around reinforcing as described in the Project Drawings, or
if it is not specified, maintain minimum cover as described in ACI 301-05.

B. Splicing:
1. Furnish all reinforcement in the full lengths indicated unless otherwise permitted. Splicing
of bars, except where indicated, is not permitted without written approval.
2. Lap splice length shall be in accordance with ACI 318-05 and the International Building
Code (IBC). Located reinforcing splices not indicated on Drawings at points of minimum
stress. Indicate location of splices on shop drawings. Stagger splices where possible.
3. Unless indicated otherwise, overlap reinforcing bars a minimum of 30 diameters to make
the splice. In lapped splices, place the bars and wire to maintain the minimum distance
for clear spacing to the surface of the concrete.
4. Do not use lap splices on bars greater in diameter than no. 11 unless otherwise
approved.
5. Weld reinforcing steel only if indicated or if authorized in writing. Weld in conformance to
AWS D1.4.
6. Do not bend reinforcement after embedding in hardened concrete.
7. Do not permit reinforcement or other embedded metal items bonded to the concrete, to
extend continuously through any expansion joint, except dowels in floors bonded on only
one side of joints.

CALDWELL RICHARDS SORENSEN Page 4 of 6 Cast-In-Place Concrete


03 50 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. All reinforcement to be free of loose mill scale, loose or thick rust, dirt, paint, oil or grease.

D. Place all reinforcement in the exact position indicated. With tie wire, tie bars together at all
intersections except where spacing is less than 12 inches in each direction, in which case tie
alternate intersections.

E. Maintain the distance from vertical forms and between layers of reinforcement by means of
prefabricated chairs, ties, hangers or other approved devices. Placing and fastening of
reinforcement in each section of the Work must be approved before concrete is placed.
F. Overlap sheets of metal mesh one square plus 6 inches to maintain a uniform strength.
Securely fasten at the ends, edges, and supports to maintain clearances.
G. Flat slab work:
a. Support reinforcing steel of formed flat slabs with metal chairs, precast concrete blocks
or other slab bolsters.
b. Size chairs or bolsters to position the steel in the exact location indicated.
c. Space chairs for supporting the top steel and bolsters for supporting the bottom steel not
more than 5 feet on centers in each direction.
d. Plastic or epoxy coat the portion of the metal in contact with the forms to prevent rust.
e. Tie down deck steel to beams or forms at regular intervals of not more than 5 feet on
centers along the beams or forms to prevent movement of the steel during concrete
placement.

3.3 CONCRETE MIXTURES

A. Slump and air content shall be determined at the point of placement. Once slump and air
loss during pumping can be determined, acceptance or rejection of concrete based on slump
can then be determined at the delivery point.

B. Slump adjustment by addition of water at the site is not permitted without the consent of the
Engineer.

3.4 HANDLING, PLACING AND CONSTRUCTING

A. The subgrade for slabs-on-ground shall be constructed of the material and compacted to the
density shown on the Project Drawings or as specified in Section 31 23 26 – Excavating,
Backfilling and Compaction.

B. In cold weather, as defined in ACI 301-05, concrete shall be placed in accordance with ACI
306. Similarly, in hot weather, as defined in ACI 301-5, concrete shall be placed in
accordance with ACI 305.

C. Do not place concrete slabs or other flatwork if wind is greater than 5 mph unless a wind
break is provided.

D. The finish of formed portions of concrete work shall have a uniform surface appearance in
color and texture. All formed work shall have a smooth form finish as defined in ACI 301.

E. All flatwork shall have a float with broom finish as defined by ACI 301.

F. Where pipes, castings or conduits are to pass through structures, the Contractor shall place
such pipes or castings in the forms before placing the concrete. Additional reinforcement
shall be provided around large openings as shown in the Project Drawings.

CALDWELL RICHARDS SORENSEN Page 5 of 6 Cast-In-Place Concrete


03 50 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

G. Gate frames, gate thimbles, special castings, channels or other miscellaneous metal parts
that are to be embedded in the concrete shall be set and secured in the forms prior to
concrete placement. Unless otherwise specified, anchor bolts and inserts shall be embedded
in concrete as shown in the project drawings. The contractor shall provide inserts, anchors or
other bolts necessary for the attachment of piping, valves, metal parts and equipment.
Nailing blocks, plugs, strips, and the like necessary for the attachment of trim, finish and
similar work shall be provided. Voids in sleeves, inserts and anchor slots shall be filled
temporarily with readily removable material to prevent the entry of concrete into the voids.
Operators or sleeves for gate or valve stems shall be positioned to clear reinforcing steel,
conduit and other embedments, and to align accurately with equipment.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 6 of 6 Cast-In-Place Concrete


03 50 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 03 57 00
CONCRETE CURING

PART 1 – PRODUCTS

1.1 SECTION INCLUDES

A. Initial and final curing of horizontal and vertical concrete surfaces.

1.2 RELATED SECTIONS

A. Section 03 50 00 – Cast-In-Place Concrete.

1.3 REFERENCES

A. ACI 301 - Structural Concrete for Buildings


B. ACI 302 - Recommended Practice for Concrete Floor and Slab Construction
C. ACI 308 - Standard Practice for Curing Concrete
D. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete
E. ASTM D2103 - Polyethylene Film and Sheeting

1.4 SUBMITTALS

A. Submit under provisions of Section 01 33 00 - Submittals.


B. Product Data: Provide data on curing compounds.

1.5 QUALITY ASSURANCE

A. Perform Work in accordance with ACI 301.


B. Maintain one copy of ACI 301 on site.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, protect, and handle products as specified by the manufacturer.


B. Deliver curing materials in manufacturer's packaging including application instructions.

PART 2 – PRODUCTS

2.1 MATERIALS

A. Membrane Curing Compound Type A: ASTM C309 Type 1.


B. Water: Potable, not detrimental to concrete.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Verify that substrate surfaces are ready to be cured.

CALDWELL RICHARDS SORENSEN Page 1 of 2 Concrete Curing


03 57 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.2 EXECUTION - HORIZONTAL SURFACES

A. Cure floor surfaces in accordance with ACI 308.


B. Ponding: If ponding is used, maintain 100 percent coverage of water over floor slab areas,
continuously for 4 days.

3.3 PROTECTION OF FINISHED WORK

A. Do not permit traffic over slabs for 28 days after placement.

3.4 SCHEDULES

A. Concrete Pavement: Membrane curing compound, opaque color.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 2 of 2 Concrete Curing


03 57 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 03 60 00
GROUT

PART 1 – GENERAL

1.1 DESCRIPTION

A. This section specifies grout for uses other than masonry.

1.2 QUALITY ASSURANCE

A. Quality control by contractor: To demonstrate conformance with the specified requirements for
grout, the Owner shall provide the services of an independent testing laboratory that complies
with the requirements of ASTM E329. The testing laboratory shall sample and test grout
materials as required in this section. Costs of testing laboratory services shall be borne by the
Contractor.

B. References: This section references 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. The references shall be the
latest edition.

Reference Title

ASTM C33 Standard Specification for Concrete Aggregate


ASTM C40 Standard Test Method for Organic Impurities in Sand for
Concrete
ASTM C88 Standard Test Method for Soundness of Aggregates by
Use of Sodium Sulfate or Magnesium Sulfate
ASTM C117 Standard Test Method for Materials Finer than No. 200
Sieve in Mineral Aggregates by Washing
ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine
and Course Aggregates
ASTM C150 Standard Specification for Portland Cement
ASTM C289 Standard Test Method for Potential Reactivity of
Aggregates (Chemical Method)
ASTM C494 Standard Specification for Chemical Admixtures for
Concrete

Reference Title

ASTM E329 Standard Recommended Practice for Inspection and


Testing Agencies for Concrete, Steel, and Bituminous
Materials as Used in Construction
CRD - G588 Corps of Engineers Specification for Nonshrink Grout

1.3 INFORMATION TO BE PROVIDED

The following information shall be provided in accordance with the General Conditions and Division 1
General Requirements.

CALDWELL RICHARDS SORENSEN Page 1 of 6 Grout


03 60 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

A. Product data: Three copies of manufacturer's data shall be provided for the following:
1. Bonding Compounds
2. Nonshrink Grout
3. Pressure Grout
4. Retardants

B. Laboratory test reports: Before delivery of materials, three copies of the reports of the tests
specified herein shall be provided. Test reports on previously tested materials shall be
accompanied by the manufacturer's statement that the previously tested material is the same
type, quality, manufacture, and make as that proposed for use in this project. Test reports are
required for the following:
1. Cement
2. Aggregates
3. Retardants
4. Bonding Compounds

C. Evidence of testing laboratory competence: The Contractor shall require that the laboratory
provide directly to the Construction Manager evidence of the most recent inspection of its facilities
by the Cement and Concrete Reference Laboratory of the National Bureau of Standards. The
laboratory shall also show evidence of current ACI certification. The evidences shall show that
deficiencies mentioned in the report of that inspection have been corrected. The evidence of the
inspection shall be provided prior to delivery of materials to the job site.

PART 2 – PRODUCTS

2.1 MATERIALS

A. Cement: Portland cement shall be ASTM C150, Type II or Type V, Low Alkali, containing less
than 0.60 percent alkalies.

B. Aggregate:

1. General: Aggregate shall be nonreactive and shall be washed before use.


When sources of aggregate are changed, test reports shall be provided for the new material.
The tests specified shall be performed prior to commencing grout work.

2. Fine aggregate: Fine aggregate shall be hard, dense, durable particles of either sand or
crushed stone regularly graded from coarse to fine and shall conform to ASTM C33 as
modified herein. When tested in accordance with ASTM C136, gradation shall be such that
100 percent by weight will pass a standard No. 8 mesh sieve and no less than 45 percent by
weight will pass a standard No. 40 mesh sleeve. Variation from the specified gradations in
individual tests will be acceptable if the average of three consecutive tests is within the
specified limits and the variation
is within the permissible variation listed below.

U.S. Standard Permissible variation in


Sieve Size individual tests, percent

30 or coarser 2
50 or finer 0.5

Other tests shall be in accordance with the following specifications:

CALDWELL RICHARDS SORENSEN Page 2 of 6 Grout


03 60 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

Test Test Method Requirements

Organic Impurities ASTM C40 Color lighter than


standard

Amount of Material ASTM C117 3% maximum by


Passing No. 2 Sieve Weight

Soundness ASTM C88 10% maximum loss with


sodium sulfate

Reactivity ASTM C289 Innocuous aggregate

Sand Equivalent CALTEST 217 Minimum 80

C. Admixtures:

1. General: Admixtures shall be compatible with the grout. Calcium chloride or admixtures
containing calcium chloride are not acceptable. Admixtures shall be used in accordance with
the manufacturer's recommendations and shall be added separately to the grout mix.

2. Water reducing retarder: Water reducing retarder shall be ASTM C494, Type D and shall be
Pozzolity 300-R; Sika Chemical Corp. Plastiment; or equal.

3. Lubricant for cement pressure grouting: Lubricant additive for cement pressure grouting shall
be Intrusion Prepakt Intrusion Aid, Sika Chemical Corporation Intraplast-N, or equal.

D. Water: Water for washing aggregate, for mixing and for curing shall be free from oil and
deleterious amounts of acids, alkalies, and organic materials; shall not contain more than 1000
mg/l of chlorides as Cl, nor more than 1300 mg/l of sulfates as SO 4; and shall not contain an
amount of impurities that may cause a change of more than 25% in the setting time of the cement
nor a reduction of more than 5% in the compressive strength of the grout at 14 days when
compared with the result obtained with distilled water. Additionally, water used for curing shall not
contain an amount of impurities sufficient to discolor the grout.

2.2 GROUT

A. Drypack Grout: Drypack grout shall be a mixture of approximately one part cement; 12 to 2 parts
sand, water reducing retarder, and sufficient water to make a stiff workable mix.

B. Cement Grout: Cement grout shall be a mixture of one part cement, two parts sand, proportioned
by volume, admixtures for pressure grouting, and sufficient water to form a workable mix.

C. Nonshrink Grout: Nonshrink grout shall be nonrusting metallic aggregate grout and shall be
Embeco 636; U.S. Grout Corp. Five Star Grout; or equal.

D. Epoxy Grout: Epoxy grout shall be Adhesive Engineering Concrescive 1380 as applicable or
equal.

CALDWELL RICHARDS SORENSEN Page 3 of 6 Grout


03 60 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.3 PRESSURE GROUTING EQUIPMENT

A. Pressure grouting equipment shall include a mixer and holdover agitator tanks and shall be
designed to place grout at pressures up to 50 psi. Gages shall be provided to indicate pressure
used. The mixer shall be provided with a meter capable of indicating to one-tenth of a cubic foot
the volume of grout used.

PART 3 – EXECUTION

3.1 GENERAL

A. Holes required for grouting shall be blown clean. Horizontal holes for grouting shall be drilled at a
slight downward angle to facilitate holding the grout until setting is complete. Bolts or reinforcing
steel installed in horizontal grout holes shall be bent slightly accordingly.

3.2 DRYPACK GROUT

A. Drypack grout shall be used for built-up surfaces, setting miscellaneous metal items and minor
repairs. Surfaces required to be built up with drypack grout shall be roughened by brushing,
cleaned, and coated with the bonding compound before the application of the grout. The drypack
grout shall be applied immediately following the application of the bonding compound in bands or
strips to form a covering of the required thickness. The covering strips shall be smooth.
Construction joints in the grout shall be sloped and shall be cleaned and wetted before application
is resumed.

B. Drypack grout shall be cured in accordance with Section 03 57 00 – Concrete Curing.

C. Grout shall not be placed during freezing weather unless adequate protection is provided.

3.3 CEMENT GROUT

A. Cement grout shall be used for filling nonbearing portions of equipment pads and pressure
grouting.

B. Except for the specialized equipment for pressure grouting, mixing and placing apparatus shall be
similar to that normally used for cast-in-place concrete. Grout shall be mixed for a period of at
least one minute. Diluted grout shall be agitated to keep ingredients mixed.

3.4 NONSHRINK GROUT

A. Nonshrink grout shall be used for the bearing surfaces of machinery and equipment bases,
column baseplates and bearing plates. It also shall be used for setting bolts and reinforcing steel
in holes for grouting. Embeco 636 shall be used for grouting any rotating equipment, pumps,
motors, etc., weighing over 500 pounds.

B. Where specified, grout shall meet CRD-G588. Grout shall be placed in accordance with
manufacturer’s instructions.

3.5 EPOXY GROUT

A. Epoxy grout shall be used for repairing cracks by pressure grouting, repairing structural concrete,
and setting reinforcing dowels into holes for grouting. Concrete shall be primed in accordance

CALDWELL RICHARDS SORENSEN Page 4 of 6 Grout


03 60 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District
with the grout manufacturer's instructions.

3.6 PRESSURE GROUTING

A. Prior to grouting, systems and holes to be grouted shall be washed clean. Washing is not
required for grouting soil voids outside pipe cylinders or casing pipes. Grouting, once
commenced, shall be completed without stoppage. In case of breakdown of equipment, the
Contractor shall wash out the grouting system sufficiently to ensure fresh grout and adequate
bond and penetration will occur upon restarting the grouting operation. Grout pressure shall be
maintained until grout has set.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 5 of 6 Grout


03 60 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 6 of 6 Grout


03 60 00
DIVISION 05
Metals
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 05 53 00
GRATING, LADDERS, AND ACCESS HATCHES

PART 1 – GENERAL

1.1 DESCRIPTION

A. This section specifies floor gratings, ladders, and access hatches.

1.2 REFERENCES

A. This section references 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. The references shall be the latest
edition.

Reference Title

AISC M010 Manual of Steel Constructions


ASTM A36 Structural Steel
AWS D1.1 Structural Welding Code

1.3 SUBMITTALS

A. Product data: Submit manufacturer's technical data for products and processes specified in this
section and incorporated in the project.

B. Shop Drawings: Provide shop drawings indicating details of fabrication and installation for each
item or system. Include plans, elevations, sections, fittings, connections and anchors.

PART 2 – PRODUCTS

2.1 MATERIALS

A. Grating: the floor grating over the sump area shall be Duradek Fiberglass I-6000, as shown on
the Drawings.

B. Ladders: The material for vault ladder shall be as shown on the Drawings, fabricated to the
dimensions shown.

C. Access Hatches: Access hatches shall be fabricated of aluminum.

2.2 FABRICATION

A. General:
1. Rough weld beads and sharp metal edges on gratings and plates shall be ground smooth.
Welds exposed to view shall be uniform and neat.
2. Holes shall be punched 1/16-inch larger than the nominal size of the bolts, unless otherwise
specified. Whenever needed, because of the thickness of the metal, holes shall be
subpunched and reamed or shall be drilled.

B. Grating:
1. Grating shall be as shown in the Drawings for the sump inside the PRV vault.

CALDWELL RICHARDS SORENSEN Page 1 of 4 Gratings, Ladders, Access Hatches, and Vent
05 53 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2. Both bearing bars and cross bars shall be continuous


3. Grating shall be fabricated of fiberglass
4. Grating shall be as manufactured by Duradek Fiberglass, I-6000.

C. Ladder:
1. Shall be provided as shown on the Drawings in the PRV vault.
2. All hardware shall be stainless steel.
3. Expansion and anchor bolts, nuts and washers, ladder rungs, and expansion sleeve inserts
shall be as specified in Section 05 05 23 – Anchor Bolts.
4. Sizes of structural members shall be as shown on the Drawings.

D. Access Hatches for Vault Roof:


1. Quality standard shall be style “FTP-WT-8” Aluminum Water Tank Access Hatch, as
manufactured by Syracuse Castings West; Tooele, UT 84074. Tel: 801-544-5728. Fax: 801-
544-9571.
2. Material shall be 6061-T6 aluminum for bars, angles and extrusions. 1/4” diamond plate shall
be 5086 aluminum.
3. Unit designed for 150 lbs S/F with a deflection of no greater than 1/150th of the span.
4. Cover shall be equipped with a stainless steel automatic hold open arm. To highlight this
safety device, the hold open arm must be supplied with a red powder coat finish. Door shall
lock open in the 90-degree position. Hold open arm shall be fastened to the frame with a 1/2”
grade 316 stainless steel bolts. Hold open arms not supplied with complete red powder coat
finish shall not be considered equal.
5. For ease of operation when opening cover, each cover shall be supplied with a heavy duty,
stainless steel pneu-spring. Spring must consist of a minimum ½” stainless steel shaft which
slides into a minimum 1” stainless steel tube. Spring must be charged with an inert gas
(nitrogen). Mechanical, torsion, or coil type springs shall not be accepted as equal. Spring
design must ensure ease of maintenance.
6. Angle frame shall be of extruded aluminum, shall be 4” tall with a 4” wide bottom-mounting
flange. Angle frame shall be a minimum of 1/4” thick. 4” of hatch is designed to protrude
above surface of structure (to address issues of pooling surface water).
7. Unit supplied with factory installed skirt to match 10” slab thickness of the new concrete roof.
Skirt must incorporate a “Water Stop Flange” to keep water from seeping between hatch
frame and top of structure. Hatch shall be cast in top roof slab, while still allowing 4” of the
hatch frame to protrude above the structure. Any hatch NOT supplied with the integral skirt
and water stop flange shall not be accepted as equal.
8. Hinges shall be of heavy-duty design. Material shall be stainless steel with a 3/8” grade 316
stainless steel pin. Hinges shall be bolted to the angle frame and diamond plate, with grade
316 stainless steel bolts and ny-lock nuts. Aluminum hinges, or stainless steel hinges not
utilizing a 3/8” diameter stainless steel pin shall not be considered as equal.
9. Hinge hardware must be supplied with ¼” plate over the fasteners to act as a guard against
tampering. No fastener heads can be visible from exterior of access hatch.
10. The gasket shall be “Rimseal” gasket with 11mm compressible bulb. Gasket is required to
have minimum 11mm compressible bulb so that contact between the cover and frame is
assured. Flat gaskets shall not be accepted as equal.
11. Lift handle shall be aluminum and fastened to edge of 2” turndown (on the cover) by recessed
stainless steel screws. All other misc hardware shall be stainless steel.
12. Hatch cover shall be supplied with a 2” vertical turn-down welded to the edge of the plate
cover to negate the possibility of any surface water from entering between hatch cover and
“Rimseal” gasket.
13. Cover shall have a “continuous weld” where 2” turndown meets ¼” plate cover.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Gratings, Ladders, Access Hatches, and Vent
05 53 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

14. Each hatch shall be supplied with a padlock lug, mounted to the front side of the hatch frame
and cover for owner’s padlock. Padlock lug must be protected by an aluminum shroud.
Aluminum shroud is meant to protect padlock from weather, as well as provide additional
measure of tamper resistant security. Aluminum shroud must have a “roof” as well as side
shields. Any hatch not supplied with the protective shroud shall not be accepted as equal.
15. Exterior of hatch frame shall utilize (as an isolation coating, to deter reaction of dissimilar
materials) “Tufcoat 3.5PR” Industrial Coatings by Dupont at a thickness of 3 mils. Application
procedure shall be as recommended by Dupont. Isolation coatings shall not be substituted.

PART 3 – EXECUTION

3.1 INSTALLATION

A. General:
1. Drilling of bolts or enlargement of holes to correct misalignment will not be allowed.
2. Dissimilar metals shall be protected from galvanic corrosion by means of pressure tapes,
coatings or isolators. Aluminum in contact with concrete shall be protected according to
Section 09 90 00 – Coatings and Finishes.
3. Metalwork to be embedded in concrete shall be placed accurately and held in correct position
while the concrete is placed or, if specified, recesses or blockouts shall be formed in the
concrete after it has attained its design strength and the metalwork grouted in place as
specified in Section 03 50 00 – Cast-In-Place Concrete. The surfaces of metalwork in
contact with or embedded in concrete shall be thoroughly cleaned. If accepted, recesses
may be neatly cored in the concrete.

B. Grating:
1. Grating shall be field measured for proper cutouts and proper sizes.

C. Ladders:
1. Ladders shall be field measured and fitted accurately to assure a solid support of the stair
structure without internal stresses.

D. Access Hatches:
1. Access hatches shall be fitted accurately to the block-out opening, in accordance with the
manufacturer’s installation instructions.

3.2 CLEANING AND PROTECTION

A. After installation, damaged surfaces of shop primed metals shall be cleaned and touched up with
the same material used for the shop coat. All surfaces shall be protected according to Section 09
90 00 – Coatings and Finishes.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Gratings, Ladders, Access Hatches, and Vent
05 53 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Gratings, Ladders, Access Hatches, and Vent
05 53 00
DIVISION 09
Finishes
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 09 91 00
PIPELINE COATINGS AND LININGS

PART 1 GENERAL

1.01 THE REQUIREMENT

A. This section covers the work necessary to apply an external coating and internal lining on
steel pipe, field coating of joints, and field repair of coating damage, complete.

B. Steel pipe will be provided with polyurethane coating system.

C. Exposed steel pipe will be coated as specified and indicated on the DRAWINGS, unless
specifically specified otherwise.

D. Tape coating and heat shrink sleeves shall not be allowed under any conditions.

1.02 SUBMITTALS

A. Submittals shall be made in accordance with Section 01 33 00 - Contractor Submittals of


these Specifications.

B. Shop Drawings: Catalog cuts and other information for all products proposed. Provide copy
of approved coating system submittals to the coating applicator.

C. Quality Control Submittals: Furnish the following:

1. Applicator's Experience with list of references substantiating compliance.


2. Coating manufacturer's certification stating the applicator meets or exceeds their
coating application requirements and recommendations.
3. Coating manufacturer shall provide a copy of the manufacturer’s coating application
quality assurance manual.
4. If the manufacturer of field-applied coating differs from that of the shop applied
primer, provide written confirmation from both manufacturers’ that the two coating
materials are compatible.

1.03 QUALITY ASSURANCE

A. Coating Applicator's Experience and Certification:

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 three days technical assistance and instruction at the start of coating
and/or lining operations within the shop. During this visit, the technical representative
shall observe surface preparation and coating application and conduct tests of the coating to
insure conformance with application instructions, recommended methods, and conditions.

CALDWELL RICHARDS SORENSEN Page 1 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District
C. Coating and/or lining manufacturer’s technical representative shall be onsite for one
working day, minimum, at the start of the project to inspect coating application and
procedures in the field. During this visit, the technical representative shall observe surface
preparation and coating application and conduct tests of the coating to insure conformance
with application instructions, recommended methods, and conditions.

D. Coating and/or lining manufacturer shall include 8 hours per month of field or shop coating
technical support when requested by the Engineer.

E. Technical representative shall provide a written report to the Engineer for each visit. Report
shall include copies of test data collected, description of observations, and all recommended
corrective actions. Report shall be submitted within 5 working days after the visit. When
deemed necessary by the Engineer, work will not be permitted to proceed until the
recommended corrective actions have been implemented. After all corrective
recommendations have been completed; the manufacturer representative shall return and
certify that the application complies with the manufacturer’s coating application
recommendations.

F. Additional visits by the manufacturer’s representative shall be made at sufficient intervals


during surface preparation and coating or lining as may be required for product application
quality assurance, and to determine compliance with manufacturer’s instructions, and as may
be necessary to resolve problems attributable to, or associated with, manufacturer’s products
furnished for this project.

1.04 ABBREVIATIONS

MDFT Minimum Dry Film Thickness


mil Thousandths of an Inch

1.05 DEFINITIONS

A. Manufacturer's Representative: Employee of coating manufacturer who is factory trained and


knowledgeable in all technical aspects of their products and systems. Sales representatives
are not acceptable as a technical representative unless written authorization from the coating
manufacture is provided which states the sales representative has full authority to act on the
behalf of the coating manufacturer.

1.06 REFERENCE STANDARDS

AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe-4-inch
and Larger- Shop Applied.

AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water
Pipelines.

AWWA C222 Polyurethane Coatings for Interior and Exterior of Steel Water Pipe and
Fittings

NACE RP-0274 High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation.

SSPC-SP-1 Solvent Cleaning Surface Preparation

SSPC-SP-2 Hand Tool Cleaning Surface Preparation

SSPC-SP-3 Power Tool Cleaning Surface Preparation

CALDWELL RICHARDS SORENSEN Page 2 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SSPC-SP-5 White metal Abrasive Blast Surface Preparation

SSPC-SP-6 Commercial Abrasive Blast Surface Preparation

SSPC-SP-10 Near White Metal Abrasive Blast Surface Preparation

SSPC-SP-11 Power Tool Cleaning to Bare Metal

1.07 SPECIAL WARRANTY REQUIREMENTS

A. The Contractor shall warrant to the Owner and guarantee the work under this section against
defective workmanship and materials for a period of two (2) years commencing on the date of
final acceptance of the work.

1.08 OBSERVATION OF WORK

A. The Contractor shall give the Owner Representative a minimum of 14 days advance notice of
the start of any work to allow scheduling for shop or field observation. Provide Owner
Representative a minimum 3 days' notice for actual start of surface preparation and coating
application work.

B. Provisions shall be made to allow Owner’s representative full access to facilities and
appropriate documentation regarding coating application.

C. Observation by the Owner’s representative or the waiver of observation of any particular


portion of the work shall not be construed to relieve the Contractor of his responsibility to
perform the work in accordance with these Specifications.

D. Materials shall be subject to observation for suitability as the Owner’s representative may
determine, prior to or during incorporation into the work.

E. Perform such work only in the presence of Engineer, unless Engineer grants prior approval to
perform such work in his absence.

PART 2 MATERIALS

2.01 GENERAL

A. Coatings and linings will be stored and handled per manufacturer’s written directions.

B. Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance with
referenced standards, written instructions of the coating or lining manufacturer’s, and these
specifications, whichever is more stringent.

C. Pipeline coating or lining shall be the product of a single manufacturer. Product substitutions
during the project will not be permitted without ENGINEER approval.

2.02 CONTRACTOR PROVIDED TEST EQUIPMENT

A. High Voltage Holiday Tester

1. Furnish Elcometer Model D236 or equivalent high voltage testers, 0 to 30 kV voltage


capability with battery charger, standard brush wand, and carrying case for tester.

CALDWELL RICHARDS SORENSEN Page 3 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District
B. Upon completion of pipeline construction, Contractor shall deliver holiday tester with case
and accessories to the Engineer.

2.03 EXTERIOR SHOP-APPLIED COATINGS

A. General

1. Pipe that is atmospherically exposed shall be shop primed as specified herein and as
shown on the DRAWINGS.
2. Buried dielectrically coated pipe and fittings passing through a concrete structure wall
or floor shall be coated for a minimum of two-inches beyond the interior wall or floor
surface.

B. Plural Component Polyurethane:

1. General: Plural component, polyurethane coating system (referred to as a


polyurethane system) shall be applied in accordance with AWWA C222, and as
modified herein.
2. Coating manufacturer shall provide letter certifying polyurethane coating
product for compatibility with dichloroethylene (DCE) and trichloroethylene
(TCE) at concentrations up to 1,000 micro-grams per liter.
3. Shop Surface Preparation:
a. Steel pipe: SSPC-SP5, White Metal blast, 3.00 mil angular profile,
minimum, or as required by the manufacturer, whichever is greater.
b. Ductile iron pipe: SSPC-SP10, Near-White Metal blast, as specified in
Ductile Iron Surface Preparation, this section. Blast profile shall be as
required by the coating manufacturer that will not result in delaminating of the
metal surface. If blast profile is less than recommended by the manufacturer,
provide written approval by the coating manufacturer for Engineer approval.
4. Shop Applied Coating Requirements:
a. Self-priming, plural component, 100 percent solids, non-extended
polyurethane, suitable for burial or immersion.
b. One coat, 35 mils total dry film thickness, minimum, or as required to meet
limits specified for holiday and coating defects, this section.
c. Shall be one of the following products, subject to review and acceptance of
submitted product performance reports:
(1) Protec II, Futura Coatings, Hazelwood, Missouri
(2) Chemthane 2265, Chemline, Inc., St. Louis, Missouri.
(3) Polyclad 777, Carboline, St. Louis, Missouri
5. Acceptance of submitted product:
a. Submit a letter from the coating manufacturer certifying polyurethane coating
product for compatibility with dichloroethylene (DCE) and trichloroethylene
(TCE) at concentrations up to 1,000 micro-grams per liter.

C. Exterior Coating for Exposed Steel Pipe

1. All atmospherically exposed or vault piping shall be shop primed with the coating
system as specified on the Drawings and in the Specifications.
2. Shop-applied primer shall be coordinated with field application to provide a
completed system by a single manufacturer as. Engineer approval of a coating
system with two or more coating manufacturer’s will require written approval from all
coating manufacturer’s as to compatibility and acceptance under warranty.

2.04 INTERIOR SHOP-APPLIED LININGS

CALDWELL RICHARDS SORENSEN Page 4 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District
A. Refer to Section 33 05 09 – STEEL PIPE for all requirements related to cement motor lining
of steel pipe on this project.

B. 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

C. 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 28 days prior to surface
preparation and coating application or 7 days with steam curing. Mortar lining shall
be dry when epoxy lining is applied.

2.05 SPECIALS, FITTINGS, AND CONNECTIONS

A. Coating and lining application for special sections, connections, and fittings for steel or ductile
iron pipe shall conform to coating system and application requirements as specified this
section.

B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for
blowoffs, interconnects, any valve, or other appurtenances; tees; crosses; wyes; laterals;
manholes; mitered angles or elbows; and pipes which require special fabrication that
prevents mechanical production application of the specified coating system from end to end
of pipe joint.

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.

D. Hand applied tape coatings will not be permitted on any pipe specials, fittings, connections,
and elbow fittings.

E. Specials, fittings, and connections shall be externally coated with a polyurethane coating
system, applied from end to end of pipe joint on all specials, fittings, and connections.

2.06 EXTERIOR FIELD JOINT COATING

A. Pipe joints shall be field coated after pipe assembly in accordance with AWWA C205, C216,
or C217, whichever is applicable and as specified herein.

CALDWELL RICHARDS SORENSEN Page 5 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Field Joint coating shall be compatible with the shop-applied coating system and provided by
the same manufacturer or a manufacturer approved by the pipe coating manufacturer.

C. All joints on pipe coated with polyurethane coating system and tape wrapped pipe shall be
coated with a heat shrink coating material.

D. Buried flexible couplings shall be coated with wax tape or heat shrink coating system.

E. Field joint coating materials shall be as follows or an approved equal.

1. Heat Shrink Sleeves;

a. Filler material:
1) Provide filler material for all push-on, flange and coupling type joints and at all
changes in outside diameter are greater than 1/8 inch, unless manufacturer’s
requirement is more stringent than this specification.
2) Filler material shall adhere to the pipe and heat shrink sleeve. Size and type shall
be as recommended by the sleeve manufacturer for type of pipe and joint.
3) Filler mastic for joints subject to weld after backfill shall exceed 500° F melt point
temperature.
4) Filler material shall be applied in a manner and of sufficient thickness that no
tenting or voids remain under the heat shrink sleeve.
5) Filler material shall be Canusa Aqua Seal SG79 or Raychem Covalence 939 filler
b. Joint Coating
1) Heat Shrink, cross-linked polyolefin wrap or sleeve with a mastic sealant, 85-mils
minimum nominal thickness, suitable for pipeline operating temperature, as
recommended by the manufacturer, and shall meet the requirements of AWWA
C216
2) Provide standard recovery sleeve for welded or bell and spigot steel pipe joints.
High recovery sleeves shall be provided for flange joints and coupling style joints.
3) Width of heat shrink sleeves shall be sufficient to overlap existing coating 2-
inches minimum. Overlap on tape coated steel pipe shall be based on a
sequential 2-inch wide step from outer wrap to middle wrap to inner wrap.
4) Contractor shall consider sleeve shrinkage during installation and joint profile in
determining sleeve width required. Overlapping of two or more hat shrink sleeves
to achieve the necessary width on pipe joints will not be permitted without
Engineer approval.
5) Sleeve shall meet requirements for “Weld After Backfill” when allowed and
approved by Engineer.

c. Holdback Primer: As specified in this section

d. Heat Shrink Sleeve: The outer sleeve shall be Canusa Aqua Shield AQW-HS or
Raychem Covalence Water Wrap- WAB. For “Weld After Backfill”, a 6” underlay
sleeve shall be centered over the weld area prior to the installation of the outer
sleeve. The underlay sleeve shall be Aqua Shield AQW-WAB or equivalent Raychem
Covalence.

CALDWELL RICHARDS SORENSEN Page 6 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2. Wax Tape Coating:


a. Apply coating in accordance with AWWA C217, except as modified herein.
b. Wax tape coating 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 systems and are
not cement overcoated.
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
voids remain under the applied wax tape.
e. Use sand backfill or flowable fill 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 sealer/filler with closed cell
plastic filler
4) Inner Tape: Petroleum or petrolatum wax impregnated fabric, c-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) Approved Equal

2.07 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.

2.08 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 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.

2.09 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. Repair materials shall be as required for the coating system and “major” or “minor”
repair classification as defined this section.

CALDWELL RICHARDS SORENSEN Page 7 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Coating Repair Materials

1. Hand Applied Tape, Heat Shrink Sleeves, and Heat-Applied Patches are not allowed.

C. Polyurethane Coating or Lining

1. Major repairs in the shop and field will be completed using the coating material
specified for the coating or the lining. Coating shall be reapplied using plural
component spray equipment by a manufacturer certified coating applicator.
2. Coating material for minor repairs shall be single use kits or other mix ratio controlled
packages of slow set polyurethane coating material similar to the existing coating
3. Pinhole holidays or adhesion test coating repairs shall be with minor repair coating
material specified, melt stick repairs such as 3M 206P or Canusa Melt Stick, or
Denso Protal 7200/7125.

PART 3 EXECUTION

3.01 ENVIRONMENTAL LIMITATIONS

A. General

1. Products shall comply with federal, state, and local requirements limiting the emission
of volatile organic compounds and worker exposure.
2. Comply with applicable federal, state, and local, air pollution and environmental
control regulations for surface preparation, blast cleaning, disposition of spent
aggregate and debris, and coating application.
3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds
85 percent, whenever surface temperature is less than 5 degrees above the dew
point of the ambient air.
4. Do not apply coatings when:
a. Surface and ambient temperatures exceeds the maximum or minimum
temperatures recommended by the coating manufacturer or these
specifications,
b. In dust or smoke-laden atmosphere, blowing dust or debris, damp or humid
weather, or under conditions that could cause icing on the metal surface.
c. When it expected that surface temperatures would drop below 5 degrees
above dew point within 4 hours after application of coating.
d. Whenever relative humidity exceeds 85 percent for polyurethane coating
application.
5. Where weather conditions or project requirements dictate, CONTRACTOR shall
provide and operate heaters and/or dehumidification equipment to allow pipe
surfaces to be abrasive blasted and coated as specified and in accordance with the
manufacturers coating application recommendations.
6. Work activities can be restricted by the ENGINEER until adequate temperature and
humidity controls are in place and functioning within the environmental limits
specified.
7. Coating applicator shall provide a monitoring system approved by the coating
manufacturer that constantly records pipe and coating conditions during coating
application. Recorded monitoring parameters shall include pipe temperature, line
speed, surface preparation, holiday test and other parameters applicable to the type
of coating.

CALDWELL RICHARDS SORENSEN Page 8 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Temperature Control

1. In cold weather or if moisture collects on the pipe, preheat pipe to a temperature


between 45 and 90 degrees and 5 degrees above dew point, whichever is greater.
2. When temperatures are above or below the coating manufacturers recommended
application temperatures, the CONTRACTOR will provide temperature controls as
necessary to permit work to precede within the manufacturer’s temperature
limitations.
3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and
control heating or cooling effectiveness.

4. Heating shall be with indirect fired heaters that do not increase humidity levels within
the work area. Heaters shall be sized for the area to be heated.

C. Dehumidification

1. CONTRACTOR shall provide and operate desiccant dehumidification equipment to


maintain environmental conditions for 24 hours a day during abrasive blasting and
coating application and cure. Liquid, granular, or loose lithium chloride drying
systems will not be acceptable.

3.02 SURFACE PREPARATION

A. General

1. Inspect and provide substrate surfaces prepared in accordance with these


Specifications and the printed directions and recommendations of coating
manufacturer whose product is to be applied.
2. Visible oil, grease, dirt, and contamination shall be removed in accordance with
SSPC-SP1, solvent cleaning.
3. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or
delaminations in the metal shall be removed by filing or grinding prior to abrasive
surface preparation.

4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections,
or contamination on cleaned pipe surface shall be removed by reblasting.
5. Priming and coating of pipe shall be completed the same day as surface preparation.

B. Weld Surface Preparation

1. Requirements:
a. Spray applied coating systems do not require weld grinding.
b. Abrasive blast as specified for pipe.

C. Steel Surface Preparation

1. Surface preparation of steel pipe shall be in accordance with SSPC surface


preparation standards utilizing the degree of cleanliness specified for the coating
system to be applied.
2. Steel grit shall be used to develop an angular surface profile as required to achieve
the degree of cleanliness and coating adhesion specified. Steel shot alone or in a
mixture with grit is not permitted.
3. Pipe cleaned by abrasive blasting with recyclable steel grit or other abrasive shall be
cleaned of debris and spent abrasive in an air wash separator.

CALDWELL RICHARDS SORENSEN Page 9 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

4. Polyurethane coated steel shall have a sharp angular surface profile of the minimum
depth specified.
5. After abrasive blasting surfaces and before coating application, the metal surface
shall be cleaned of residual dust to a minimum of Grade 2 per ISO standard 8502-3,
Test for the Assessment of Surface Cleanliness.
6. Work shall be performed in a manner that does not permit the cleaned metal surface
to rust back or flash rust.
7. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal
to the metal surface cleanliness prior to rust back or flash rusting. Determination of
the equivalent surface cleanliness shall be at the Engineer’s sole discretion.

3.03 SHOP -APPLIED COATING SYSTEMS

A. Polyurethane Coating or Lining


1. Applicator Qualifications:
a. Equipment will be certified by the coating manufacturer to meet the
requirements for material mixing, temperature control, application rate, and
ratio control for multi-part coatings.

b. Equipment not meeting the written requirements of the coating manufacturer


shall be rejected for coating application until repairs or replacement of the
equipment is made to the satisfaction of the Engineer.
c. Personnel responsible for the application of the coating system shall have
certification of attendance at the coating manufacturer’s training class within
the last three years. The certified applicator shall be present during all
coating application work and shall have responsibility for controlling all
aspects of the coating application.
2. Coating manufacturer shall provide to the Engineer a copy of the manufacturer’s
coating application quality assurance manual prior to beginning coating application.
Strict conformance to the requirements of the manual will be required. Deviation
from the requirements of the manual will be grounds for the Engineer to reject the
applied coating. Rejected coating shall be removed to bare metal and reapplied
using proper application methods in accordance with the quality assurance manual
and the requirements of these specifications.

3. Application temperature should be per manufacturer’s recommendations.


4. Coating application shall be performed in an environmentally controlled shop area
that meets or exceeds the written environmental application requirements of the
coating manufacturer. Application in outdoor conditions will not be acceptable
without adequate environmental shelter, environmental controls, and/or
dehumidification.
5. Coating applied under improper environmental conditions will be rejected. Coating
shall be removed to bare metal and reapplied under proper environmental conditions.
6. Coating adhesion and holidays testing shall be tested as specified this section.
7. Perform coating and lining repairs as specified in this section.

3.04 EXTERIOR COATING HOLDBACK

A. Coating holdbacks shall be straight and cut through the full thickness of the coating.

B. Cutbacks shall be completed in a manner that permits field coating of joints in accordance
with the manufacturer’s recommendations and as specified herein.

CALDWELL RICHARDS SORENSEN Page 10 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. Holdbacks shall be as required for proper jointing of pipe, considering joint welding
requirements, and as follows:

Polyurethane coating
Push-on joint, spigot Flush with spigot end
Push-on, bell Flush with bell end
Welded, spigot 3 inches, minimum
Welded, Bell 4-inches, minimum

D. Holdback Corrosion Protection:

1. Holding primer for corrosion protection of cutbacks or holdbacks shall be a rust


inhibiting, modified alkyd primer designed for use over steel and iron substrates.
2. Holdback coating shall prevent corrosion of prepared pipe ends for duration of
storage and construction.

3. 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.
4. Holdback areas shall be abrasively blasted to white metal in accordance with SP5 prior to
applying field joint coating.

3.05 PIPE LINING APPLICATION

A. Refer to Section 33 05 09 – STEEL PIPE for all requirements related to cement mortar lining
of steel pipe on this project.

B. Shop-applied Cement Mortar Lining:

1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be
by mechanical, pneumatic, or hand placement. Provide cement mortar lining of
uniform thickness. Finish to a smooth dense surface.
2. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with
2-inch by 4-inch No. 13-gage welded steel wire mesh.
3. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be
by mechanical, pneumatic, or hand placement. Provide cement mortar lining of
uniform thickness. Finish to a smooth dense surface.
4. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with
2-inch by 4-inch No. 13-gage welded steel wire mesh.
5. Brace and support pipe during lining application to minimize pipe distortion or
vibration. Bracing and supports shall not damage the pipe, coating, or lining.
6. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall
be of sufficient thickness and strength to resist shipping, handling, and storage
stresses.
7. Damage to the cement mortar lining, including disbondment, cracking, or blistering,
caused by improper curing, shipping, handling, or installation shall be repaired in
accordance with AWWA specifications and to the satisfaction of the Engineer.
8. Other requirements of mortar lining materials and processes: As specified in AWWA
C205.

CALDWELL RICHARDS SORENSEN Page 11 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. Liquid Epoxy Lining:

1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where
specified with two coats of epoxy coating.
2. Epoxy coating applied at insulating joints shall be applied to both sides of the
insulating joint for a minimum of one pipe diameter. If only one side of the joint can
be coated the coating shall be applied for a minimum of two pipe diameters.
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. Mortar lining shall be dry during epoxy lining application.
6. 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.

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 joint and adjacent coating of all mud, holding primer, corrosion, and other
foreign contaminates.
3. Clean full circumference of the joint in accordance with SSPC-SP5, white metal blast,
as specified for pipe surface preparation.
4. Prepare adjacent pipe coating a minimum of 6 inches from joint as required by
coating manufacturer to facilitate adhesion of joint coating to pipe coating.
5. Apply specified joint coating to joint and overlap onto existing pipe coating a minimum
of six inches.
6. Remove all loose or damage pipe coating at joint and either repair the coating as
specified herein or increase the length of the joint coating, where reasonable and
practical.
7. Complete joint bonding of pipe joints before application of joint coating. Joint bonds
shall be installed as specified in Section 26 40 00, CATHODIC PROTECTION. Joint
bonds shall be low profile bonds and all gaps and crevices around the bonds shall be
filled with mastic sealant.
8. Contractor to electrically test completed joint coating for holidays with high voltage
spark tester.
9. Welding of the joints shall be in conformance with the Section 33 05 09, Steel Pipe,
and as modified herein:
a. Weld blankets shall be utilized to protect pipe coating from sparks, spatter,
and slag generated by welding.
b. All welding shall be with two or more weld passes as required to meet the
specified AWS qualified welding procedures and maximum coating
temperature limitations. ‘Weld after Backfill’ procedures on wall thicknesses
of 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 specification.
c. Welding speed, amperage, and voltage shall be as required to maintain a
maximum heat input of 24,000 joules or a maximum surface temperature at
the coating/steel interface of 800 degrees F, whichever is least.

CALDWELL RICHARDS SORENSEN Page 12 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

d. 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.
e. Finished joint coating shall not have any visual creases or folds in the joint
coating backing material that extends through both the inner protective layer
and outer joint sleeve.

B. Cement Mortar Coating:

1. Cement mortar coating shall be applied to the joints of cement mortar over coated
steel pipe in accordance with AWWA C205.
2. Field repair cement mortar coating in accordance with AWWA C205.
3. Joint Diapers:
a. Polyethylene Foam:
(1) Cut into strips wide enough to match uncoated field joint area.
(2) Slit to thickness of 1/4 inch that will expose a hollow or open cell
surface on one side.
(3) Foam liner shall be attached to fabric backing with open or hollow
cells facing towards pipe.

(4) Foam strip shall cover full interior circumference of grout band with
sufficient length to permit 8-inch overlap of foam at or near top of
joint.
(5) Splices to provide continuity of material will be permitted.
(6) Protect polyethylene foam material from direct sunlight.

3.07 REPAIR OF COATING AND LININGS

A. General:

1. All areas where holidays are detected or coating is visually damaged, such as
blisters, tears, rips, bubbles, wrinkles, cuts, or other defects shall be repaired. Areas
where no holidays are detected, but are visually damaged shall also be repaired.
2. Maximum defects allowable shall be as specified herein for the coating system.

B. Polyurethane Coating Repairs


1. General
a. Complete coating or lining repairs in accordance with the coating
manufacturers written instructions and these specifications, whichever is
stricter.
2. Defect Size:
a. Minor repairs - repairs that are less than 6-inches in the greatest dimension.
b. Major repairs - repairs that exceed 6-inches in the greatest dimension.
3. Maximum Quantity of Defects Allowed:
a. Coating or lining repairs on any joint of pipe shall not exceed 1.5 per
100 square feet of surface area.
(1) Two or more minor repairs within 6-inches diameter circle will be
considered a single repair.
(2) Repairs for adhesion testing will not be included in the total number
of repairs.
b. Major repairs shall not exceed two per pipe joint and the combined area shall
not be greater than 40 percent of the pipe.

CALDWELL RICHARDS SORENSEN Page 13 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

c. Pipes exceeding the maximum number or size of coating defects shall be


stripped of coating, reblasted, and recoated.
d. Pipe arriving in the field with defects or repairs exceeding the maximum
number or size of coating defects will be returned to the shop for recoating at
the contractor’s expense.
4. Minor Repairs:
a. Minor repairs
(1) Surface Preparation: Clean and feather the defect by power tool
sanding with 80 grit or coarser sandpaper to roughen the existing
coat and feather the edges of the defect for a minimum of 2-inches
around the defect.
(2) Shop repair Materials:
(a) Single use polyurethane coating kits using single use
packaging that controls mix ratio.
(b) Coating Manufacturer’s polyurethane coating repair products
subject to Engineer approval.
(3) Field Repair Materials:
(a) Melt stick coating repair (not acceptable for repairs greater
than 1-inch diameter); ScotchCoat P206, Canusa Melt Stick,
or approved equal.
(b) Single use polyurethane coating kits using single use
packaging that controls mix ratio.
(4) Clean and feather the defect by power tool sanding with 80 grit or
coarser sandpaper to roughen the existing coating and feather defect
edges minimum of 2 inches.
(5) Apply a single coat of the specified patch coating material at the
specified coating thickness.
(6) Repair coating adhesion shall be 50 percent of the specified coating
adhesion.
5. Major Repairs:
a. Major repairs:
(1) Surface Preparation:
(a) The metal surface and surrounding coating shall be
abrasively blasted in accordance with SSPC-SP10, near

white metal, or to equal in cleanliness and profile as the


original surface preparation.
(b) Existing coating shall be feathered and roughened to the
equivalent of 40 grit sandpaper.
(2) Shop Repair Materials:
(a) Same material as the pipeline coating or lining and shall be
applied by using plural component spray equipment.
(3) Field Repair Materials:
(a) Same material as the pipeline coating or lining and shall be
applied by using plural component spray equipment.
b. One coat of the specified original coating material shall be applied over the
repaired surface at the specified thickness.
c. Repair adhesion shall be equal to the specified coating adhesion.

3.08 INSPECTION AND TESTING

A. General

1. Applicator shall inspect and test the coating system in accordance with referenced
standards and these specifications, whichever is more stringent.

CALDWELL RICHARDS SORENSEN Page 14 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2. The frequency of the testing shall be determined by the applicator, but shall not be
less than the requirements of this specification.
3. Owner or Owner’s Representative will conduct random independent inspections and
tests for the final acceptance or rejection of pipe coating or lining.

B. Adhesion Testing

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 50 percent of pipe will be tested for adhesion from each
lot of pipe coated, at the Engineer’s discretion.
c. A pipe lot is defined as the quantity of pipe that is coated by a single crew
within a work shift, but not to exceed 10-hours.
d. The pipe coating applicator shall repair all coating damage from adhesion
testing.
e. Adhesion tests will be performed not less than 24 hours after coating
application. Tests conducted prior to 24-hours will be acceptable only if the
test meets or exceeds the adhesion criteria specified and the test was
requested by the pipe fabricator.
f. Pipe will be randomly selected for adhesion testing.
g. If any pipe tested fails the adhesion test, all pipes within the lot will be
rejected. Each pipe within the rejected pipe lot will then be individually tested
for adhesion and rejected on a pipe-by-pipe basis.
h. Rejected pipe shall have the coating fully removed from the pipe and the pipe
abrasive blasted and recoated.
2. Polyurethane Adhesion Testing:
a. Polyurethane coatings or linings shall have an adhesion to steel of 2,000
pounds per square inch, minimum.
b. Polyurethane coating adhesion to steel substrates shall be tested using
automatic, constant rate pneumatic pull off equipment, such as the Delfesko
Positest, in accordance with ASTM D4541 and AWWA C222, except as
modified in this section.
c. Adhesion testing records shall include pipe identification, surface tested
(interior or exterior), surface temperature, coating thickness, tensile force
applied, mode of failure, and percentage of substrate failure relative of dolly
surface.
d. Dollies for adhesion testing shall be glued to the coating surface and allowed
to cure for a minimum of 12 hours. Because of high cohesive strength,
polyurethane coatings shall be scored around the dolly prior to conducting
the adhesion test.
e. Failure shall be by adhesive and cohesive failure only. Adhesive failure is
defined as separation of the coating from the steel substrate. Cohesive
failure is defined as failure within the coating, resulting in coating remaining
both on the steel substrate and dolly.
f. Partial substrate and glue failures will be retested if the substrate failure is
less than 50 percent relative of the dolly surface area and the applied tension
was less than the specified adhesion. Pipes that have partial substrate
failures greater than 50 percent and less than the specified adhesion will be
rejected as a substrate adhesion failure.
g. Glue failures in excess of the minimum required tensile adhesion would be
accepted as meeting the specified adhesion requirements.
h. Adhesion tests will be conducted on polyurethane pipe coating and lining
independently and will be accepted or rejected independently of the other.

CALDWELL RICHARDS SORENSEN Page 15 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

i. Repair patches on the polyurethane coating shall be randomly selected for


adhesion testing in a manner as described herein and at the discretion of the
coating inspector conducting the adhesion tests. Adhesion of repairs shall
be as specified for the type of repair.

C. Holiday Testing

1. Holiday tests on polyurethane coatings or linings will be conducted on the completed


coating or lining after cure or 24-hours, whichever is less, using a high voltage spark
test in accordance with NACE Standard RP-0274 and these specifications.
2. Coating thickness used for holiday testing shall be the minimum specified coating
thickness.

D. Dry Film Thickness Testing

1. Coatings shall be tested for dry film thickness using a properly calibrated magnetic
pull off or eddy current equipment.

2. Coating thickness measurements shall be conducted as necessary and without


limitation. Testing conformance to the requirements of SSPC PA-2 is specifically
excluded from this specification.

3.09 HANDLING, TRANSPORTATION, AND STORAGE

A. Pipe shall be handled in such a manner as to protect the pipe and coating from damage.

B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and
cure.

C. During coating application, storage, loading, transportation, unloading, laying and installation,
every precaution shall be taken to protect and prevent damage to pipe, lining, and coating.
Forklift equipment shall have all bearing surfaces padded with suitable padding material. Lift
pipe with web slings a minimum of 12-inch wide and of a type that will not damage the
coating. Metal chains, cable, tongs, forklifts or other equipment likely to damage the coating
will not be permitted. Dragging or skidding of pipe on grade or in the trench will not be
permitted.

D. Provide transportation vehicles with padded bolsters between each layer of pipe and heavy
padding under load ties. Bolsters shall be curved to fit the outside of the pipe and 12 inches
wide, minimum. All pipe contact locations shall be heavily padded with carpet and strips of
the outer tape wrap material (adhesive side against the carpet) during shipment to the project
site and from the storage yard to the point of installation.

E. Pipe shall not be stored on rocks, gravel, or other hard materials that might damage the
coating. Provide padded 12-inch wide skids and chucks, sand bags, select loamy or sand
berms, or suspended from cutback ends, where possible, to minimize coating damage. Pipe
shall not be laid on asphalt without suitable padding at all contact points.

F. Pipe shall be inspected by the CONTRACTOR at the project site for damage. Any damage
to the pipe, lining, or coating shall be repaired as directed if, in the opinion of the ENGINEER,
a 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

CALDWELL RICHARDS SORENSEN Page 16 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

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 of 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.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 17 of 18 Pipeline Coatings and Linings


09 91 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally

CALDWELL RICHARDS SORENSEN Page 18 of 18 Pipeline Coatings and Linings


09 91 00
DIVISION 26
Electrical
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 26 42 00
CATHODIC PROTECTION

PART 1 GENERAL

1.01 WORK INCLUDED

A. This section covers the work necessary to furnish and install galvanic cathodic protection, test
stations, electrical isolation, and electrical continuity on the buried steel piping as shown on the
Drawings and specified herein, complete.

1.02 DEFINITIONS

A. Ferrous Metal Pipe: Pipe made of steel or iron, or pipe containing steel or iron as a principal
structural material, except reinforced concrete pipe.

B. Foreign-Owned: Buried pipe or cable not specifically owned or operated by the OWNER.

C. Lead, Lead Wire, Joint Bonds, Pipe Connecting Wires, Cable: Insulated copper conductor; the
same as wire.

D. 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 joint as specified in this section.

E. 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
the current NACE Standard Practice SP0169.

1.03 SUBMITTALS

A. Shop Drawings: Catalog cuts and other information for products proposed for use.

B. Quality Assurance Submittals:

1. Manufacturers' Certificates of Compliance.


2. Field Test Reports.

PART 2 PRODUCTS

2.01 GENERAL

A. Like items of materials provided hereunder shall be the product of one manufacturer to achieve
standardization for appearance, maintenance, and replacement.

B. The use of a manufacturer's name and model or catalog number is for establishing the standard
of quality and general configuration desired only. Products of other manufacturers will be
considered in accordance with the General Conditions.

C. Materials and workmanship as specified in this section shall be installed concurrently with pipe
installation. Coordinate all work specified herein with related sections.

CALDWELL RICHARDS SORENSEN Page 1 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.02 SUPPLIERS

A. Alternate suppliers will be considered, subject to approval of the ENGINEER. Address given is
that of the general office; contact these offices for information regarding the location of their
representative nearest the project site.

1. Corrpro, Medina, OH
2. Farwest Corrosion Control, Gardena, CA
3. Mesa Products, Tulsa, OK

2.03 GALVANIC ANODES

A. High-Potential Magnesium Alloy (Prepackaged-Backfill Supplied):

1. Composition:
a. Aluminum: 0.01 percent maximum.
b. Manganese: 0.5 to 1.3 percent.
c. Zinc: 0.
d. Silicon: 0.05 percent maximum.
e. Copper: 0.02 percent maximum.
f. Nickel: 0.001 percent maximum.
g. Iron: 0.03 percent maximum.
h. Total Others: 0.05 percent each or 0.3 percent maximum, total.
i. Magnesium: Remainder.
2. Dimensions:
a. 20-Pound Anode
(1) Bare Weight: 20 pounds
(2) Bare Length: 59 inches.
3. Manufacturers and Products:
a. Dow; Galvomag.
b. Amax; Maxmag.
c. Farwest Corrosion; Ultramag.

B. Backfill:

1. Composition:
a. Ground Hydrated Gypsum: 75 percent.
b. Powdered Wyoming Bentonite: 20 percent.
c. Anhydrous Sodium Sulfate: 5 percent.
2. Grain Size: 100 percent passing through a 20-mesh screen and 50 percent retained by a
100-mesh screen.
3. Mixture: Thoroughly mixed and firmly packaged around the galvanic anode within the cloth
bag or cardboard tube by means of adequate vibration.
4. The quantity of backfill shall be sufficient to cover surfaces of the anode to a depth of 1 inch.

CALDWELL RICHARDS SORENSEN Page 2 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.04 CATHODIC PROTECTION TEST STATIONS

A. Flush Mounted:

1. Test Box: Concrete body cast with a cast iron ring, with a minimum weight of 55 pounds and
minimum dimensions of 8-inch inside diameter and 12 inches long.
2. Furnish with a 12-pound cast iron lid with the words "CP Test" cast into the lid.
3. Furnish extensions as required to penetrate concrete surfaces by 4 inches minimum, or
when terminal boards are greater than 6-inches in length.
4. Manufacturer and Products: Brooks; Model 1RT or equal.

B. Flush Mount Terminal Boards:

1. Test boards for terminating pipeline test leads and other test leads inside test boxes: 6-inch
by 10-inch by 1/4 inch thick micarta or glass-fiberglass.
2. Test board with attached stainless steel bolts, double nuts, double washers, and shunt.
3. Shop fabricated as shown on the Drawings with engraved labels on terminal board for
“Anode”, “Casing”, “Spare”, and “Other”.

2.05 PERMANENT REFERENCE ELECTRODES

A. Prepackaged Copper-Copper Sulfate Reference Electrodes:

1. Material: High impact ABS, ceramic with Moisture Retention Membrane.


2. Dimensions: 1.5” by 10.5” or 1” by 8”.
3. Wire: Minimum 14 AWG stranded copper wire with yellow, 600-volt TW, THWN, or THHN
insulation. The wire shall be attached to the electrode and insulated with the manufacturer's
standard connection. Connection shall be stronger than the wire.
4. Packaging: Furnish electrode packaged in a plastic or heavy paper bag of sufficient
thickness to protect the electrode, backfill, and cloth bag during normal shipping and
handling.
5. Manufacturers:
a. Borin Manufacturing, Stelth 2 Series
b. MC Miller, IonX Permanent Reference Electrode

2.06 JOINT BONDS

A. Ductile or Cast Iron Pipe:

1. Single-conductor, stranded copper wire with 600-volt THHN or HMWPE insulation. Supply
joint bonds complete with a formed copper sleeve on each end of the wire.
2. No. 2 AWG wires, 18 inches long.

B. Flexible Coupling, Flanged Coupling Adapter, and Other Non-standard Joints:

1. Ductile Iron Pipe: No. 2 AWG wires, 24 inches long, THHN insulation, with two 12-inch
long THHN insulated No. 12 AWG wire pigtails, as manufactured by Erico Products Inc.
(Cadweld), Cleveland, OH.
2. Steel Pipe:
a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire,
with five punched holes for thermite welding to the coupling and pipe. Strap bond
shall be fabricated for the length of the coupling with sufficient additional length for 1
inch of joint movement.

CALDWELL RICHARDS SORENSEN Page 3 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

b. Weld bonds to pipe with the thermite weld mold recommended by the bond
manufacturer.
c. Strap bond shall be as manufactured by Erico Products, Continental Industries, or
approved equal.

C. Insulated Flexible Coupling Joints:

1. Ductile Iron Pipe: No. 8 AWG wire, 18-inch long, with one 12-inch long THHN insulated
No. 12 AWG wire pigtail.
2. Steel Pipe:
a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire,
with four punched holes for thermite welding to the coupling and pipe. Strap bond
shall be fabricated for the length of the coupling with sufficient additional length for 1
inch of joint movement.
b. Weld bonds to pipe with the thermite weld mold recommended by the bond
manufacturer.
c. Strap bond shall be as manufactured by Erico Products, Continental Industries, or
approved equal.

2.07 WIRE

A. General: Conform to applicable requirements of NEMA WC 3-80, WC 5-73, and WC 7-88.

B. Test Station: Single-conductor, No. 12 AWG or No. 8 AWG stranded copper with 600-volt TW,
THWN, or THHN insulation.

C. Galvanic Anode Header Wire: Single-conductor, No. 8 AWG, stranded copper with 600-volt
HMWPE insulation.

D. Color: Insulation color shall be as follows:

1. Galvanic Anodes: Black


2. Pipeline: White

2.08 CONDUIT, LOCKNUTS, AND STRAPS

A. Conduit for atmospherically exposed service shall be rigid galvanized steel.

B. Locknuts, two-hole straps, and other miscellaneous hardware shall be galvanized steel.
Galvanized items shall be hot-dipped galvanized in accordance with ASTM A153.

2.09 THERMITE WELD MATERIALS

A. General:

1. Thermite weld materials consist of wire sleeves, welders, and weld cartridges according to
the weld manufacturer's recommendations for each wire size and pipe or fitting size and
material.
2. Welding materials and equipment shall be the product of a single manufacturer.
Interchanging materials of different manufacturers is not acceptable.

B. Molds: Graphite. Ceramic "One-Shot" molds not acceptable.

CALDWELL RICHARDS SORENSEN Page 4 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. Adapter Sleeves:

1. For No. 12 AWG and No. 2 AWG wires.


2. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves made in the field
are acceptable. Attach field-formed joint bonds sleeves with the appropriate size and type
of hammer die furnished by the thermite weld manufacturer.
3. Extend wire conductor 1/8 inch beyond the end of the adapter sleeve.

D. Cartridges:

1. Steel: 15 grams, maximum.


2. Cast and Ductile Iron: 32 grams, maximum, XF-19 Alloy

E. Welders and Cartridges: For attaching copper wire to pipe material:

Cartridge Size,
Pipe Material Weld Type
Max.
No. 4 AWG Wire & Smaller

Steel HA, VS, HC 15 gm


Ductile or Cast Iron HB, VH, HE 32 gm

F. Welding Materials Manufacturers:

1. Erico Products Inc. (Cadweld), Cleveland, OH.


2. Continental Industries, Inc. (Thermo-Weld), Tulsa, OK.

G. Welding Materials Manufacturers:

1. Erico Products Inc. (Cadweld), Cleveland, OH.


2. Continental Industries, Inc. (Thermo-Weld), Tulsa, OK.

2.10 COATING REPAIR MATERIAL FOR PIPE

A. General:

1. Complete coating repairs in accordance with recommendations of the pipe or fitting


manufacturer and Section 09 91 00 Pipeline Coatings and Linings.
2. Coat steel pipe with epoxy coating repair as specified.
3. Coat thermite weld connections to pipe with fast cure epoxy.

B. Epoxy Coating:

1. 100 percent solids, fast curing epoxy suitable for submerged or buried conditions.
2. Acceptable products and manufacturers or equal:
a. Aquata-poxy, American Chemical Corp., East Lake, OH.
b. Protal 7125, Denso North American, Houston, TX.
c. TC 7010, Tapecoat, Evanston, IL.

2.11 ANCILLARY MATERIALS

A. Test Station Wire Terminations: One-piece, tin-plated crimp-on ring tongue connector as
manufactured by Burndy Co. or Thomas and Betts.

CALDWELL RICHARDS SORENSEN Page 5 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Shunts: Shunts shall be 0.01-ohm Holloway Type RS.

C. Compression Connectors:

1. For in-line, tap, and multi-splice, furnish "C" taps made of conductive wrought copper, sized
to fit the wires being spliced.
2. Provide crimp tool and dies as recommended by the manufacturer for the wire and connector
size.
3. Manufacturer and Product: Burndy; Type YC, or equal.

D. Electrical Tape:
1. Linerless rubber high-voltage splicing tape and vinyl electrical tape suitable for moist and
wet environments.
2. Use Scotch 130 C and Scotch 88 as manufactured by 3M Products.

2.12 CONCRETE

A. Cement: ASTM C150-89, type II with minimum cement content of 564 pounds per cubic yard.

B. Coarse Aggregate Size: ¾ inches

C. Minimum Compressive Strength: 3,000 psi at 28 days with maximum water-cement ratio of 0.45.

D. 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.

PART 3 WORKMANSHIP

3.01 GENERAL

A. Install galvanic anodes for cathodic protection of new buried steel and ductile iron pipe, including
appurtenances. Installation of anodes to be performed in conjunction with pipeline trenching and
installation as specified in other sections.

B. All materials and equipment associated with joint bonding, test stations, and insulating joints as
shown and specified herein shall be furnished and installed by the Contractor. Any changes in
design or method of installation of an item as specified shall be reviewed by the Engineer.

C. The Contractor shall coordinate the installation of the specified items with the General Contractor
or other subcontractors on the project such that installation of the items herein specified can be
completed concurrently with pipeline installation. Items not installed before backfilling of the pipe
shall be installed at the Contractor's sole expense.

D. Whenever the requirements of the Specifications or Drawings exceed those of the codes or
manufacturer's instructions, the requirements of the Specifications or Drawings shall prevail.
Where a larger size or better grade of material or a higher standard of workmanship is required,
the most stringent requirement shall apply.

CALDWELL RICHARDS SORENSEN Page 6 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.02 STORAGE AND HANDLING

A. Store all prepackaged anodes, anode backfill, and test stations off the ground and keep them dry
at all times.

B. Protect materials against weather, condensation, and mechanical damage. Immediately remove
from site all damaged anodes.

C. Anode backfill material that has become wet will not be acceptable.

3.03 GALVANIC ANODE INSTALLATION

A. Install galvanic anodes as shown on the Drawings. Install anodes at the locations shown on the
Drawings.

B. Galvanic anodes shall be connected with a header cable as shown on the Drawings.

C. Galvanic anode groundbeds to be connected to the pipeline through a Type A test station. Direct
connection of anodes to the pipeline will not be permitted.

D. Thoroughly compact backfill around each anode to a point 1 foot above the anode. Stop backfill
below grade to allow for placing of topsoil, when required.

E. Bury anode wires a minimum of 36 inches below finish grade.

3.04 TEST STATION INSTALLATION

A. Location, type, and style of test stations shall be as shown on the Schedules on the Drawings.
Final field location shall be determined based on actual site conditions and as approved by the
Engineer.

B. Test stations types shall be generally located as follows, unless otherwise specified or shown on
the Drawings:
1. Install Type A test stations or other type test stations where shown on the Drawings.

C. Flush mounted test stations shall be installed as follows:


1. Mount flush mounted test stations in concrete pad with cast iron cover as shown on
Drawings, 3-inches above finish grade.
2. Place flush mounted box on top of 3-inch sand base.
3. Provide blue “Carsonite” utility marker with yellow reflector on each side, 1-foot from box in
unimproved area.
4. Maintain sufficient slack in test wires to permit flush mounted terminal block to extend 18-
inch out of test station.

D. Attach all test wires to the pipe by the thermite weld method unless approved otherwise.

E. The wires from the test stations shall be buried a minimum of 36 inches below finished grade.
Provide 12-inch loop in wires at pipe and beneath test station to prevent them from being stressed
or broken during backfilling operations.

F. Test wires with less than 24 inches of ground cover shall be installed in rigid PVC coated steel
conduit, except when located under concrete floor slabs.

G. Make wire connections to test station terminals with crimp-on ring tongue terminals, except where
solid wire is specified

CALDWELL RICHARDS SORENSEN Page 7 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.05 REFERENCE ELECTRODE INSTALLATION

A. Remove plastic or paper wrapper and place reference electrode within the pipeline trench
excavation 6 inches below the centerline of the pipe in a vertical position.

B. Install reference cell as specified by manufacturer.

1. Do not use reference cell lead wire for lowering.


2. Backfill hole with select native material in 6-inch layers and hand tamp each layer around
reference cell.
3. Use only native soil for backfill; do not use sand.
4. Exercise care not to strike reference cell or lead wire with tamper.
5. Add water only after backfilling and tamping has been completed to a point six inches above
reference cell.
6.
7. After water has been absorbed by soil, complete backfilling and tamping to top of hole.

C. Terminate reference electrode wire in test station.

3.06 PIPE JOINT BONDING

A. To form an electrically continuous pipeline and associated appurtenances, the joints of all buried
steel and iron pipe, fittings, and restrained joints shall be provided with joint bonds as specified
herein, except joints specified to be threaded, welded, or insulated.

B. Install the quantity of joint bond wire assemblies on ductile iron pipe as shown in the following
table.

Number of Joint Bonds


Pipe Size
Steel Pipe Ductile Iron
Up to 36-inch diameter 2 per joint 2 per joint

C. Quantity of joint bonds for fittings and appurtenances shall be as shown on the Drawings.

D. Electrical connection of all wires to pipe and fittings shall be by the thermite weld process.

E. Each bonded joint shall be tested as specified under ELECTRICAL CONTINUITY TESTING, this
section.

3.07 CONCRETE

A. Concrete for flush mounted test stations shall conform to the requirements for concrete as
specified.

B. Placing, Consolidating, and Finishing: Follow ACI 301-89.

CALDWELL RICHARDS SORENSEN Page 8 of 9 Cathodic Protection


26 42 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.08 WIRE CONNECTIONS

A. Thermite Weld:

1. Use thermite weld method for electrical connection of copper wire to steel, ductile, and cast
iron surfaces. Observe proper safety precautions, welding procedures, thermite weld
material selection, and surface preparation recommended by the welder manufacturer.
Assure that the pipe or fitting wall thickness is of sufficient thickness that the thermite weld
process will not damage the integrity of the pipe or fitting wall or protective lining.
2. After the weld connection has cooled, remove slag, visually inspect, and physically test wire
connection by tapping with a hammer; remove and replace any defective connections.
3. On pipe and fittings with dielectric linings, make the weld connection on the shop tab
provided or on a thick metal section to minimize damage to the lining and coating. After the
weld is made, coat the weld with coating repair material.
4. Coat each completed wire connection as specified, this section. If the lining is damaged by
welding, repair in accordance with the lining applicator's recommendations.

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 damage to the wire insulation shall be required by spirally wrapping with two coats of
high-voltage rubber splicing tap and two layers of vinyl electrical tape.

C. Make wire splices with suitable sized compression connectors or mechanically secure and solder
with rosin cored 50/50 solder.

3.10 TESTS AND INSPECTION

A. Cathodic Protection System Energizing and Testing:

1. After the installation of the cathodic protection system is completed, the Engineer shall
connect the anodes to the pipeline in test stations and make sufficient to confirm proper
installation of the cathodic protection system.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 9 of 9 Cathodic Protection


26 42 00
DIVISION 31
Earthwork
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 31 11 10
SITE PREPARATION

PART 1 - GENERAL

1.1 WORK INCLUDED

A. Preparation

B. Clearing & Grubbing

C. Disposal of Waste Materials

D. Asphaltic Concrete Pavement Removal

E. Portland Cement Concrete Removal

PART 2 - PRODUCTS - Not Used.

PART 3 - EXECUTION

3.1 PREPARATION

A. No clearing, demolition, or removal of any kind shall proceed until all existing trees,
improvements, etc. to be removed have been established and are inspected and
documented by the Owner.

B. Establish necessary clearing limits within the construction limits. Mark all trees, shrubs,
structures, fences, concrete, and other improvements to be removed.

C. Within 10 feet of clearing limits, inspect, photograph with video tape, and record condition of
concrete slabs, structures, landscaping and other features to remain which might be
affected by work. Allow Owner to view tape and approve prior to proceeding with the work.

D. Trees, shrubs and lawn, areas to receive planting, rock outcroppings, fences, sprinklers and
other improvements that are not to be removed shall be protected from damage or injury. If
damaged or removed, they shall be restored or replaced in as nearly the original condition
and location as is reasonably possible. Trees, shrubs, and improvements not to be
removed shall be marked in field by Owner and/or shown on the Drawings.

E. Give reasonable notice to Owner to permit him to salvage plants, trees, fences, sprinklers
and other improvements within the construction limits that may be destroyed because of the
work.

F. Notify interested utility companies to be present if disturbing ground in the vicinity of utilities.

G. Protect active utility systems adjacent to or uncovered by any excavation during site
preparation.

H. Maintain benchmarks, monuments and other reference points and construction stakes.

I. Protect all improvements to remain or outside of construction from tree removal and/or
pruning work.

CALDWELL RICHARDS SORENSEN Page 1 of 2 Site Preparation


31 11 10
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

J. Protect wetland areas in the vicinity of the project.

3.2 CLEARING AND GRUBBING

A. Remove all surface vegetation to a depth necessary for complete removal of all roots and
other deleterious materials from within the areas to receive structural fill or base course.

B. All trees, stumps, roots, etc. to be removed within the construction limits shall be cut off,
excavated, or removed to a depth of not less than 3 feet below the existing ground.

C. Branches of trees extending over the construction limits shall be trimmed to the boles to give
a clear height of 20 feet above the existing ground surface. All trimming shall be done in
accordance with recognized tree surgery standards. Remove additional tree branches
under the direction of the Owner in such a manner that the tree will present a balanced
appearance.

3.3 ASPHALTIC CONCRETE PAVEMENT REMOVAL

A. Sawing shall be used to ensure the breakage of pavement along straight lines.

3.4 PORTLAND CEMENT CONCRETE REMOVAL

A. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth
of 4 inches.

B. Concrete sidewalk or driveway to be removed shall be neatly sawed in straight lines either
parallel to the curb or at right angles to the alignment of the sidewalk. No section to be
replaced shall be smaller than 30 inches in either length or width.

C. Unless otherwise shown on the Drawings, if the sawcut would fall within 30 inches of a
construction joint, expansion joint, or edge, the concrete shall be removed to the joint or
edge, except that where the saw cut would fall within 12 inches of a score mark, the saw cut
shall be made in and along the score mark.

D. Curb and gutter to be removed shall be sawed to a depth of 1-1/2 inches on a neat line at
right angles to the curb face.

3.5 FENCES AND MISCELLANEOUS OBSTRUCTIONS

A. No demolition or removal of fences or miscellaneous obstructions shall proceed until


clearance is obtained from the Owner.

3.6 DISPOSAL OF WASTE MATERIALS

A. Where salvage is not required as otherwise specified herein or as shown on the drawings,
dispose of all removed materials at a suitable off-site location in accordance with applicable
laws and ordinances.

A. No burning shall be allowed.

B. Disposal of waste materials into nearby wetland areas is not allowed.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 2 of 2 Site Preparation


31 11 10
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 31 22 30
BASE COURSE

PART 1 – GENERAL

1.1 WORK INCLUDED

A. Contractor shall provide all materials, labor, tools, equipment, fees, permits, transportation
and other items required to furnish and install base course materials as indicated or as
required to accomplish Work of other sections of these specifications. Base Course Work
shall include, but not be necessarily limited to the following:
1. Subgrade preparation to lines and grades shown on the plan.
2. Place, grade and compact base and sub-base course materials.
3. Dust and surface water control.

1.2 RELATED WORK

A. Section 31 23 26 - Excavating, Backfilling and Compaction

1.3 REFERENCES

A. The applicable provisions of the latest editions of the References listed below shall govern the
Work covered under this Section, unless there is a conflict between said References and the
requirements of this Section. In the case of such a conflict, the requirements of this Section
shall apply.

B. American Society for Testing Materials (ASTM).

C. American Association of Safety and Highway Transportation Officials (AASHTO).

D. Utah Occupational Safety and Health Division (UOSHD).

E. Utah Department of Transportation (UDOT).

1.4 SUBMITTALS

A. Submit evidence of materials conformance with applicable requirements as well as these


specifications.

1.5 QUALITY ASSURANCE

A. Comply with federal, state, and local codes and regulations.

B. All working conditions shall be in accordance with the "Utah Occupational Safety and Health
Division", Safe Practices for Excavation & Trenching Operations, latest edition, or other Laws
or Regulations which apply.

1.6 DELIVERY, STORAGE AND HANDLING

A. All base course materials shall be hauled, delivered, stored and handled in such a manner as
to prevent contamination of base course material.

CALDWELL RICHARDS SORENSEN Page 1 of 6 Base Course


31 22 30
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Materials suppliers shall provide, upon request, verification of a consistent record of meeting
or exceeding materials or performance standards as specified herein.

2.2 BASE COURSE MATERIAL

A. Base Course
1. Unwashed, hard, durable, angular pit run gravel or crushed natural stone.
2. Shall be free from shale, silt, clay, loam, friable or soluble materials.
3. Shall be free from noticeable concentrations of alkali, salt, and petroleum products, all
roots, sod, limbs, and other vegetative matter, slag, cinders, ashes and rubbish, or other
material that, in the opinion of the Engineer, is objectionable or deleterious.
4. Shall be graded within the following limits:

Sieve Size Percent Passing (by weight) Gradation Tolerance

1-1/2” 100
1” 90-100 + 9%
3/4” 70-85 + 9%
1/2” 65-80 +9%
3/8” 55-75 +9%
No.4 40-65 +7%
No.16 25-40 +5%
No.200 7-11 +3%

PART 3 – EXECUTION

3.1 EXAMINATION

A. It shall be the Contractor's sole responsibility to locate all (whether or not shown on the
Drawings) existing water, sanitary sewer, storm drain, and gas lines, electrical and telephone
conduit and other underground utilities with their existing house service connections, and all
other underground structures in order that no damage or loss of service will result from
interference with existing lines.

B. Review all available drawings, notes, and information on the location of these underground
lines and structures in determining the location of the existing facilities.

C. Have an electronic pipe finder on the job at all times and mark all lines on the road ahead of
the excavating machine.
D. Blue Stakes Location Center shall be contacted 48 hours before any excavation is
commenced. Phone (801) 662-4111 for assistance.

E. Mark with paint any existing cracks on concrete along which work will take place, in order to
determine after the construction is completed whether such damage was caused by the
operations of the Contractor or had occurred previously. Any concrete showing unmarked
cracks upon completion of construction will be evidence of damage by the Contractor's forces,
and shall be replaced or repaired to the satisfaction of the Owner of the damaged concrete, at

CALDWELL RICHARDS SORENSEN Page 2 of 6 Base Course


31 22 30
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

the Contractor's own expense.

F. All fences removed for excavation shall be returned to their original condition except that
damaged portions will be replaced with new fencing at the Contractor's expense.

G. Obtain all required permits.

3.2 METHODS AND PROCEDURES

A. General Requirements
1. All gas, sanitary sewer, storm drain, water and other pipelines, flumes and ditches of
metal, wood or concrete, underground electrical conduits and telephone cable, and all
walks, curbs, and other improvements encountered in excavating for base course shall be
supported, maintained and protected from injury or interruption of service until installation
is complete
2. If any existing facility is damaged or interrupted, promptly after becoming aware thereof
and before performing any Work affected thereby, except in an emergency, identify the
owner of such existing facility, and give written notice thereof to that owner and the Owner
and Engineer.
3. All damage, injury or loss resulting from lack of adequate sheeting, bracing, and shoring
shall be the responsibility of the Contractor; and the Contractor shall effect all necessary
repairs or reconstruction resulting from such damage.

3.3 INSTALLATION

A. Preparation of Subgrade
1. Prior to placing base course materials, the subgrade shall be scarified to a depth of not
less than 6", moistened or dried to optimum moisture content, and compacted to at least
96% maximum Modified Proctor Density as determined in accordance with ASTM D1557
(AASHTO T-180), and shall be within 2% of optimum moisture content.
2. The subgrade shall then be proof rolled in the presence of the Engineer by passing
loaded rubber-tired construction equipment uniformly over the surface at a constant rate.
At least two (2) passes shall be made over all subgrade areas.
3. If excessively soft, loose, or disturbed soils are encountered, they shall be removed as
directed by the Engineer to a maximum depth of two feet (2') and replaced and
recompacted to 95% maximum Modified Proctor Density using approved subgrade
stabilizing material.
4. Ensure subgrade is to required lines and elevations.

B. Placement of Base Course


1. Protect against "pumping" moisture to surface by limiting travel on exposed subgrade.
Where it is determined by the Owner that construction vehicle traffic (other than proof
rolling) has caused subgrade instability, remove disturbed soils and replace with sand
backfill at no additional cost to the Owner.
2. Apply water soluble herbicide for nonselective control of annual and perennial weeds in
strict accordance with manufacturer’s instructions and all laws and regulations.
3. Place base course material on the prepared and accepted subgrade. The material shall
be back-dumped and spread in a uniform lift thickness.
4. Handle and spread materials in a manner that will prevent segregation of sizes. When
vibrating or other acceptable types of compaction equipment are used, the entire course
may be placed in one layer, provided the ability of the equipment to achieve specified
compaction to the full layer depth is demonstrated. In no case shall compacted lift
thickness be greater than 8".
5. When base course is constructed in more than one layer, the previously placed layer shall
be cleaned of loose and foreign matter. Upper layer of base course shall not be less than
1-1/2", nor shall fine materials be added to reach final grade.

CALDWELL RICHARDS SORENSEN Page 3 of 6 Base Course


31 22 30
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

6. Overstressing the subgrade soil and base course shall be avoided by utilizing equipment
in spreading and dumping that exerts only moderate pressures on the soil. Avoid
excessive travel on lower base course lifts. Severe rutting, cracking or yielding is an
indication of overstressing the soil. Any ruts or cracks which develop in the base course
during spreading or compacting shall be repaired as directed at no additional cost to
Owner.
7. Base course shall be compacted to no less than 96% maximum Modified Proctor Density,
as determined by ASTM D1557 (AASHTO T-180). Moisture content shall be maintained
to within 1.5% of optimum throughout placing and compaction operations.
a. Compaction shall always be commenced along the edge of the area to be compacted
and the roller shall gradually advance toward the center of the area to be compacted.
b. Compaction equipment shall be operated along lines parallel or concentric with the
centerline of the road being constructed, and no material variation therefrom will be
permitted.
8. Base course shall be substantially true to line and grade as indicated on the drawings.
The surface shall be within 1/2" of required grade. Completed thickness of base course
shall be within 1/2" of indicated thickness, with average thickness not less than that
indicated.
9. The top surface of compacted base course shall be finished by blading or rolled with
equipment designed for that purpose.
10. Temporary Graded Surface
a. When allowed by the local jurisdiction having authority, where trenches are excavated
in paved traffic lanes, the surface course may be temporarily replaced by a surface
consisting of base course material. The base course shall be removed and replaced
with pavement as soon as conditions permit, or as required by local jurisdiction having
authority.
b. The surface shall be maintained to provide for a smooth flow of traffic without holes,
bumps, etc., until final acceptance of the work.

C Dust and Surface Water Control


1. Dust control measures shall be implemented by application of water to all work areas,
storage areas, haul and access roads, or other areas affected by work.
2. All work shall be in compliance with the Federal, State and local air pollution standards,
and not cause a hazard or nuisance to personnel and the public in the vicinity of the work.
3. Provide and operate at least one (1) mobile tank sprinkling unit during the contract period.
4. Other methods of dust control for haul and access roads may include chemical treatment,
light bituminous treatment or other method as approved by the Owner.
5. Surface water shall be controlled to the extent that the areas to receive pavement, walks
or slabs are not allowed to become wet from runoff from adjacent areas. Surface water
shall be directed away from these areas but not directed toward adjacent property, build-
ings, or any improvement that may be damaged by water. Surface water shall not be
allowed to enter sanitary sewers.

3.4 PROTECTION

A. Provide barricades and restrict access as appropriate to prevent damage to Work in place.

B. Contractor shall be responsible for protection of Work in place against displacement, damage,
or loss until Owner’s acceptance. Any work and subsequently damaged, lost or displaced
shall be repaired or replaced to the Owner’s satisfaction at no additional cost.

CALDWELL RICHARDS SORENSEN Page 4 of 6 Base Course


31 22 30
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.5 TESTING

A. Testing and inspection of placed Base Course will be provided by the Owner. Tests provided
by the Owner are as follows:

Item Type Frequency

Base Course Aggregate Sampling ASTM D75 Each day or 1


test/500 sq. yd.,
or as required.

Atterberg Limits ASTM D2419, As required


D423, and D424

Sieve Analysis ASTM C136 As required

Bearing Ratio ASTM D1883 As required

Maximum Density ASTM D1557, As required


Method D

In-place Density ASTM D2167, As required


D2922 and D3017

B. If tests indicate that sub-base and/or base course do not meet specified requirements,
remove defective work, replace and retest at no cost to Owner.

3.6 CLEANING

A. Thoroughly clean, rake, wash, flush or sweep as required to clean adjacent improvements of
materials covered as part of this Work prior to submitting for Owner’s acceptance.

B. Contractor shall provide all labor, equipment, materials and other items as required to perform
clean up as required by the Owner, adjacent property owners and other jurisdictions.

C. Finish grading of areas affected by this Work shall be required as part of clean up.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 5 of 6 Base Course


31 22 30
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 6 of 6 Base Course


31 22 30
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 31 23 26
EXCAVATING, BACKFILLING AND COMPACTING

PART 1 – GENERAL

1.1 WORK INCLUDED

A. Preparation.

B. Excavation for Utilities.

C. Excavation for Structures.

D. Back-filling for Utilities.

E. Back-filling for Structures.

F. Compaction.

G. De-watering.

H. Grading.

I. Field quality control.

J. Cleaning up.

M. Protection.

1.2 QUALITY ASSURANCE

A. Comply with federal, state, and local codes and regulations.

B. All working conditions shall be in accordance with the "Utah Occupational Safety and Health
Division", Safe Practices for Excavation & Trenching Operations, latest edition.

1.3 REFERENCES

A. Utah Occupational Safety and Health Division (UOSHD).

B. Standard Specifications for Road and Bridge Construction of the Utah State Road Commission
(Utah Department of Transportation), latest edition.

C. American Society for Testing and Materials (ASTM)

D. American Association of State Highway Officials (AASHO)

PART 2 – PRODUCTS

2.1 FOUNDATION MATERIALS

CALDWELL RICHARDS SORENSEN Page 1 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

A. All foundation materials shall be free from alkali, salt, and petroleum products, roots, sod, limbs,
and other vegetative matter, slag, cinders, ashes and rubbish, or other material that in the opinion
of the Engineer is objectionable or deleterious.
B. Undisturbed soil foundation material:
1. Shall be naturally occurring soils unless unable to adequately support pipe or structures.
2. Shall not be lumpy or frozen.

C. Untreated base course backfill material


1. Refer to Section 31 22 30 – Base Course.

D. Sewer rock:
1. Shall be hard, durable, broken stone or slag.
2. Shall be graded within the following limits:

Percent Passing By Weight


Sieve Size
1” 100
3/4" 85-100
1/2" 20-40
#4 10-20
#200 0

2.2 BEDDING AND BACKFILL MATERIALS FOR UTILITY EXCAVATIONS

A. All bedding and backfill materials shall be free from alkali, salt, and petroleum products, roots,
sod, limbs, and other vegetative matter, slag, cinders, ashes and rubbish, or other material that in
the opinion of the Engineer is objectional or deleterious.

B. Bedding material for trench backfill:


1. Shall be loose soil free from lumps.
2. Shall contain no particle larger than 1-inches.
3. Shall not be frozen.

C. Sand bedding or backfill in trenches


1. Shall have the following gradation:

Percent Passing By Weight


Sieve Size
1/2" 98-100
#4 80-100
#10 30-50
#40 10-30
#200 0-3

2.3 MATERIALS FOR BACKFILLING STRUCTURES

A. Structural Fill:
1. Shall not be lumpy or frozen.
2. Shall be free from large concentrations of alkali, salt, and petroleum products, all roots,
sod, limbs, and other vegetative matter, slag, cinders, ashes and rubbish, or other
material that in the opinion of the Owner is objectional or deleterious.
3. Shall be "clean" granular soils as follows:

CALDWELL RICHARDS SORENSEN Page 2 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

(a) GRANULAR BACKFILL BORROW

Sieve Size Percent Passing (by weight)


1-1/2” 80-100
3/4" 50-80
1/2" 60-80
#4 40-60
#16 20-40
#200 5-15

(b) CRUSHED GRAVEL DRAIN FILL: This fill shall be washed, if required, to meet the
specified gradation. The crushed gravel shall consist of angular particles with not less
than 75% of the particle count having two or more fractured surfaces. Gradation shall be
as follows:

Sieve Size Percent Passing (by weight)


3” 100
12” 90-100
3/4" 60-90
1/2" 30-60
3/8” 0-15
#4 0-5
#16 0

4. The native clay and sand soils are not suitable for use as structural fill.

B. Non-structural fill:
1. Shall not be lumpy or frozen.
2. Shall be free from large concentrations of alkali, salt, and petroleum products, all roots,
sod, limbs, and other vegetative matter, rocks larger than 6 inches in diameter, slag,
cinders, ashes and rubbish, or other material that in the opinion of the Engineer is
objectionable or deleterious.
4. Shall be cohesive or granular.
5. The native clay and sand excavated soils are suitable for non structural backfill material.

PART 3 – EXECUTION

3.1 PREPARATION

A. It shall be the Contractor's sole responsibility to locate all existing water, sanitary sewer, storm
drain, and gas lines, electrical and telephone conduit and other underground utilities with their
existing house service connections, and all other underground structures in order that no damage
or loss of service will result from interference with existing lines.

B. The Contractor shall review all available drawings, notes, and information on the location of
underground lines and structures in determining the location of the existing facilities.

C. Pothole utility lines in advance of construction to permit any required adjustment in horizontal or
vertical location of pipe line. Submit drawing to the Engineer showing utility line locations.

CALDWELL RICHARDS SORENSEN Page 3 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

Backfill pothole, compact and restore surface improvements in accordance with these
specifications or in accordance with local jurisdiction having authority if applicable.

D. The Contractor shall have an electronic pipe finder on the job at all times and shall mark all lines
on the road ahead of the excavating machine.

E. Blue Stakes Location Center shall be contacted 48 hours before any excavation is commenced.
Phone (801) 662-4111 for assistance.

F. Mark with paint any existing cracks on concrete along which work will take place, in order to
determine after the construction is completed whether such damage was caused by the
operations of the Contractor or had occurred previously. Any concrete showing unmarked cracks
upon completion of construction will be evidence of damage by the Contractor's forces, and shall
be replaced or repaired to the satisfaction of the Owner of the damaged concrete, at the Con-
tractor's own expense.

G. All fences removed for excavation shall be returned to their original condition except that
damaged portions will be replaced with new fencing at the Contractor's expense.

H. Pavement removal:
1. Removal of pavement shall be a part of the trench excavation and the amount removed shall
depend upon the width of trench required for installation of the pipe and the dimensions of
area required for the installation of valves or other structures.
2. The dimensions of pavement removed shall not exceed the dimensions of the opening
required for installation of pipe, valves, and other structures by more than 15-inches in any
direction unless otherwise required or approved by the Owner.
3. Sawing shall be used to ensure the breakage of pavement along straight lines.
4. Edges adjacent to the trench shall be trimmed to neat straight lines before resurfacing to
insure that all areas to be resurfaced are accessible to the rollers used to compact the
subgrade or paving materials.
5. Asphaltic concrete pavement removed shall be disposed of at a suitable off-site location in
accordance with applicable laws and ordinances.
I. Remove only trees and roots within the project limits which interfere with excavation. Dispose of
all trees and roots at a suitable off-site location.
J. Strip all organic material and topsoil from the site, including under the drain gravel and under
areas to receive structural granular fill. Dispose of in an offsite location.

3.2 EXCAVATION FOR UTILITIES

A. All gas, sanitary sewer, storm drain, water and other pipelines, flumes and ditches of metal, wood
or concrete, underground electrical conduits and telephone cable, and all walks, curbs, and other
improvements encountered in excavating trenches carefully shall be supported, maintained and
protected from injury or interruption of service until backfill is complete and settlement has taken
place. Pipelines and ditches which are interrupted shall be repaired immediately at the
Contractor's expense to the complete satisfaction of the owners of the pipe lines and ditches, and
the Contractor shall indemnify the Owner from any and all damages resulting from damaged
facilities.

B. Excavation for pipe lines, concrete valve boxes, manholes and appurtenant structures shall
include the work of removing all earth, and all other materials necessary to be moved in
excavating the trench for the pipe; maintaining the excavation by shoring, bracing, and
sheeting or well pointing to prevent the sides of the trench from caving in while pipe laying is
in progress; and removing sheeting from the trench after pipe has been laid.

CALDWELL RICHARDS SORENSEN Page 4 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. Trenches shall be of the necessary width for proper laying of pipe. Care shall be taken not to
over excavate. The bottom of the trenches shall be accurately graded to provide uniform bearing
and support for each section of the pipe on undisturbed soil or on sewer rock foundation along the
entire length of the barrel of the pipe.

D. Trenches shall be excavated to the depths shown on the drawings, including any required
allowances for the sewer rock foundation, when required, and for the pipe groove.

E. Minimum cover over the top of the pipe, including any paving, shall be as follows:
1. Water supply piping: 4 feet minimum from finish grade.

F. Grading of trenches shall be performed to avoid interference of water and sewer lines with other
underground utilities and structures:
1. Water supply piping: Unless otherwise indicated, trenches shall be graded to avoid high
points with the necessity of placing vacuum and relief valves in the water lines.

G. The width of trench, measured at the top of the pipe, shall be as narrow as possible but not wider
than 15 inches on each side of the water or drain pipe.

H. Trench support system shall be suitable for the soil structure, depth of cut, water content of soil,
weather conditions, superimposed loads, vibration. Contractor may select one of the following
methods of ensuring the safety of workers in the trench, as approved by the Utah State Industrial
Commission or its safety inspectors:
1. Sloping sides of trench to the angle of repose at which the soil will remain safely at rest.
2. Shoring trench sides by placing sheeting, timber shores, trench jacks, bracing, piles, or other
materials to resist pressures surrounding the excavation.
3. Using a movable trench box built-up of steel plates and a heavy steel frame of sufficient
strength to resist the pressures surrounding the excavation.

I. All damage resulting from lack of adequate sheeting, bracing, and shoring shall be the
responsibility of the Contractor; and the Contractor shall effect all necessary repairs or
reconstruction resulting from such damage.

J. Excavation for manholes, concrete valve boxes, and similar structures shall be sufficient to
leave at least 12 inches in the clear between the outer surfaces and the embankment or
timber that may be used to hold and protect the banks.

K. Excess materials shall be hauled away from the construction site or otherwise disposed of by
the Contractor as approved by the Engineer.

3.3 EXCAVATION FOR STRUCTURES

A. The excavation shall conform to the dimensions and elevations indicated on the drawings for
each building and structure. Unless directed by the Engineer, excavation shall not be carried
below the elevations indicated on the drawings. Excavations made below the elevations
indicated on the drawings or as directed by the Engineer shall be filled to the authorized depth
with compacted gravel at the expense of the Contractor.

B. Grading shall prevent water from running into the excavated areas. Any water that accumulates
in the excavation shall be removed promptly.

C. Materials suitable for backfill or for compacted fill shall be separately stockpiled as approved by
the Engineer.

CALDWELL RICHARDS SORENSEN Page 5 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

D. Excavation support system and erosion control shall be suitable for the soil structure, depth of
cut, water content of soil, weather conditions, superimposed loads, vibration. Contractor shall
select a method that ensures the safety of workers in the excavation, in compliance with current
OSHA, State, and Local requirements:
1. Sloping sides of excavation to the angle of repose at which the soil will remain safely at rest.
2. Shoring excavation sides by placing sheeting, timber shores, bracing, piles, or other materials
to resist pressures surrounding the excavation.
3. Contractor shall shore, with an approved method, the excavation work.
4. All damage resulting from lack of adequate sheeting, bracing, and shoring shall be the
responsibility of the Contractor; and the Contractor shall effect all necessary repairs or
reconstruction resulting from such damage. Any bracing shall be so arranged as not to place
any stress on portions of the new or existing work until the general construction thereof has
proceeded far enough to provide ample strength. Any damage to new or existing structures
occurring through settlements, water or earth pressures, slides, caves or other causes, due to
failure or lack of sheeting or bracing or improper bracing or through negligence or fault of the
Contractor in any manner, shall be required to be repaired or replaced at the Owner's option
by the Contractor, at his expense.

3.4 BACKFILLING FOR UTILITIES

A. The trenches shall not be backfilled until the utilities systems as installed conform to the
Project requirements. Where, in the opinion of the Engineer, damage is likely to result from
withdrawing sheeting, the sheeting shall be left in place. Trenches shall be backfilled to the
ground surface with material that is suitable for the specified compaction. Trenches
improperly backfilled shall be reopened to the depth required for proper compaction, then
refilled and compacted as specified, or the condition shall be otherwise corrected as
approved. No material of a perishable, spongy or otherwise improper nature shall be used in
backfilling.

B. Materials for trench backfill shall be as shown in the following schedules:

C. Pipe bedding:
1. Consists of preparing an acceptable pipe foundation, excavating the pipe groove in the
prepared foundation and backfilling from the foundation to 12 inches above the top of the
pipe. All piping shall be protected from lateral displacement and possible damage
resulting from impact or unbalanced loading during backfilling operations by being
adequately bedded.
2. Pipe foundation: Shall consist of undisturbed soil in the bottom of the trench or a built-up
foundation. Wherever the trench subgrade material does not afford a sufficiently solid
foundation to support the pipe and superimposed load, and where groundwater must be
drained, the trench shall be excavated below the bottom of the pipe to such depth as
may be necessary, and this additional excavation filled with clean, compacted sewer
rock.
3. A pipe groove shall be excavated in the pipe foundation to receive the bottom quadrant
of the pipe so that the installed pipe will be true to line and grade. Bell holes shall be
dug after the trench bottom has been graded. Bell holes shall be excavated so that only
the barrel of the pipe bears on the pipe foundation.
4. Pipe bedding from pipe foundation to 12 inches above top of pipe: Materials shall be
deposited and compacted in layers not to exceed 8 inches in uncompacted depth and
shall be compacted to 90% per ASTM D-1557. Deposition and compaction of bedding
materials shall be done simultaneously and uniformly on both sides of the pipe. All
bedding materials shall be placed in the trench with hand tools or other approved
method in such a manner that they will be scattered alongside the pipe and not dropped
into the trench in compact masses. Materials shall be either: (1) from the trench
excavation; (2) sand; or (3) gravel as defined in this section.

CALDWELL RICHARDS SORENSEN Page 6 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

E. Trench backfilling above pipe bedding shall normally be accomplished with native
excavated materials and shall be free from rocks larger than 4 inches in diameter.
Compact to 90% per ASTM D-1557.

F. Backfill at valves:
1. Trench backfill at valves shall be untreated base course.
2. Backfill at valves shall extend the full width of the trench, 3 feet upstream and downstream
from the valve, and from bottom of trench to top of valve.

F. Care shall be exercised so that when backfilling is complete and settlement has taken place, all
existing pipes, flumes, ditches, conduits, cables, walks, curbs, and other improvements will be on
the same alignment and grade as they were before work commenced.

3.5 BACKFILLING FOR STRUCTURES

A. Subgrade preparation: Prior to placing backfills, and after stripping all organic material and topsoil
from under drain gravel and under areas to receive structural fill, scarify subgrade to a depth of 6-
inches, add moisture or dry to optimum moisture conditions, and compact the subgrade to at least 90%
of the maximum laboratory density in accordance with ASTM D1557, method D, to provide a suitable
surface for the placement of compacted gravel fill material.

B. Topsoil shall not be used in any fill or backfill, but may be stockpiled and used for landscaping
purposes.

C. During backfill operations, heavy self-propelled or compaction equipment shall maintain a distance of
at least four feet from the wall of the structure. The structural fill in the four foot wide zone immediately
adjacent to the structure shall be compacted with hand-operated compaction equipment.

D. At no time during the backfilling operations shall the differential height of backfill around the structure
exceed four feet.

E. Deflections of the wall shall be monitored during backfilling. If excessive deflections are noted,
backfilling shall be terminated.

G. Wall backfilling shall not be initiated until:


1. The walls of the valve vault have been cured.
2. The roof has been installed.

3.6 COMPACTION

A. Compaction shall be the responsibility of the Contractor. He shall select the methods to be used
and carefully perform the work of backfilling and compaction so as to prevent damage to new or
existing work. Any new or existing work damaged during the Contractor's work shall be replaced
as directed by the Engineer.

B. Backfill around the structure(s) shall be placed as shown on the plans and shall meet or exceed
the following compaction specification for structural fill as determined by ASTM D-1557.
1. Compaction Specifications:
a. Below Spread or Continuous Footings .................................................................. 98%
b. Below Floor Slabs .................................................................................................. 96%
c. Trench Backfill
i. Below Foundation ....................................................................................... 98%
ii. Below Slabs or Pavement ........................................................................... 95%
iii. Other Areas ................................................................................................. 90%

CALDWELL RICHARDS SORENSEN Page 7 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

d. Foundation Walls ................................................................................................... 95%


e. Wall Backfill ................................................................................. 90% min., 95% max.

C. To facilitate proper compaction the fill materials shall be moistened or otherwise worked to the
extent necessary to have moisture contents within 1-2% of optimum as determined in accordance
with ASTM D-1557.

D. Selection of method of compaction in each case will be made according to the requirements of
the materials being placed. Authorization by the Engineer to use any method does not relieve the
Contractor of his responsibility to meet the specified density requirements.
1. Mechanical compaction: Shall be accomplished by the use of sheeps-foot rollers,
pneumatic tire rollers, vibrating rollers, or other mechanical tampers of a size and type
necessary to achieve the required degree of compaction. Placing of material shall be in
lifts which, prior to compaction, shall not exceed 8 inches. Each lift shall be evenly spread
and moistened, and worked by disk harrowing so that the required density will be
produced.

3.8 DEWATERING

A. The Contractor shall do all pumping, shall build all drains and do all the work necessary to keep
the excavations free from water during the progress of the work.

B. In wet trenches, a channel shall be kept open along the side of the pipe for conducting the water
to a sump hole, from which it shall be pumped out of the trench. No water shall be allowed to
enter the pipe.

3.9 GRADING

A. Finished surfaces shall be reasonably smooth, compacted and free of irregular surface changes.

B. At structures: Finish grade surrounding structures shall be not more than 0.15 foot above or
below the established grade or approved cross-section.

C. The site shall be graded so that slope from the side of the structure to the undisturbed grade is
uniform.

D. Final grading shall not be done until the extent of grading is reviewed with the Contractor at the
site by the Owner and the District Engineer.

3.10 FIELD QUALITY CONTROL

A. The Contractor shall employ an independent testing laboratory approved by the Engineer to
perform field and laboratory density tests. The Contractor shall employ an Independent testing
laboratory approved by the Engineer to perform field density tests or taking samples for laboratory
tests. In general, tests and samples shall be made as the work proceeds. The Contractor shall
cooperate with the Engineer to schedule and perform tests.

B. The Contractor shall have testing laboratory perform laboratory maximum dry density tests on
backfill materials outlined in the Bid Schedules, on samples taken from locations selected.

C. Excavation and re-compaction of backfill in connection with field density tests shall be performed
by the Contractor at locations and depths selected by the Engineer to permit compaction testing.

3.11 CLEANING UP

CALDWELL RICHARDS SORENSEN Page 8 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

A. The access roadway including shoulders, slopes, ditches, and borrow pits shall be smoothly
trimmed, and shaped by machinery, or other satisfactory methods, to the lines, grades and cross-
sections, as established, and shall be so maintained until accepted. Any surplus roadway
material not suitable for spreading along the road to widen the existing shoulder or raise the grade
shall be hauled away or disposed of directed by the Engineer.

3.12 PROTECTION

A. Protect newly graded areas from traffic and erosion. Keep free of trash and debris.

B. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances.

C. Where completed compacted areas are disturbed by subsequent construction operations or


adverse weather, scarify surface, re-shape, and compact to required density prior to further
construction.

D. Where settling is measurable or observable in excavated or filled areas during general project
warranty period, remove surface (pavement, lawn or other finish), add structural fill material,
compact to required specifications, and replace surface treatment. Restore appearance, quality,
and condition of surface or finish to match adjacent work, and eliminate evidence of restoration to
greatest extent possible.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 9 of 10 Excavating, Backfilling and Compaction


31 23 26
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 10 of 10 Excavating, Backfilling and Compaction


31 23 26
DIVISION 32
Exterior Improvements
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 32 01 04
RESTORATION OF EXISTING IMPROVEMENTS

PART 1 – GENERAL

1.1 WORK INCLUDED

A. Contractor shall provide all materials, labor, equipment, transportation, and other items required
to restore existing improvements dislocated, damaged, or removed as indicated or as required to
accomplish Work of other sections of these specifications. All restoration Work shall be in
accordance with applicable regulations and as specified herein.

B. Restoration of existing improvements includes, but is not limited to the following:


1. General Restoration Requirements
2. Restoration or replacement of gravel, asphaltic concrete, or Portland cement concrete
pavements, including base course and striping.
3. Portland cement concrete curbs, gutters, sidewalks, and driveways
4. Landscaping improvements
5. Miscellaneous improvements

1.2 RELATED WORK

A. Section 31 23 26 – Excavating, Backfilling and Compaction.

1.3 REFERENCES

A. The applicable provisions of the latest editions of the References listed below shall govern the
Work covered under this Section, unless there is a conflict between said References and the
requirements of this Section. In the case of such a conflict, the requirements of this Section shall
apply.

B. Utah Department of Transportation Standard Metric Specifications for Road and Bridge
Construction, latest edition including all addenda.

C. American Society for Testing and Materials (ASTM).

D. American Association of State Highway and Transportation Officials (AASHTO).

E. American Concrete Institute (ACI).

F. Concrete Reinforcing Steel Institute (CRSI)

1.4 SUBMITTALS

A. Submit shop drawings, manufacturer’s literature, certifications, and other product data in
accordance with Section 01 33 00 - Submittals.

B. Required submittals include, but are not limited to:


1. Manufacturer’s recommended transportation, unloading, and storage requirements as well as
installation guides and instructions for materials provided as part of this Work.
2. Evidence of materials conformance with applicable requirements as well as these
specifications.

CALDWELL RICHARDS SORENSEN Page 1 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3. Dimensional information for pipes, valves, fittings, castings, structures and other items
provided as part of this Work.

C. Contractor shall maintain accurate construction record drawings for items restored as part of this
Work, but covered by subsequent landscaping, paving or as a result of Work of other sections of
these specifications. These records shall be submitted to Engineer for approval prior to
application for final payment.

1.5 QUALITY ASSURANCE

A. Transportation, handling, storage and installation practices shall be in accordance with


manufacturer’s recommended practice for materials provided as part of this Work.

B. Use adequate numbers of skilled workmen who are trained and experienced in the type of
construction required.

C. The quality of the finished restored improvement, as determined by the Owner, shall be of equal
or better quality than was said improvement prior to being damaged or removed.

1.6 DELIVERY, STORAGE AND HANDLING

A. Contractor shall be responsible for proper transportation, unloading, handling, storage, and
security of all equipment and materials to be provided as part of this specification in accordance
with manufacturer’s recommendations.

B. Materials shall be stored in such a manner as to prevent damage or degradation. Any materials
damaged prior to installation shall be removed from the project and replaced with new materials
at no additional cost. Lost or stolen materials shall be replaced at no additional cost.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers providing materials or equipment as part of this specification shall have a


minimum of five years’ experience in the design, manufacture, testing and support of such
materials.

B. Manufacturers shall provide, upon request, verification of a consistent record of meeting or


exceeding materials or performance standards as specified herein.

2.2 MATERIALS - GENERAL

A. Materials shall be as required to complete the restoration of existing improvements, and shall be
at least equal to original improvement at the time of damage or removal, as determined by the
owner of said improvement, and shall match original construction in finish and dimension.

B. Materials shall be in accordance with requirements of local jurisdiction having authority. Obtain
approval of all materials from local jurisdiction having authority prior to ordering.

2.3 UNTREATED BASE COURSE

A. Refer to Section 31 22 30 – Base Course for material requirements

CALDWELL RICHARDS SORENSEN Page 2 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.4 BITUMINOUS SURFACE COURSE

A. Refer to Specification Section 32 12 16 – Asphaltic Concrete Paving for material requirements.

2.5 SOD AND VEGETATION

A. All materials shall be from sources approved by the Owner; however, such approval does not
relieve the Contractor from responsibilities for growth, maintenance and replacement has
specified herein.

B. Topsoil:
1. Fertile, loose, friable free of weeds, subsoil, lumps or clods of hard earth, plants or their roots,
sticks, toxic minerals, chemicals and stones greater than 1-1/2”.
2. pH 5.5-7.7
3. Composition:

Material Percent Passing

Sand 15 - 60
Silt 10 - 70
Clay 5 – 25

2.6 IRRIGATION SPRINKLER SYSTEMS

A. Irrigation Sprinklers and Pipe:


1. Replace in kind, broken or damaged sprinkler heads and pipes to current industry standards.
2. Flush lines before making new connections
3. Test all work and adjust sprinkler heads for proper coverage.

C. Manure: - NOT USED


1. Well dried, rotted, unleached, pulverized cattle manure reasonably free from refuse and
harmful materials.

D. Mulch:
1. Fine grind bark mulch.

E. Tree staking and guying: - NOT USED


1. Steel T-post stakes 8 feet long and steel ground stakes 18 inches long.
2. All T-post stakes shall be primed and painted a dark green color.
3. Provide wire ties and guys of 2-strand, twisted, pliable, galvanized iron wire not lighter than
12 gauge.
4. Provide new 2-ply garden hose not less than 5/8 inch diameter in size, cut to required lengths
to protect tree trunks from damage by wires.

F. Sod:
1. Strongly rooted blend of Kentucky Blue Grass sod, not less than 2 years old and free of
weeds and undesirable native grasses.
2. Provide only sod capable of growth and development when planted (viable, not dormant).
3. Recommended Kentucky Blue Grass mixture is 50 parts Baron, 25 parts Glade and 25 parts
Touchdown, or approved equal.

G. Commercial fertilizer:
1. Agriform 20-10-5, 21 gram fertilizer tablets for trees and shrubs. Provide three tablets per
tree.

CALDWELL RICHARDS SORENSEN Page 3 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2. Ammonium sulfate fertilizer in pellet form for lawn areas at 40 actual pounds of nitrogen per
acre.

H. Trees: - NOT USED


1. Trees shall be not less than indicated sizes, balled and burlapped or container grown, unless
otherwise indicated, specified or required by Owner of tree removed.
2. Trees shall not be replaced within the pipeline easement.

I. Shrubs:
1. Shall be as removed, minimum 5 gallon can.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Verify that Work covered under other sections of these specifications is complete to the point that
Work covered under this section may properly commence without hindering or damaging Work of
other trades. Do not proceed with construction until unsatisfactory conditions have been
corrected.

B. Verify that Work performed under other sections of these specifications has been adequately
inspected, tested and accepted prior to covering up that Work as part of the Work specified under
this section.

C. Carefully examine restoration areas, verifying dimensions, materials and other restoration
requirements with Engineer and Owner prior to beginning Work covered under this section.

3.2 METHODS AND PROCEDURES

A. General Requirements
1. Contractor shall obtain all permits necessary for the restoration of existing surface
improvements.
2. Contractor shall protect all public and private property adjacent to the work. Exercise due
caution to avoid damage to such property.
3. All improvements damaged or removed shall be restored in accordance with local jurisdiction
having authority. In case of conflict between these specifications and local authority
specifications, the local authority shall govern.

4. Repair or replace all existing surface improvements, which were damaged or removed as a
result of operations of Work under this contract. Restoration shall be of at least equal quality
and identical in dimension to original improvement unless specifically specified otherwise.

3.3 INSTALLATION

A. Gravel Surfaced Areas


1. Where trenches are excavated through gravel surfaced areas such as roads and driveways
and other areas, the gravel surface shall be restored by placing untreated
2. base course material upon a prepared subgrade.
3. Subgrade preparation shall conform to Section 31 23 26 – Excavation, Backfilling and
Compaction.
a. Average of field density determinations shall be 95 percent of the maximum dry density,
with no determination lower than 92 percent.
b. The maximum dry densities shall be determined in accordance with the following:
i. A-1 Soils: AASHTO Designation T-180, Method D.

CALDWELL RICHARDS SORENSEN Page 4 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

ii. All other Soils: AASHTO Designation T-99, Method D.


4. Thickness of untreated base course surface shall be 6 inches or shall match existing,
whichever is greater.
5. Compaction of untreated base course shall conform with Section 31 22 30 – Base Course.

B. Asphaltic Concrete Surfaced Areas


1. Where trenches are excavated through asphaltic concrete surfaced areas such as roads,
driveways or parking areas, the surface shall be restored by preparing the subgrade, placing
base course, placing tack and prime coats, and placing the asphaltic concrete surface
course(s).
2. Subgrade preparation shall conform to Section 31 23 26 – Excavation, Backfilling and
Compaction.
a. Average of field density determinations shall be 95 percent of the maximum dry density,
with no determination lower than 92 percent.
b. The maximum dry densities shall be determined in accordance with the following:
i. A-1 Soils: AASHTO Designation T-180, Method D.
ii. All other Soils: AASHTO Designation T-99, Method D.
3. Thickness of base course shall be 6 inches, shall match existing, or shall be as required by
local authority having jurisdiction, whichever is greater.
4. Placing and compaction of untreated base course shall conform to applicable parts of Section
31 22 30 – Base Course.
5. Tack Coat
a. Tack coat shall be applied at the rate of 0.05 to 0.15 gal/SY. A hand sprayer or brush
shall be used to apply tack coat to vertical faces of previously constructed bituminous
pavement (over 1/2 hour hence) prior to placing an adjacent or parallel pass, curbs,
gutters, slab edges, and all structures to be in actual contact with the bituminous
pavement. Tack coat shall also be applied uniformly at the same rate to the horizontal
top surface of each lift of bituminous pavement prior to placing the next lift of bituminous
pavement to promote a bond between the two courses of pavement. None of the
material shall penetrate into the pavement and for this reason the application should be
limited.
b. Prior to applying the material, the surface to be treated shall be swept or flushed free of
dust or other foreign material.
c. Protect all surfaces not required to receive tack coat from any inadvertent application.
d. The temperature range of the tack coat at the time of application shall be such that the
viscosity will be between 50 and 100 centistokes as determined in accordance with
ASTM Designation D-2170.
e. Under no circumstances shall traffic be permitted to travel over the tacked surface. If
detours cannot be provided, restrict operation to a width that will permit at least one-way
traffic over the remaining portion of the roadbed. If one-way traffic is provided, the traffic
shall be controlled in accordance with governing authority.
f. After application of tack coat, sufficient time shall be given to allow for complete
separation of asphalt and water before paving operations begin. The tack coat shall be
applied on only as many surfaces as will be paved against in the same day.
6. Mixing, placing, spreading and compaction of bituminous surface course shall conform to
applicable parts of Section 32 12 05 – Asphaltic Concrete Paving.

C. Concrete Curbs, Gutter, Sidewalks and Driveways


1. Shall be removed and replaced to the next joint or scoring lining beyond the actually
damaged or broken sections; or in the event that joints or scoring lines do not exist or are
three or more feet from the removed or damaged section, the damaged portions shall be
removed by saw cutting full-depth.
2. All new concrete shall match, as nearly as possible, the appearance of adjacent concrete
improvements. Where necessary, lampblack or other pigments shall be added to the new
concrete to obtain the desired results.

CALDWELL RICHARDS SORENSEN Page 5 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3. Concrete forms shall be true to line and of sufficient strength to ensure against bulging or
displacement.
4. Contraction and expansion joints shall match original construction in placement and size,
unless otherwise required by local jurisdiction having authority.
5. Reinforcement shall be replaced as in original construction, unless otherwise required by
local jurisdiction having authority, and shall be installed in accordance with applicable CRSI
and ACI Standards.
6. Finishing and curing shall be in accordance with local jurisdiction having authority.

D. Vegetated Areas
1. Prior to placing sod or other final vegetative cover, examine and repair the subgrade as
necessary to assure a smooth and even surface which will match grade and contours of
surrounding undisturbed ground. Finish grade construction areas to match grade prior to
construction activities. Assure that a positive slope away from all building walls is maintained
for at least 10 feet to prevent runoff from approaching walls.
2. Prepare soil under areas to receive vegetation by placing topsoil to a depth equal to
surrounding conditions or to 6 inches, whichever is greater. Disk or till 3 cubic yards manure
per 1000 square feet of surface area to a depth of 8 inches.
3. Roll and rake areas receiving vegetation to smooth, even surface, free of ridges, with loose,
uniformly fine texture.
4. Allow for final vegetation thickness when preparing subgrade.
5. Restore raked areas to specified condition if eroded or otherwise disturbed after fine grading
and prior to placing vegetative cover.
6. Remove stones over 1-1/2 inches in any dimension and sticks, roots, rubbish, and other
extraneous matter.
7. Limit preparation to areas that will be planted promptly after preparation.
8. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow
surface moisture to dry before sodding. Do not create a muddy soil condition.

E. Trees and shrubs:


1. Layout individual tree locations.
2. Secure approval of Engineer and Owner prior to planting.
3. Excavate tree and shrub pits with vertical sides. Dispose of subsoil removed from landscape
excavations. Do not mix with backfill. If tree or shrub is to be planted on excavation area,
remove all impervious fill from tree and shrub pit down to pervious material.
4. Place three Agriform fertilizer tablets evenly around the perimeter of, and immediately
adjacent to the root ball at a depth which is between the middle and the bottom of the root
ball.
5. When excavation is approximately 2/3 full, water thoroughly before placing remainder of
backfill. Repeat watering until no more is absorbed. Water again after placing final layer of
backfill.
6. Stake or guy trees immediately after planting. Stakes and guys should be evenly distributed
around tree. All stakes must be driven so as not to disturb the root ball.

F. Sprinkling Systems:
1. Restore all sprinkling systems and fences disturbed, removed, or damaged by construction
operations in a condition at least equal to that prior to construction.

G. Sodding:
1. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod strips; do not
overlap. Stagger strips to offset joints in adjacent courses. Work from boards to avoid
damage to subgrade or sod. Tamp or roll lightly to ensure contact with subgrade. Work
sifted soil into minor cracks between pieces of sod; remove excess to avoid smothering of
adjacent grass.

CALDWELL RICHARDS SORENSEN Page 6 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2. Secure sod on slopes with U-shaped wire clips as required to prevent slippage. Immediately
after planting, sod shall be thoroughly watered with a fine spray. Watering shall occur as
frequently as needed to keep sod constantly moist for a period of 14 days after planting. Two
weeks after planting, apply ammonium sulfate in pellet form at 40 actual pounds of nitrogen
per acre. Water thoroughly immediately after fertilizing.

H. Miscellaneous Restoration Items


1. All other improvements interrupted or removed to permit the construction specified herein
shall be restored. Miscellaneous improvements to be restored shall include, but shall not be
limited to, the following:
a. Culverts
b. Fences
c. Utilities

3.4 PROTECTION

A. Provide barricades and restrict access as appropriate to prevent damage to Work in place.

B. Contractor shall be responsible for protection of Work in place against displacement, damage,
loss or theft until Owner’s acceptance. Any Work installed and subsequently damaged, lost or
displaced shall be repaired or replaced to the Owner’s satisfaction at no additional cost.

C. Planting Maintenance:
1. Begin maintenance immediately after planting, and continue until inspection and acceptance,
in no case less than 30 days from the time of completion of Work.
2. Maintain trees by pruning, cultivation and weeding as required for healthy growth. Restore
planting saucers.
3. Tighten and repair stake and guy supports and reset trees to proper grades or vertical
position as required. Spray as required to keep trees free of insects and disease.
4. Maintain lawns for not less than 30 days and longer as required to establish an acceptable
lawn. To be acceptable, lawn must be past second mowing with no bare spots. Maintain
lawns by watering, fertilizing, weeding, mowing, trimming, and other operations such as
rolling, regrading and replanting as required to establish a smooth, acceptable lawn, free of
eroded or bare areas.

3.5 CLEANING

A. Thoroughly clean, rake, wash and/or flush all restoration Work prior to submitting for Owner’s
acceptance.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 7 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 8 of 8 Restoration of Existing Improvements


32 01 04
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 32 12 16
ASPHALTIC CONCRETE PAVING

PART 1 - GENERAL

1.01 WORK INCLUDED

A. Proof roll base course to reveal soft and yielding spots.

B. Place and compact asphaltic concrete paving.

C. Pavement Markings.

D. Protection of newly placed pavement.

1.02 RELATED WORK

A. Section 01 33 00 - Submittals: Asphaltic concrete paving mix design.

B. Section 01 45 00 - Quality Control: For testing.

C. Section 01 57 10 - Construction Facilities and Temporary Controls: For traffic regulation and
barricades.

D. Section 31 22 30 - Base Course

1.03 QUALITY ASSURANCE

A. Do not place asphaltic concrete paving when the air temperature in the shade and/or the
roadbed temperature are below 50° F, or during rain, when the base course surface is wet, or
during other adverse weather conditions.

B. Do not place tack coat when air temperature in the shade and the roadbed temperature are
below 50° F, or during rain, fog, or other adverse weather conditions.

C. All work shall be performed by experienced and qualified workmen with equipment standard
with the industry.

D. Approval by Engineer of sources of supply of materials shall be obtained prior to delivery of


materials.

E. Comply with federal, state and/or local codes and regulations.

1.04 REFERENCES

A. American Society for Testing Materials (ASTM):

1. D1557, "Tests for Moisture - Density Relationship of Soils using 10 lb (4.5 kg)
Rammer in 18 inch (457 mm) Drop".

2. D1559, "Resistance to Plastic Flow of Bituminous Mixtures Using Marshall


Apparatus".

3. D2041, "Standard Test Method for Theoretical Maximum Specific Gravity and

CALDWELL RICHARDS SORENSEN Page 1 of 6 Asphaltic Concrete Paving


32 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

Density of Bituminous Paving Mixtures".

4. D2170, "Kinematic Viscosity of Asphalts (Bitumens)".

B. THE ASPHALT INSTITUTE (A.I.) Specification Series No. 2 (SS-2).

C. American Association of State Highway and Transportation Officials (AASHTO):

1. Materials and compaction tests.


a. AASHTO T-180

D. State of Utah Standard Specifications for Road and Bridge Construction, latest edition
including Supplement #2.

1. Section 704.03 Asphaltic Cement.

1.05 SUBMITTALS

A. An asphaltic concrete paving mix design prepared by a certified laboratory and materials
certificates signed by material producer and Contractor, certifying that each material item
complies with, or exceeds, specified requirements shall be submitted for review and approval
at least two weeks prior to commencement of the work.

B. Written certification of compliance for pavement marking paint.

1.06 WARRANTY

A. See General Conditions.

PART 2 - PRODUCTS

2.01 MATERIALS

A. Asphaltic cement:

1. Viscosity Graded original, AC-10, conforming to requirements of ASTM D-3381


(AASHTO M-226, Table 2), and Section 704.03 - State of Utah Standard
Specifications for Road and Bridge Construction.

2. Shall not foam when heated to 350° F.

B. Mineral aggregate:

1. Shall consist of crushed stone, crushed gravel, or crushed slag, or a combination


thereof; free of clay, silt, organic matter or other deleterious materials.

2. Gradation shall be in accordance with the following:

CALDWELL RICHARDS SORENSEN Page 2 of 6 Asphaltic Concrete Paving


32 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

a. ¾” Gradation

Sieve Size Percent Passing


by Weight

3/4" 100
3/8" 75 - 91
#4 46 - 62
#16 22 - 34
#50 11 - 23
#200 5-9

3. Course aggregate, retained on the No. 4 sieve shall consist of clean, hard, rough,
durable and sound fragments, with not less than 50 percent of particles by weight
with at least one mechanically fractured face or clean angular face.

4. Fine aggregate passing the No. 4 sieve may be either a natural or manufactured
product. The aggregate shall be clean, hard grained and moderately sharp, and
shall contain not more than 2 percent by weight of vegetable matter or other
deleterious substances.

5. That portion of the fine aggregate passing the No. 40 sieve shall be nonplastic when
tested in accordance with ASTM D-424.

6. The weight of minus 200 mesh material retained in the aggregate, as determined by
the difference in percent passing a No. 200 sieve by washing and dry sieving without
washing, shall not exceed 6 percent of the total sample weight. That portion of fine
aggregate passing the No. 200 sieve shall be determined by washing with water in
accordance with ASTM C-117.

7. The aggregate shall be of uniform density and quality and shall have a rodded weight
of not less than 100 pounds per cubic foot when tested in accordance with ASTM
C-29.

8. The aggregate shall have a percentage of wear not exceeding forty when tested in
accordance with ASTM C-131 and C-535.

9. The aggregate shall have a weighted loss not exceeding 12 percent by weight when
subject to five cycles of sodium sulfate and tested in accordance with ASTM C-88,
D-1073, and D-692.

2.02 ASPHALTIC CONCRETE PAVING MIXTURE

A. Combine mineral constituents and asphalt cement in proportions per mix design at a central
plant to produce an asphaltic concrete pavement mix.

B. Mix design shall be based on the Marshall Method. The combined mineral aggregate plus
any approved additives when mixed with the asphaltic cement in accordance with ASTM
D-1559 shall conform to the following requirements:

1. Marshall Stability: 1200 pounds minimum

2. Flow (0.01 inch): 10 - 18

CALDWELL RICHARDS SORENSEN Page 3 of 6 Asphaltic Concrete Paving


32 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3. Voids Content: 3% - 5%

4. Asphaltic Cement Content: 5% to 6% by weight

5. Voids in Mineral Aggregate (VMA): 14% Minimum

C. The asphaltic cement shall be heated at the mixing plant to a temperature at which it can be
applied uniformly to the aggregate.

D. Coarse and fine aggregate shall be stored separately at the mixing plant in a manner that will
prevent intermingling.

E. When it is necessary to blend aggregates from one or more sources to produce the
combined gradation, each source or size of aggregate shall be stockpiled individually.
Aggregate from the individual stockpiles shall be fed through separate bins to the cold
elevator feeders. They shall not be blended in the stockpile.

F. Cold aggregates shall be fed carefully to the plant so that surpluses and shortages will not
occur and cause breaks in the continuous operation.

G. The aggregate shall be dried and heated to provide a paving mixture temperature in
conformance with placing conditions, but not to exceed 163° C (325° F).

H. The heated and dried aggregates shall not contain enough moisture to cause the mixture to
slump, the asphalt to foam, or the aggregate to segregate during hauling and placing.

I. The shortest mixing time consistent with satisfactory coating of the aggregate shall be used.
The mineral aggregate shall be considered satisfactorily coated with asphaltic cement when
all of the particles passing the No. 4 sieve and 96 percent of the particles retained on the
No. 4 sieve are coated with asphaltic cement. The required mixing time, as determined
above, shall be in accordance with ASTM D-2489.

J. If a dryer drum mixing process is used, the mineral aggregate shall be considered
satisfactorily coated with asphaltic cement when all of the particles passing the No. 4 sieve
and 98 percent of the particles retained on the No. 4 sieve are coated with asphaltic cement.
The moisture content of the asphaltic cement sampled behind the laydown machine prior to
compaction shall not exceed 1 percent by weight.

2.03 TACK COAT

A. Cut-back asphalt RC or MC 70 or 250.

2.04 MARKING PAINT

A. Alkyd resin, white in color (No. 780), factory mixed, quick-drying, and non-bleeding,
complying with Section 713.07 of the Utah State Department of Transportation Standard
Specification for Road and Bridge Construction.

PART 3 - EXECUTION

3.01 PREPARATION

A. Proofroll base course surface. Replace wet, spongy, soft, uncompactable or other unsuitable

CALDWELL RICHARDS SORENSEN Page 4 of 6 Asphaltic Concrete Paving


32 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

material with new base course material at no additional cost. Finish and compact repaired
area as specified in Section 31 22 30 - Base Course.

B. Ensure base course surface is to required elevation. Remove loose material from base
course surface.

C. Do not place TACK coat or asphaltic concrete paving until base course installation has been
approved by the Construction Manager.

3.02 TRANSPORTING THE ASPHALTIC CONCRETE PAVEMENT

A. Transport time from the mixing plant to the job site shall not exceed 1 hour.

B. Hauling truck shall have no direct frame contact with the paver or bear down on the paver
during dumping operations.

3.03 TACK COAT

A. Prior to placing pavement, tack coat shall be applied to the vertical edges of concrete and
"cold" pavement (over 1/2 hour old) which will be in contact with new pavement. Tack coat
shall extend 12 inches onto adjacent base course material. The tack coat shall be carefully
applied at a rate of 0.15 gal/SY. Tack coat shall also be applied uniformly at the same rate to
the horizontal top surface of each lift of bituminous pavement prior to placing the next lift of
bituminous pavement to promote a bond between the two courses of pavement. None of the
material shall penetrate into the pavement and for this reason the application should be
limited.

B. Prior to applying the material, the surface to be treated shall be swept or flushed free of dust
or other foreign material.

C. Protect all surfaces not required to receive tack coat from any inadvertent application.

D. The temperature range of the tack coat at the time of application shall be such that the
viscosity will be between 50 and 100 centistokes as determined in accordance with ASTM
Designation D-2170.

E. Under no circumstances shall traffic be permitted to travel over the tacked surface. If detours
cannot be provided, restrict operation to a width that will permit at least one-way traffic over
the remaining portion of the roadbed. If one-way traffic is provided, the traffic shall be
controlled in accordance with governing authority.

F. After application of tack coat, sufficient time shall be given to allow for complete separation of
asphalt and water before paving operations begin. The tack coat shall be applied on only as
many surfaces as will be paved against in the same day.

3.04 PLACEMENT OF ASPHALTIC CONCRETE PAVEMENT

A. Place asphalt pavement to provide a compacted depth as indicated on the plans. Placing the
pavement shall be a continuous operation. The machine shall spread mixture and shall strike
a finish that is smooth, true to cross section, uniform in density and texture, and free from
hollows and other irregularities. If any irregularities occur, they shall be corrected before final
compaction of the mixture. The paving machine shall be self-propelled, equipped with
hoppers, distributing screws, adjustable screeds and equalizing devices, capable of spread-
ing hot asphaltic concrete paving mixtures without tearing, shoving or gouging, and of

CALDWELL RICHARDS SORENSEN Page 5 of 6 Asphaltic Concrete Paving


32 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

producing a finished surface of specified quality. Place inaccessible and small areas by
hand.

B. Ensure asphalt pavement temperature is between 150 and 300 centistokes as determined
with ASTM D-2170 when mixing with a pugmill, or between 220° F and 260° F when using
the dryer-drum mixing process, immediately after placing and prior to initial rolling.

C. Ensure joints made during paving operations are straight, clean, vertical and free of broken or
loose material. Carefully make joints to insure a continuous bond between old and new
pavement, or between successive day's work. A continuous bond between adjoining work is
required.

D. If more than 1/2 hour elapses between adjacent paving passes, the "cold joint" shall have
tack coat applied to the "cold" pavement prior to placing the adjacent pass.

3.05 COMPACTION

A. Roll and compact to specified density before temperature of the mixture drops below 180° F.

B. Compact asphalt paving course to required density, with a steel wheeled tandem roller, steel
three-wheeled roller, vibratory roller, or a pneumatic-tired roller, weighing not less than five
tons. Start compaction as soon as pavement will bear equipment without checking or undue
displacement. Speed of roller shall be slow enough to avoid displacement of hot mixture,
and any displacements occurring as a result of changing the direction of the roller, or from
any other cause, shall at once be corrected by the use of rakes and of fresh mixture where
required. Ensure each pass of roller overlaps previous passes by at least 1/2 of the roller
width to ensure smooth surface free of roller marks. Keep roller wheels sufficiently moist so
as not to pick up material. Rolling shall continue until roller marks are eliminated and no
further compression is possible. The finished compacted pavement shall have a density of
93% minimum, (no test less than 93% of the density determined in accordance with ASTM D-
2041), as determined by ASTM D2170.

C. Leave pavement with a uniform, dense surface.

D. Perform hand tamping in areas not accessible to rolling equipment. Thorough compaction
must be achieved, and joints between curbs, headers, manholes and similar structures must
be effectively sealed.

E. Do not allow vehicular traffic on newly paved areas until surface has cooled to atmospheric
temperature.

3.06 PAVEMENT MARKING

A. Unless otherwise directed by Construction Manager, the painting of parking stripes shall be
commenced not earlier than 15 days after completion of the asphaltic concrete paving.

B. Prior to painting, broom or sweep the surface to remove dirt, loose stones or other foreign
material. Solvent material that will damage pavement shall not be used as cleaning agents.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 6 of 6 Asphaltic Concrete Paving


32 12 16
SECTION 33
Utilities
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 33 15 06
DUCTILE IRON PIPE

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Ductile iron pipe, couplings, fittings, and joint materials.

1.2 RELATED SECTIONS

A. Section 33 13 00 – Disinfection of Water Distribution Systems

B. Section 33 13 05 - Flushing and Testing

1.3 REFERENCES

A. AWWA C104: American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and
Fittings for Water

B. AWWA C110: American National Standard for Ductile-Iron and Gray Iron Fittings, 3 In. Through
48 In. for Water and Other Liquids

C. AWWA C111: American National Standard for Rubber-Gasket Joints for Ductile-Iron and Gray-
Iron Pressure Pipe and Fittings

D. AWWA C115: American National Standard for Flanged Ductile-Iron and Gray Iron Pipe with
Threaded Flanges

E. AWWA C151: American National Standard for Ductile-Iron Pipe, Centrifugally Cast in Metals
Molds or Sand-Lined Molds, for Water and Other Liquids

F. AWWA C600: AWWA Standard for Installation for Ductile-Iron Water Mains and Their
Appurtenances

G. AWWA C153: Ductile Iron Compact Fittings 3 inch thru 16 inch, for Water and Other Liquids

1.4 SUBMITTALS

A. Manufacturer's affidavit certifying product was manufactured, tested and supplied in accordance
with the applicable references in this section together with a report of the test results and the date
each test was completed.

PART 2 – PRODUCTS

2.1 PIPE AND FITTINGS

A. Buried Applications: Unless indicated otherwise, provide the following:


1. Class 350 ductile iron pipe in accordance with AWWA C151.
2. Cement line all pipe and fitting in accordance with AWWA C104.
3. Ductile iron fitting in accordance with AWWA C153 or C110.
4. Ductile iron coupler with mechanical joint fittings in accordance with AWWA C104, C110, and
C111.
5. Rubber gasketed slip-on pipe joints in accordance with AWWA C111 with gasket lubricant.

CALDWELL RICHARDS SORENSEN Page 1 of 4 Ductile Iron


Pipe 33 05 05
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

6. 8 mil. polyethylene wrap.


7. Joints
a. Joints: AWWA C111, push on type with rubber gasket.
b. Joints: AWWA C111, mechanical joint type with gasket, bolts and nuts.
c. Joints: AWWA C111, flange type with gasket, bolts, and nuts.
8. Jackets: AWWA C105 polyethylene jacket.
9. Mega Lug Restraints: mega lug restraints are required for reducers, valves and fittings.

B. Above Ground Applications: As buried applications except use flanged fittings and spools in
accordance with AWWA C104, C110 and C115.

2.2 COVERINGS

A. Buried Mechanical Joints: Poly FM No.1 grease and 8 mil vinyl wrap plastic cover.

B. Polywrap (8 mil vinyl wrap) all buried pipe.

2.3 COUPLINGS, FITTINGS AND JOINTS

A. Mechanical joints are to conform to AWWA C104, C110 and C111 (Below ground application).

B. Flanged joints are to conform to AWWA C114, C110 and C115 (Above ground application).

C. Coupling for mechanical jointed pipe are to be ductile iron.

D. All metal accessories are to be stainless steel.

E. Mega Lug: A Stm A 536 materials and ANSI/AWWA C153/A21.53 Standard Metal joint bell and
tee-head bolts.

2.4 COATINGS

A. Outside coatings for buried pipe will be asphaltic coatings 1 mil thick, continuous, smooth, neither
brittle when cold nor sticky when exposed to the sun.

B. Outside coatings for pipe in an above-ground or vault application shall be epoxy.

2.5 PIPE MARKINGS

A. Mark pipes continuously to identify:


1. Manufacturer's name (or trade mark) and code.
2. Date of manufacture.
3. Pressure class.
4. AWWA designation number.

2.6 DOUBLE BALL JOINT SEISMIC CONNECTION

A. Not used.

PART 3 – EXECUTION

3.1 INSTALLATION

A. Install pipe per manufacturer's instructions, AWWA C600.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Ductile Iron


Pipe 33 05 05
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Apply coverings all buried mechanical joints.

C. Thrust block all tees, crosses, radius and bends. Wrap fittings prior to placing thrust blocks.

3.2 LAYING

A. Trenches are to be reasonably dry when the pipe is laid.

B. Pipe will not vary from the alignment or grade more than 0.10 feet.

C. Immediately before placing each section of pipe in final position, check pipe bedding for firmness
and uniformity and surface.

D. Bedding and backfilling in accordance with Section 31 23 26 – Excavation, Backfilling and


Compaction.

3.3 RUBBER GASKET JOINTS

A. Lubricate the rubber gaskets with a suitable vegetable compound soap before it is placed in the
spigot groove.

B. Use a "feeler" gage to position of gasket after joint has been telescoped.

3.4 BONDED JUMPER INSTALLATION

A. Install two jumper wires at 180 degrees at each pipe section, welded and tested for continuity.

3.5 SERVICE CONNECTION

A. Use only connections, equipment and practices recommended by manufacturer.

3.6 TESTING

A. Test in accordance with requirements of Section 33 13 05 – Flushing and Testing.

3.7 DISINFECTION

A. Disinfect and finish potable water systems in accordance with Section 33 13 00 – Disinfection of
Water Distribution Systems.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Ductile Iron


Pipe 33 05 05
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Ductile Iron


Pipe 33 05 05
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 33 05 06
POLYETHYLENE PIPE

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Polyethylene pipe, couplings, fittings, and joint materials.

B. Related work includes but is not limited to,

1. Excavation
2. Trench Backfill
3. Landscape Restoration

1.2 RELATED SECTIONS

A. Section 33 13 00 - Disinfection of Water Distribution Systems

B. Section 33 13 05 - Flushing and Testing

1.3 REFERENCES

A. ASTM A 307: Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile
Strength.

B. ASTM D 2239: Standard Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on
Controlled Inside Diameter.

C. ASTM D 2657: Standard Recommended Practice for Heat Joining of Thermoplastic Pipe and
Fittings.

D. ASTM D 2774: Standard Recommended Practice for Underground Installation of Thermoplastic


Pressure Piping.

E. ASTM D 3261: Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for
Polyethylene (PE) Plastic Pipe and Tubing.

F. ASTM D 3350: Standard Specification for Polyethylene Plastic Pipe and Fittings Materials.

G. ASTM F 1055: Standard Specification for Electrofusion Type Polyethylene Fittings for Outside
Diameter Controlled Polyethylene Pipe and Tubing.

G. AWWA C153: Ductile Iron Compact Fittings 3 inch thru 16 inch, for Water and Other Liquids

1.4 DEFINITIONS

A. Standard Dimension Ratio (SDR): Average diameter of pipe divided by minimum wall thickness.
The diameter may be either inside or outside measurement depending upon which standard is
referenced.

B. Code designation: A rating system by the Plastic Pipe Institute for smooth wall polyethylene pipe
materials. The designation PE 3408 designates the type of plastic pipe (PE), the grade (34), and
the hydrostatic stress measured in units of 100 psi (08) at 23 deg C.

CALDWELL RICHARDS SORENSEN Page 1 of 4 Polyethylene Pipe


33 05 06
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

PART 2 – PRODUCTS

2.1 SMOOTH WALL PIPE SYSTEMS

G. Material: PE 3408 per ASTM D 2239 with a minimum cell classification of 345434C per ASTM D
3350.

H. Pipe: Smooth wall inside and out with an SDR or working pressure rating indicated or accepted by
ENGINEER. Exterior markings as follows,

1. ASTM Standard Number


2. Pipe Size
3. Class and profile number
4. Production code
5. Standard dimension ratio

C. Fittings:

1. Resin same as pipe


2. Working pressure same or greater than pipe

D. Joints:

1. Thermally welded butt fusion, ASTM D 3261


2. Flanged, ASTM D 2657
3. Ultra high molecular weight electro-fusion tape with polyethylene coupler meeting ASTM
F 1055 requirements

2.2 NUTS AND BOLTS

A. Carbon steel machined heavy hex heads, Class 2 fit, ASTM A 307; Grade B, threads, ASME
B1.1.

PART 3 – EXECUTION

3.1 INSTALLATION

H. Install pipe per manufacturer's instructions, ASTM D 2321 or ASTM D2774.

I. Tape wrap steel materials for protection against corrosion after piping installation.

J. Thrust block all tees, crosses, radius and bends. Wrap fittings prior to placing thrust blocks.

3.2 LAYING

A. Trenches are to be reasonably dry when the pipe is laid.

B. Pipe will not vary from the alignment or grade more than 0.10 feet.

C. Immediately before placing each section of pipe in final position, check pipe bedding for firmness
and uniformity and surface.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Polyethylene Pipe


33 05 06
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

D. Bedding and backfilling in accordance with Section 31 23 26 - Excavation, Backfilling and


Compaction.

3.3 TESTING

D. Test in accordance with requirements of Section 33 13 05 - Flushing and Testing.

3.4 DISINFECTION

D. Disinfect and finish potable water systems in accordance with Section 33 13 00 - Disinfection of
Water Distribution Systems.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Polyethylene Pipe


33 05 06
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Polyethylene Pipe


33 05 06
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 33 05 09
STEEL PIPE

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Steel pipe with welded joints, 6 inches through 120 inches in nominal diameter, for the
transmission and distribution of water or for use in other water facilities.

1.2 RELATED SECTIONS

A. Section 09 91 00 – Pipeline Coatings and Linings


B. Section 26 40 00 – Cathodic Protection
C. Section 31 23 26 – Excavating, Backfilling and Compaction
D. Section 33 11 00 – Water Distribution and Transmission Systems
E. Section 33 13 00 – Disinfection
F. Section 33 13 15 – Flushing and Testing

1.3 REFERENCES

A. ASTM A 82: Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.
B. ASTM A 283: Standard Specification for Low and Intermediate Tensile Strength Carbon Steel
Plates.
C. ASTM A 370: Standard Test Methods and Definitions for Mechanical Testing of Steel
Products.
D. ASTM A 569: Standard Specification for Steel, Carbon (0.15 Maximum, Percent), Hot-
Rolled Sheet and Strip, Commercial Quality.
E. ASTM A 570: Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled,
Structural Quality.
F. AWWA C200: AWWA Standard for Steel Water Pipe 6 In. and Larger.
G. AWWA C208: AWWA Standard for Dimensions for Fabricated Steel Water Pipe Fittings.
H. AWWA C206: Field Welding of Steel Pipe
I. ANSI/AWS D1.1
J. AWWA C604 – Installation of Steel Water Pipe – 4 In. and Larger

1.4 SUBMITTALS

A. Design Summary: Prior to any Fabrication, submit a design summary for each size and class
of pipe and line layout drawings or line schedules that show the location of each section of
pipe and each special fitting to be furnished.
B. Shop Drawings of special fitting and outlets.

1.5 QUALITY ASSURANCE

A. Perform quality assurance tests required by AWWA C303.

1.6 INSPECTION

A. All materials shall be subject to inspection and acceptance at the manufacturer’s plant. The
Owner reserves the right to conduct their own inspection of pipe and coatings.

1.7 DELIVERY, STORAGE AND HANDLING

CALDWELL RICHARDS SORENSEN Page 1 of 4 Steel Pipe


33 05 09
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

A. The transportation and handling of coated or lined pipe shall be in accordance with the pipe
manufacturer’s recommendation. Pipe shall be handled with proper equipment and in a
manner to prevent distortion or damage. The use of hooks or clamps that could kink or bend
the ends will not be permitted. Loading shall be done in such a manner as to protect
projections on any pipe length, such as ends with lap joints, from rubbing against one another
or against another pipe length.
B. Nylon or protected slings at least 4 in. wide shall be used to handle coated pipes. Cables,
chains, ropes or other equipment that is likely to damage pipe coating shall not be used.
C. Coated pipe shall be handled, stored and shipped in a manner that will prevent damage to
the coating. If coating is damaged during handling, storage or shipping, it shall be repaired
with the original or compatible repair coating as recommended by the coating manufacturer
and in accordance with the applicable AWWA standard.
D. Under no circumstances shall pipe, fittings and accessories by dropped during handling.
E. Pipe shall be loaded so as to ensure that out-of-roundness shall not exceed the limits
specified by the manufacturer.
F. It is the responsibility of the contractor to maintain internal bracing and ensure their need or
adequacy during installation.
G. Coated pipe shall be protected from ultraviolet and weathering damage as recommended by
the coating manufacturer. Coated pipe should never be placed, dragged, or roller direction
on the ground. Padded skids, earthen berms, burlap sacks filled with sand, and old car tires
are some of the means to adequately bunk the pipe at the jobsite. Pipe shall not be stacked
without proper padding.
H. Attach end covers to pipe stored either in the yard or in the field to prevent drying out of
concrete, if applicable.

PART 2 PRODUCTS

2.1 STEEL CYLINDERS

A. Fabricated from either:


1. Hot-rolled Carbon Steel Sheets: Conform to ASTM A 570, Grades B, C, D, or E, or ASTM
A 569 except that the maximum carbon content may be 0.25 percent and a minimum yield
strength of 33,000 psi.
2. Plates: Conform to ASTM A 283, Grade C or D.
B. Wall Thickness: The wall thickness shall be sufficient to withstand an operating pressure of
200 psi and a surge pressure of and additional 100 psi. Wall thickness shall be approved by
the District.
C. Seams: Fabricate sheets or plates into cylinders with longitudinal seams. Produce welds
with a tensile strength at least equal to the specified minimum tensile strength of the sheet or
plate. Cut test specimens from the cylinder and test per ASTM A 370 when specified.
D. Specified Diameter: The inside diameter of the concrete section.
E. Circumference of Steel Cylinders: Not to deviate from the design value by more than +3/16
inch for pipe sizes 16 inches and smaller or more than +1/4 inch for larger sizes.
F. Test Steel Cylinders: Test hydrostatically to a minimum hydrostatic pressure which develops
a fiber stress equal to 75 percent of the specified minimum yield strength of the steel.
Reweld cylinders which show any leakage under test at the points of leakage and subject
them to another hydrostatic test. Continue procedure until completely watertight under the
required test pressure.

2.2 JOINTS

A. Plain Ends for Welding: Make both ends of pipe section plain and remove edge burrs.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Steel Pipe


33 05 09
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.3 PIPE LENGHTS

A. 40 feet except where shorter lengths are required for fittings, curves, or closures.

2.4 BENDS AND SPECIFICATIONS

A. Fabricates short radius bends or special fittings such as wyes, tees and crosses from
previously tested steel cylinders per AWWA C208. Fabricate bends or special fittings at least
equal in strength to the abutting pipe sections and line and coat with the same material as the
pipeline. Obtain approval of design prior to fabrication.
B. Test all seams of bends or special fittings, except those seams previously tested as cylinders.
Test seams by the air soap method or by the dye-check method. Repair any leaks by
welding and retest the seam and re-coat if required.

2.5 OUTLETS

A. Build outlets into the wall of the pipe, prior to testing, for blow-offs, branches, air valves,
access manholes, etc. Provide cast or fabricated steel fittings of suitable design and securely
weld to the cylinder before being coated. Reinforce the pipe cylinder, as necessary, for the
required opening. Obtain approval of the design of such outlets prior to fabrication.

PART 3 EXECUTION

3.1 INSTALLATION
A. Install pipe per manufacturer’s instructions and per Section 31 23 26 – Excavation, Backfilling
and Compaction.
B. Provide a maximum joint deflection on curved alignment by means of unsymmetrical closure
of spigot into bell as per manufacturer’s recommendation but not greater than the following:
1. ¾ inch for pipes 12 inches through 24 inches.
2. 1 inch for pipes 27 inches through 72 inches.
C. Repair all damages to coatings and linings.

3.2 FIELD WELDING


D. Field joints shall be complete joint penetration (CPJ) butt welds. Field joints shall be
assembled so that seams in adjacent pipe sections are offset from each other by at least five
times the thickness of the thinner of the pipes being joined. Backing rings shall be used on
the interior of the pipe.
E. Welding procedures outlined in AWWA C206 – Field Welding of Steel Water Pipe, shall be
followed. Joint welding, procedures, welders and welding operators shall be qualified under
tests prescribed by the American Welding Society D1.1 Structural Welding Code – Steel.
F. Provisions shall be made for the expansion and contraction of exposed lines. Where
individual pipe lengths are anchored and sleeve-type couplings are used for field joints, the
joints must allow enough movement so that expansion and contraction is not cumulative over
an excessive length.
G. After field assembly, the exterior and interior joint ends shall be completed with coatings that
are compatible with the original coating system of the pipe and in conformance with the
applicable AWWA standards. Refer to Section 09 91 00- Pipeline Coatings and Linings.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Steel Pipe


33 05 09
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Steel Pipe


33 05 09
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 33 11 00
WATER DISTRIBUTION AND TRANSMISSION SYSTEMS

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Water distribution and transmission system identification, valves, boxes, hydrants, service
connections and accessories.

B. This section is applicable to potable and non-potable water pressure systems.

1.2 RELATED SECTIONS

A. Section 33 13 00 – Disinfection
B. Section 33 13 05 – Flushing and Testing

1.3 REFERENCES

A. ACPA: American Concrete Pipe Association.

B. Applicable water company requirements.

C. AWWA C600: AWWA Standard for Installation of Ductile-Iron Water Mains and Their
Appurtenances.

D. AWWA C800: AWWA Standard for Underground Service Line Valves and Fittings.

E. AWWA C900: AWWA Standard for Polyvinyl Chloride Pipe (PVC) Pressure Pipe, 4 In.
Through 12 In., for Water.

F. AWWA M11: AWWA Manual for Steel Pipe – Design and Installation.

G. CDA: Copper Development Association

H. NSF Standard 61, Drinking Water System Components – Health Effects

I. Utah Code R309-550 – Transmission and Distribution Pipelines

1.4 PERFORMANCE REQUIREMENTS

A. Depth of Cover:
1. 48 inches minimum to top of pipe for culinary water lines, or as indicated in local building
code. 72 inches maximum unless authorized otherwise by ENGINEER.
2. 42 inches minimum for culinary service lines unless adjustment is authorized by
ENGINEER.
3. If less cover, provide additional protection to withstand frost and external loads.
4. Minimum cover for pressurized irrigation systems shall be as required by the Agency with
jurisdiction.

B. Remove any section of pipe already placed which is found to be defective or damaged. Relay
or replace without additional cost to OWNER.

CALDWELL RICHARDS SORENSEN Page 1 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

1.5 SUBMITTALS

A. Product Data: submit manufacturer’s technical product data and installation instructions.

B. Project Record Documents: Submit documents; include details of underground structures,


connection, thrust blocks and anchors. Show interface and spatial relationship between
piping and adjacent structures.

1.6 SITE CONDITIONS

A. Minimize neighborhood traffic interruptions. Barricade stockpiles.

B. Secure acceptance of pipeline lateral tie-in work.

C. Repair public and private facilities damaged by CONTRACTOR.

D. Do not turn on or turn off any valve outside of the Work prior to securing ENGINEER’s or
water company’s permission.

PART 2 – PRODUCTS

2.1 GENERAL

A. All materials which may contact drinking water, including pipes, joints, fittings, valves,
hydrants, gaskets, lubricants and O-rings shall be ANSI-certified as meeting the requirements
of NSF Standard 61, Drinking Water System Components – Health Effects. To permit field
verification of this certification, all such components shall be appropriately stamped with the
NSF logo.

B. Pipe and fittings containing more than 8% lead shall not be used. Lead-tip gaskets shall not
be used. Repairs to lead-joint pipe shall be made using alternative methods.

C. Water services and plumbing shall conform to the Utah Plumbing Code. Solders and flux
containing more than 0.2% lead.

2.2 PIPES AND FITTINGS

A. Provide piping materials and factory fabricated piping products of sizes, types, pressure
ratings, and capacities indicated.

B. Where not indicated, provide proper selection as determined by installer and acceptable to
ENGINEER to comply with installation requirements.

C. Provide sizes and types of equipment connections for fittings of materials which match pipe
materials used in the piping system. Where more than one type of material or product option
is indicated, selection is installer’s choice.

D. Provide pipe fittings and accessories of same material and weight or class as pipe, with
joining method indicated or recommended by manufacturer.

2.3 VALVES

A. Refer to Section 33 12 16 – Water Valves.

CALDWELL RICHARDS SORENSEN Page 2 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.4 VALVE BOX

A. Buried Valves in Traffic Areas: 2 piece, cast iron, screw adjustable sleeve, 5 – ¼ inch shaft,
with a drop lid.

B. Buried Valves in Non-Traffic Areas: Slip type of height required for installation.

C. Markings: On cover of vale box, cast the appropriate utility lettering.

2.5 HYDRANTS - NOT USED

A. Hydrants should have a bottom valve size of at least five inches, one 3.5 inch pumped
nozzle and two 2.5 inch nozzles.

2.6 VALVE CHAMBER

A. Basin: Class 5000 concrete floor and walls.

B. Steps: Plastic, cast into sidewalls greater than 4 feet deep.

C. Top: Flat slab class 5000 concrete.

D. Frame and Cover: Scoriated asphalt coated, heavy duty ductile iron suitable for traffic loading
with flat top design and appropriate utility lettering. Shape and size as indicated.

2.7 MORTAR AND CONCRETE

A. Mortar: Portland cement

B. Concrete:
1. Cast-in-place, Class C minimum per Section 03 50 00 – Cast-In-Place Concrete.
2. Precast, Class 4000 minimum.

2.8 TAPPING SADDLES

A. Provide bronze alloy, ductile iron, or stainless steel saddles with stainless steel double straps.

B. Provide tapping saddles that have a minimum rated working pressure of 300 psi, neoprene
Buna N gaskets, and bronze tapered threads.

C. Tapping saddles shall not be allowed on steel pipe. All components on steel pipe shall have
a welded outlet.

2.9 ACCESSORIES

A. Bolts, Nuts, Washers: Stainless Steel.

B. Anchorages: Provide anchorages for tees, wyes, crosses, plugs, caps, bends, valves, and
hydrants. After installation, apply full coat of asphalt or other acceptable corrosion-retarding
material to surfaces of ferrous anchorages.

C. Corporation Stops: All bronze tapered threads.

CALDWELL RICHARDS SORENSEN Page 3 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

PART 3 – EXECUTION

3.1 EXAMINATION

A. Verify trench excavation is ready to receive work, and dimensions, and elevations are as
indicated.

B. Commencing installation means acceptance of existing conditions.

3.2 PREPARATION

A. Hand trim excavation to required elevations. Correct over-excavation per Section 31 23 26 –


Excavation, Backfilling and Compaction.

B. Remove stones larger than 2 inches or other hard material which could damage pipe or
impede backfilling or compaction, to a depth of at least six inches below the bottom of the
pipe

C. Backfill material shall be tamped in layers around the pipe and to a sufficient height above the
pipe to adequately support and protect the pipe. As a minimum:

1. For plastic pipe, backfill material with a maximum particle size of ¾” shall be used to
support the pipe.
2. For ductile iron pipe, backfill material shall contain no stones larger than 2 inches.

D. Examine areas and conditions under which materials and products are to be installed. Do not
proceed with system installation until unsatisfactory conditions have been corrected in
manner acceptable to system installer.

E. Clearly identify and promptly set aside defective or damaged pipe.

F. Use pipe cutting tool acceptable to pipe manufacturer.

G. Under no circumstances shall the pipe or accessories be dropped into the trench.

H. All tees, bends, plugs and hydrants shall be provided with reaction blocking, tie rods or joints
designed to prevent movement.

I. The open ends of all pipeline under construction shall be covered and effectively sealed at
the end of the day’s work.

J. Service lines shall be capped until used.

3.3 LOCATING POTABLE WATER PIPE

A. Comply with Utah Drinking Water Act.

B. Where potable water pipe crosses under gravity-flow sewer lines, fully encase the water pipe
for distance at least 10 feet each side of the crossing.
1. Provide pressure pipe with no joint located within 36 inches of the crossing.
2. Encase water lines where water line is placed within 24 inches of a sewer force main or
inverted siphon.
3. Encase in concrete those joints in the sewer main which are horizontally closer than 36
inches to the crossing.

CALDWELL RICHARDS SORENSEN Page 4 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. Do not place potable water lines in the same trench with sewer lines, storm drains or electric
wires.

3.4 INSTALLATION – PIPE AND FITTINGS

A. Steel Pipe: Install per AWWA M11 and AWWA C604.

B. Ductile Iron Pipe: Install per AWWA C600.

C. Copper Tube: Install per CDA: Copper Tube Handbook”.

D. Polyethylene Pipe: For 3 inches or smaller pipe follow AWWA C901. Install all other sizes per
manufacturer’s installation instructions.

E. Polyvinyl Chloride Pipe: Install per AWWA C900.

F. Concrete Pipe: Install per ACPA “Concrete Pipe Handbook”.

G. Wedges: Install metal wedges on all metal pipe systems.

3.5 INSTALLATION – SETTING VALVES AND VALVE BOXES

A. Install valves plumb with stems pointing up.

B. Set valve box over valve nut. Operator’s key to be plumb with clearance in valve ox when
opening and closing valve.

C. Adjust box to finish grade.

D. Clean any dirt or foreign material from inside of box.

3.6 INSTALLATION – SERVICE BOXES

A. Ensure all parts are in working order.

B. Where water lines are located below paved streets having curbs, install valves and boxes
back of the curb.

C. Where no curbing exists, install valves and boxes in accessible locations beyond city limits of
street surfacing, walks, driveway approaches.

3.7 INSTALLATION – TAPS

A. Apply for and pay for applicable permits from water company for indicated size and location
of tap to water main. Comply with all connection requirements of water company.

B. Make all service taps with a tapping machine acceptable to the water company. Use teflon
tape on all taps unless indicated otherwise.

C. The minimum distance between taps is 24 inches, with a 5 degree stagger. Do not make
service taps within 24 inches of the end of pipe. Install taps at angle authorized by
ENGINEER.

D. Service saddles are required on all taps except, ¾ inch or 1” taps to new ductile iron pipe.

CALDWELL RICHARDS SORENSEN Page 5 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.8 INSTALLATION – CONCRETE THRUST BLOCKS

A. Do not perform hydrostatic testing per Section 33 13 05 – Flushing and Testing until thrust
block concrete has cured for 5 days.

B. Provide thrust blocks on all plugs, caps, tees, hydrants and vertical or horizontal bends.
Wrap fittings prior to placement of thrust blocks.

C. Provide stainless steel or epoxy coated steel tie rods or clamps or shackles to restrain thrust.

D. Unless otherwise indicated or directed by ENGINEER, place the base and bearing sides of
thrust blocking directly against undisturbed earth.

E. Sides of thrust blocking not subject to thrust may be placed against forms. Place thrust
blocking so the fitting joints will be accessible for repair.

3.9 INSTALLATION – REPLACING OR LOOPING EXISTING PIPE

A. Replacing Existing Water Service Line:


1. When placing water service lines, replace non-copper pipe with type K copper pipe.
2. Follow AWWA C800, Utah public drinking water regulations and Utah plumbing code
requirements.

B. Looping Existing Water Service:


1. Minimum pipe diameter ¾ inch.
2. Pinching tools used to close and open service lines may be used only if allowed by
ENGINEER. When service line pinches cannot be returned to previous shape or flow,
remove and replaced damaged portion of pipe.
3. Soldered joints or connections are not allowed.
4. For copper to iron connections use a brass pack joint compression coupling with joint
locking device.
5. For copper to copper connections use a brass flare coupling.
6. Follow details shown in standard plans.

C. Looping Existing Water Main:


1. Existing water mains may not match standard size. Pothole to obtain actual pipe diameter
and match size.
2. Do not shut down pipeline until couplings and fittings are on site. Coordinate shut-down
with water company.
3. Connections to steel or transite pipe requires transition couplings or sleeves with
transition gaskets.
4. Follow details shown in standard plans.

3.10 BACKFILLING

A. Trenches and structures: Refer to Section 31 23 26 – Excavating, Backfilling and


Compaction.

3.11 SURFACING RESTORATIONS

A. Refer to Section 32 01 04 – Restoration of Existing Improvements.

CALDWELL RICHARDS SORENSEN Page 6 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.12 FIELD QUALITY CONTROL

A. All new water mains or appurtenances shall be disinfected in accordance with AWWA
Standard C651. On all new and extensive distribution system construction, evidence of
satisfactory disinfection shall be provided. The use of water for culinary purposes shall not
commence until the bacteriological tests indicate the water to be free from contamination.
Refer to Section 33 13 00 – Disinfection of Water Distribution Systems.
B. All types of installed pipe shall be pressure tested and leakage tested in accordance with
AWWA Standards C600. Refer to Section 33 13 05 – Flushing and Testing.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 7 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 8 of 8 Water Distribution & Transmission Systems


33 11 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 33 12 16
WATER VALVES

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Gate, butterfly, check, pressure reducing, pressure relief, air released vacuum, pump control
valves and their installation.

B. Sleeve valves

C. Valve boxes

D. Electric motor operator

1.2 RELATED SECTIONS

A. Section 33 11 00 – Water Distribution and Transmission Systems

B. Section 33 13 00 – Disinfection of Water Distribution Systems

C. Section 33 13 05 – Flushing and Testing

D. Section 09 90 00 – Coatings and Finishes

1.3 REFERENCES

A. AWWA C111: American National Standard for Rubber-Gasket Joints for Ductile-Iron and
Gray-Iron Pressure Pipe and Fittings

B. AWWA A C502: AWWA Standards for Dry-Barrel Fire Hydrants

C. AWWA C504: AWWA Standard for Rubber-Seated Butterfly Valves

D. AWWA C508: AWWA Standard for Swing-Check Valves for Waterworks Service, 2 In.
through 24 in. NPS

E. AWWA C509: AWWA Standard for Resilient-Seated Gate Valves for Water and Sewerage
Systems

F. AWWA C550: AWWA Standard for Protective Interior coatings for Valves and Hydrants

G. AWWA C600: AWWA Standard for Installation of Ductile-Iron Water Mains and Their
Appurtenances

H. AWWA C507: AWWA Standard for Ball Valves 6 inch through 48-inch

CALDWELL RICHARDS SORENSEN Page 1 of 6 Water Valves


33 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

1.4 SUBMITTALS

A. Manufacturer’s affidavit certifying product was manufactured, tested and supplied in


accordance with the applicable references in this section together with a report of the test
results and the date each test was completed.

B. Provide detailed technical information as required for evaluating the quality of the valve. This
shall include complete dimensions, weight, materials lists and operation charts, etc.

C. Submit under provisions of Section 01 33 00 – Submittals.

1.5 FACTORY TESTING

A. All valve actuators are to be dynometer tested at factory.

PART 2 – PRODUCTS

2.1 GENERAL

A. Provide valves that have a rated working pressure of at least 200 psi, unless otherwise
required on the Drawings.

B. Use valves having mechanical joints for buried ductile iron pipe, polyvinyl chloride pipe and
asbestos-cement pipe, and flanged connections for installation in vaults and structures.

C. Provide the type of valve shown on the Drawings for use with other types of pipe.

D. Furnish all valves to be used below ground with vertically mounted, non-rising stems and a 2-
inch square operating nut. Valves to open left.

E. Furnish all valves to be used in vaults and structures with non-rising stems and equipped with
a hand-wheel, unless otherwise shown on the Drawings.

F. Provide corrosion resistant stem extensions where called for on the Drawings.

G. All flanged valves shall include a complete set of stainless steel studs, nuts, and gaskets. All
metal accessory items shall be stainless steel.

H. Coat all valves according to AWWA C550.

2.2 OPERATING WRENCH – NOT USED

A. Mueller A-24610, length as shown on the Drawings, galvanized after fabrication.

2.3 GATE VALVES

A. Material: cast iron body, bronze mounted: furnish valves 3 inches through 48 inches that
conform to the requirements of AWWA C509, non-rising stem design with “O” ring seals.

B. Operating Direction: Open counterclockwise.

C. Buried Valves: Flanged, mechanical joint, or as indicated.

CALDWELL RICHARDS SORENSEN Page 2 of 6 Water Valves


33 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

D. Product: Mueller 2300 Series Resilient Wedge Gate Valve, American Flow Control 2500
Series; with appropriate type Clow 6100 Series; or accepted equal.

2.4 BUTTERFLY VALVES - NOT USED

A. Material: cast iron body, bronze mounted, in accordance with AWWA C504.

B. Body Type: Short Body or long body at Contractor’s option as determined by valve’s
installation. Short body valves may only be used where the disc will not interfere with
adjacent fittings.

C. Wafer Valves: Subject to approval.

D. Valves Shafts: Install horizontal.

E. Underground manual operators shall be totally enclosed, factory grease packed and sealed,
bronze worm gear operators with self locking gearing; stops shall be provided to prevent over
travel of valve disc.

F. Valve operator shall be geared to close valves slowly. Number of turns to close valve from
full open position shall be 32 for 10-inch and smaller valves, 52 for 12-inch through 16-inch
valves, and 76 for 18-inch through 24-inch valves. Closing times for larger valves shall be
presented and approved by the Engineer.

G. Product: M & H Valve Co. 4500 Series Mueller “Lineal III” Butterfly Valve; with appropriate
type Pacific States Cast Iron Valve Box; or accepted equal.

2.5 HIGH PERFORMANCE BUTTERFLY VALVES - NOT USED

A. Materials, in accordance with AWWA C504.

B. Body Type: ASTM A-126, Class B cast iron.

C. Flanges: ANSI, B-16.1, class 150.

D. Valve Disk: Stainless Steel ASTM, A-296, Grade CF 8M. Disk edge stainless steel Type 316
edge for mating with rubber seat.

E. Valve Seat: Rubber mating AWWA C-504, mechanically retained and field adjustable with
stainless steel retainer screw.

F. Shafts: Stainless steel ASTM A-560, Type 630, conditions H-1100, “O” ring seals are not
acceptable.

2.6 FLOW CONTROL VALVES - NOT USED

A. Type: 2-stage sleeve valve

B. Body: Cast steel 316, 150lb flanged with stainless steel 316. 2 stage cage.

C. Operator: Manual hand wheel actuator with locking set screw.

D. Mokveld model RZD-RMX84-H4D (2 stage)

CALDWELL RICHARDS SORENSEN Page 3 of 6 Water Valves


33 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.7 CHECK VALVES – NOT USED

A. Material shall be in accordance with AWWA C508.

B. Valves 3 inches in Size and Larger: Iron body, bronze mounted, flanged end (Buna-N &
Steel) and fabric reinforced disc.

C. Outside weight and lever required.

D. Pressure Rating: +25ANSI Class 125.

E. Val-Matic swing flex style valve.

2.8 PRESSURE REDUCING VALVES – MAIN LINE

A. Singer Valve Model 106-PR-AC, ClaVal 90-01/690-01 or Approved Equal. The valve shall
meet manufacturer’s recommendations for Anti-Cavitation Trim and will be warranted to
perform under pre designed flow conditions.

B. Operation: Capable of maintaining an adjustable constant downstream pressure regardless


of upstream pressure.

C. Type: Hydraulically operated globe. The stem of the valve shall be AISI 316 Stainless Steel
stem. Lower grades of stainless steel stems will not be accepted.

D. Valves shall have a protective fusion bonded coating internally and externally. The protective
fusion bonded coating shall conform to the ANSI/AWWA C116/A21.16 (current version)
specification. No machining of any external parts after final coating will be acceptable to
ensure a continuous coating surface throughout the entire valve.

E. Valve shall utilize a Pressure Reducing Pilot which shall be constructed from AISI 316
Stainless Steel. The Pilot Tubing shall also be supplied in AISI 313 braided or rigid stainless
steel construction.

F. The valves shall form a drip-tight seal between the stationary stainless steel seat ring and the
resilient disc, which has a rectangular cross-section and is retained by clamping on three and
one half sides. The resilient disc shall be constructed of Buna-N or EPDM for normal service
conditions.

G. All external fasteners shall be AISI 18-8 Stainless Steel with AISI 18-8 Stainless Steel
washers. Mild steel studs or bolts will not be acceptable.

H. Valves 6” and larger shall provide smooth frictionless motion and maximum low flow stability.
The diaphragms shall not be used as a seating surface.

I. Elongated slots shall not be permitted, circular orifices only on stainless steel cages.

J. Include an upstream and downstream pressure gage capable of accurately measuring


system pressures.

2.9 PRESSURE RELIEF VALVES

A. Operation: maintain a constant upstream pressure by passing or relieving excess pressure.

CALDWELL RICHARDS SORENSEN Page 4 of 6 Water Valves


33 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

B. Closed valves: drip-tight

C. Type: Hydraulically operated (or pneumatically operated in gas system), pilot control using a
diaphragm with a single removable seat and resilient disc. V-ported piston/full parting
accepted.

D. Pilot Controls: Direct acting, adjustable between 20 and 200 psi, spring loaded, diaphragm
valve.

E. Rating: 250 psi working pressure with flanged connections.

2.10 PUMP CONTROL VALVE - NOT USED

A. Types: Hydraulically operated, diaphragm actuated, metal seated ball valve. APCO-
Willamette or equal.

B. Pilot Controls: Externally mounted, four-way, solenoid pilot valve with self-cleaning strainers
and diaphragm type check valves.

C. Equip with a limit switch for pump control.

D. Equip with an emergency close to prevent flow reversal.

E. Materials: AWWA C507

F. Rating: 250 psi working pressure with flanged connections.

G. Solenoids and the Limit Switch: Supplied with operating voltage as of 120VAC

H. Body: ANSI B16.1, Class 250 flanged body.

I. Ball: Cast integral bronze bashed trunnions, stainless steel 300 series fully adjustable metal
seats;
J. Torque Limit: Traveling cross-head with linkage to stage movement (2 stage) last 80 percent
travel in half travel time; disassembly for repair and inspection distance without valve form
position

K. Bearings: 900 lb./sq. inch maximum loading at 150 psig differential; bronze journal and
brushing.

L. Include a stainless steel ¼” thick orifice plate tube installed down gradient of valve. Orifice
tube determined with input from Engineer.

2.11 VALVE BOXES

A. Three piece, body adjustable sleeve, cast iron of the height and type required for the
installation, Tyler Pipe Company 6850 series, or acceptable alternate.

B. Provide the word “water”, “sewer”, or “irrigation’ cast into the cover, depending upon the
intended installation.

2.12 ACTUATORS

1. Not used.

CALDWELL RICHARDS SORENSEN Page 5 of 6 Water Valves


33 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

2.14 VACUUM AIR RELEASE VALVES

A. Manufacturers
1. Cla-Valve Company
2. Golden Anderson
3. APCO, Valve & Primer Corp.

B. 250 psi working pressure

C. Materials
1. Body and cover: Cast iron ASTM A 126 GR.B
2. Float: Stainless Steel ASTM A 240
3. Needle and seat: Buna-N
4. Plug: Bronze ASTM B 124
5. Leverage frame: Delrin/Cast iron ASTM D 2133 ASTM A 126 GR.B

D. Single body construction through 6 inch threaded connections up to 4 inches.

2.15 BALL VALVES (UP TO 2”)

A. Brass body, teflon coated brass ball, rubber seat and stem seals, tee stem predrilled for
control road, female IPS thread on the inlet and outlet sides, with rod control, valve key, and
extension rod.

PART 3 – EXECUTION

3.1 INSTALLATION

A. Install all valves in accordance with AWWA C600.

B. Operate all valves at least twice during disinfection, when possible.

C. Provide on “T” handle operating wrench for each six buried valves, or portion thereof.

D. Actuator operators are to be adjusted and checked with controller.

E. Adjust valve boxes to grade and remove foreign material from inside box.

F. Test hydrants for rate of barrel draining and operation of auxiliary valve. All test to witnesses
by the Engineer. Repair any failures.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 6 of 6 Water Valves


33 12 16
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 33 13 00
DISINFECTION

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Disinfection of potable water system


B. Test and report results

1.2 REFERENCES

A. AWWA A100: AWWA Standard for Water Wells


B. AWWA B300: AWWA Standard for Hypochlorites
C. AWWA B301: AWWA Standard for Liquid Chlorine
D. AWWA C651: AWWA Standard for Disinfecting Water Mains
E. AWWA C652: AWWA Standard for Water-Storage Facilities
F. Utah Code R309-550 – Transmission and Distribution Pipelines

1.3 DEFINITIONS

A. Disinfect Residual: The quantity of disinfectant in treated water


B. ppm: parts per million

1.4 SUBMITTALS

A. Contractor’s evidence of experience in disinfection.


B. Bacteriological laboratory’s evidence of certification if laboratory is not Owner’s laboratory.
C. Disinfection Report: three copies including:
1. Date issued
2. Project name and location
3. Treatment Contractor’s name, address and phone number
4. Type and form of disinfectant used
5. Time and date of disinfectant injection started
6. Time and date of disinfectant injection completed
7. Test Locations
8. Initial and 24 hour disinfectant residuals in ppm for each outlet tested
9. Time and date of flushing start
10. Time and date of flushing completion
11. Disinfectant residual after flushing in ppm for each outlet tested
D. Bacteriological Report: three copies including:
1. Date Issued
2. Project name and location
3. Laboratory’s name. Certification number, address, and phone number
4. Time and date of water sample collection
5. Name of person collecting samples
6. Test locations
7. Time and date of laboratory test start
8. Coliform bacteria test results of each outlet tested
9. Certification that water conforms or fails to conform to bacterial standards of State of
Project public drinking water regulations
10. Bacteriologist’s signature

CALDWELL RICHARDS SORENSEN Page 1 of 4 Disinfection


33 13 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

1.5 QUALITY ASSURANCE

A. Store and protect disinfectant in accordance with manufacturer’s recommendations to


protect against damage or contamination. Do not use unsuitable disinfectant.
B. Follow all instruction labeling for safe handling and storage of disinfectant materials.

1.6 REGULATORY REQUIREMENTS

A. Conform to State of Project public drinking water regulations.

PART 2 – PRODUCTS

2.1 DISINFECTANT

A. Liquid Chlorine: conforming to AWWA B301 with chlorine 99.5 percent pure by volume.
B. Sodium Hypochlorite: conforming to AWWA B300 with not less than 100 grams per liter
available chlorine.
C. Calcium Hypochlorite: conforming to AWWA B300 with not less than 65% available chlorine
by weight.

2.2 ALKALI

A. Caustic Soda or Soda Ash

2.3 ACID

A. Hypochloric (Muriatic) type.

PART 3 – EXECUTION

3.1 GENERAL

A. All new water mains or appurtenances shall be disinfected in accordance with AWWA
Standard 651. The use of water for culinary purposes shall not commence until the
bacteriological tests indicate the water to be free from contamination.

3.2 PREPARATION

A. Prior to starting the disinfection procedure, ensure the potable system is completed,
cleaned, tested in accordance with Section 33 13 05 – Flushing and Testing, and ready for
disinfection.
B. Ensure that the pipeline to be disinfected is not connected to existing system.
C. Provide necessary signs, barricades and notices to prevent accidental exposure to
disinfecting materials, consuming disinfecting water, or disturbing the system being
disinfected.

3.3 DISINFECTION OF WATER LINES

A. Use one method defined under AWWA C651, as approved by Engineer.


B. Disperse disinfectant throughout system to obtain a minimum of 25 milligrams per liter of
free chlorine residual.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Disinfection


33 13 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. Starting at outlet closest to water source, bleed water from each outlet until water
procedures odor of disinfectant. Repeat process at each outlet throughout system.

3.4 DISINFECTION OF CULINARY WELLS

A. Use one method defined under AWWA A100 as approved by Engineer.


B. Do not start disinfection until well is thoroughly cleaned.
C. Use a disinfecting solution containing a minimum of 50 ppm residual; chlorine.

3.5 DISINFECTION OF WATER STORAGE RESERVOIRS

A. Use one method defined under AWWA C652, as approved by Engineer.


B. Do not start disinfection until water storage tank is thoroughly cleaned.
C. Provide and use necessary safety equipment for workers in contact with disinfectant or
gasses they may produce.

3.6 QUALITY CONTROL – BACTERIOLOGICAL TEST

A. No samples for testing shall be taken sooner than 24 hours after system flushing.
B. Sample water at each of the following locations, as applicable:
1. Where water enters system.
2. Ends of piping runs.
3. Remote outlets.
C. Analyze water samples in accordance with State Project requirements.
D. If bacteriological test proves water quality to be unacceptable, repeat system treatment.
E. Water systems shall not be accepted or place into service until a negative bacteriological
test is made on water taken. Repeat dosing as necessary until a negative test is obtained.
Provide a copy of the negative bacteriological test to Engineer.

3.6 FLUSHING AND DISPOSAL OF DISINFECTANT

A. After the 24 hour retention period, flush the chlorinated water from the main until chlorine
measurements shot the concentration in the water leaving the main is no higher than that
generally prevailing in the system or is acceptable for domestic use.
B. Legally dispose of disinfecting water and ensure no chlorine buildup or damage to the
environment.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 3 of 4 Disinfection


33 13 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

This page is left blank intentionally.

CALDWELL RICHARDS SORENSEN Page 4 of 4 Disinfection


33 13 00
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

SECTION 33 13 05
FLUSHING AND TESTING

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Testing requirements for potable and non-potable water piping systems.


B. Warning: The hydrostatic testing described in this section shall not be applied for air-pressure
testing.

1.2 DEFINITIONS

A. Leakage: The quantity of water required to maintain the specified hydrostatic test pressure after
the pipeline has been filled with water and the air expelled.
B. Non-rigid Pipe: Any pipe which requires bedding and backfill material for structural support.

1.3 REFERENCES

A. The following standards shall be met:


1. Utah Code R309-550 – Transmission and Distribution Pipelines
2. AWWA C604 – Installation of Steel Water Pipe – 4 In. and Larger
3. AWWA C600 – Installation of Ductile-Iron Water Mains and Their Appurtenances

1.4 SUBMITTALS

A. Pipeline Test Report: Submit the following.


1. Type of test.
2. Identification of pipe system.
3. Size, type, location and length of pipe in test section.
4. Test pressure and time.
5. Amount of leakage versus allowable.
6. Date of test approval.
7. Signature of test supervisor.
8. Signature of Resident Project Representative witnessing and accepting the test.

1.5 PROJECT CONDITIONS

A. Repair pipeline system at no additional cost to OWNER until passes specified commissioning
tests.

PART 2 PRODUCTS

2.1 TESTING MATERIALS

A. Medium: Water, air.


B. Recording Equipment:
1. Supply all equipment and power to perform pressure testing.
2. Secure approval of pressure gauges.
3. Locate all gages and recording equipment away from effect of sunshine or unsuitable
weather conditions.
4. Place, vents, pressure taps and drains for the test. Repair pipeline at completion of test at
no additional cost to OWNER.

CALDWELL RICHARDS SORENSEN Page 1 of 4 Flushing and Testing


33 13 05
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

PART 3 EXECUTION

3.1 PREPARATION

A. Notify ENGINEER 48 hours in advance of test.


B. Carry out tests as pipeline construction progresses to ensure construction methods are
producing satisfactory results.

3.2 PRESSURE TEST

A. Air Test: Per pipe manufacturer’s recommendation.


B. Hydrostatic test:
1. Expel all air from the pipeline before applying the specified test pressure. Provide air
release taps at points of highest elevations before testing. Insert permanent plugs after test
has been completed. The line shall be filled slowly to prevent water hammer.
2. Upon completion of filling with water, the line shall be pressurized to the required test
pressure and maintained for a minimum of 2 hours.
a. Steel pipe shall be pressure tested at its design pressure, and shall not exceed this
pressure.
b. Ductile-iron pipe shall be pressure tested at not less than 1.25 times the stated
working pressure of the pipeline measured at the highest elevation along the test
section and not less than 1.5 times the stated working pressure at the lowest
elevation of the test section. The test pressure shall not exceed the thrust restraint
design pressures or 1.5 times the pressure rating of the pipe or joint, whichever is
less.
2. No piping installation will be acceptable until the leakage is less than the amount allowed
by the industry standards for the type of pipe material being tested or if no standard
prevails than the number of gallons per hour as determined by the formula:

Q= LD x square root of P
133,200
Where: Q = allowable leakage, in gallons per hour.
L = length of pipe under test in feet.
D = nominal diameter of pipe in inches.
P = average test pressure, in pounds per square inch (gage).

C. Locate and repair the defective joints and retest until the leakage is within specified allowance.
D. Repair any visible leakage even if total leakage is less than allowable.
E. When testing against closed valves, an additional leakage per closed valve of 0.0078 gal/hr/in
of nominal valve size shall be allowed. Testing against existing valves is not recommended.
When testing against existing valves is necessary, some leakage can be expected and should
not be the sole basis for rejection.

3.3 ALIGNMENT AND GRADE TEST

A. Do not allow line and grade of pipe to vary more than 1/32 inch per inch of pipe diameter or ½
inch maximum provided that such variation does not result in a level or reverse sloping invert.
B. The variation in the invert elevation between adjoining ends of pipe due to eccentricity of joining
surface and pipe interior surfaces shall not exceed 1/64 inch per inch of pipe diameter, or ¼
inch maximum.

CALDWELL RICHARDS SORENSEN Page 2 of 4 Flushing and Testing


33 13 05
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

3.4 OBSTRUCTION TEST

A. Visually examine pipe internally for obstructions.


B. When visual test is not feasible, pass through pipeline a round incompressible mandrel which is
1 inch less in diameter than the internal diameter of the pipeline and 2 times the diameter in
length.

3.5 NON-RIGID PIPE DEFLECTION TEST

A. Test installed sections of non-rigid pipeline to ensure that circumferential deflection of non-rigid
pipe does not exceed 5 percent. Use mandrel of proper size.

3.6 INFILTRATION TEST

A. No pipe installation will be accepted if the infiltration rate exceeds 50 gallons per inch diameter
per mile per 24 hours.

3.7 PIPE TESTING SCHEDULE

A. Irrigation:
1. Grade Test: All circuits drain.
2. Pressure test.
3. Operation Testing:
a. Perform operation testing after hydrostatic test is complete, backfill is in place and
sprinkler heads adjusted to final coverage.
b. Demonstrate system meets coverage requirements and automatic controls function
properly.
c. Coverage requirements are based on operation of 1 circuit at a time.
B. Sanitary Sewers:
1. Alignment and grade test.
2. Obstruction test.
3. Non-rigid pipe deflection test (if applicable).
4. Infiltration test for gravity pipeline systems.
5. Pressure test for pressure pipeline systems.
6. Televised joints and taps.
C. Subdrains:
1. Grade test: All pipelines drain.
2. Obstruction test.
3. Non-rigid pipe deflection test (if applicable).
D. Storm Drains:
1. Alignment and grade test.
2. Obstruction test.
3. Non-rigid pipe deflection test (if applicable).
4. Pressure test for pressure pipeline systems.
E. Potable Water System:
1. Obstruction test.
2. Pressure test.

3.8 FLUSHING

A. Flush all lines after pressure testing.


B. Provide for a 2.5 foot per second flushing velocity according to the following:
Flow (GPM) = 4.37 D2
Where D = Inside Diameter in Inches

CALDWELL RICHARDS SORENSEN Page 3 of 4 Flushing and Testing


33 13 05
CRS Project 13071C 4500 South Waterline Improvements
December 2014 Jordan Valley Water Conservancy District

C. Gravity lines and large diameter pressure pipelines may be cleaned in lieu of flushing by means
of a high pressure water jetting prior to final testing.

END OF SECTION

CALDWELL RICHARDS SORENSEN Page 4 of 4 Flushing and Testing


33 13 05
DRAWINGS
ATTACHMENTS
CCTV Camera Insertion Tap General Requirements

A. Verify minimum 2” through opening dimension all the way from connection point into main
and verify correct opening and closing of the valve.

This can be accomplished using a 1- 15/16” wet


tap machine. Caution needs to be taken using
this technique because as a 1-15/16” bit is used
the bit may actually be worn down through
normal use and it may no longer be 1-15/16” in
true diameter. Our camera is 1-7/8” so even a
slight reduction in the diameter of the tapping
bit can prevent an appropriately sized opening
from being verified.

This step will also serve to verify that the valve under the connection point fully opens and
closes.

B. Provide Overhead access to connection point

This task has 3 primary objectives:

1. Allow ample space for the launch tube to be positioned atop the connection point. A
straight line drawn parallel to the center of the
connection point piping towards the sky should be
within a few degrees of true vertical for all
connection points. The launch tube is 8” in diameter
at its largest dimension so a 12” opening is the
minimum acceptable centered opening size that will
ensure that our launch tube will not get bound
against the walls of the opening. The slightly
oversized 12” dimension also allows for a (very)
slightly off-center opening or a slightly off-vertical
connection point centerline to still provide us with
ample room to perform our setup.
2. Provide a sturdy platform for the setup of our tripod
to rest on centered over the connection point. 2 –
4’x8’ sheets of 1” minimum thickness plywood will
be used to span any large openings that are created
by removal of any portions of vault roof which result
in significant openings (>36” diameter) atop the
main.
3. Ingress/Egress opening must exist in the vault with a
minimum opening size of 24” diameter. If the
ingress/egress opening will be the same opening as will
be used to setup the launch tube within, the opening
will need to be at least 36” diameter.

Many of the sites visited for this project do not currently provide
overhead access for the setup of our launch tube. The launch tube
during setup will extend up to 14 ft above the top of the connection
point during assembly. A minimum 12” opening needs to be
provided directly above the connection point located at the 12
o’clock position on the pipe. The 12” minimum opening dimension applies only where the launch tube
opening into the vault is not the same opening as the human ingress/egress opening into the vault. In
cases where the launch tube will be installed in the same opening as workers will use to enter and exit
the vault, a 36” minimum opening dimension will be required.

C. Provide Minimum 12” diameter around imaginary line drawn parallel to the centerline of
connection point piping extending to at least 14’ above the connection point

Since our launch tube is 8” in diameter, any plumbing, structure/vault components or other
obstructions that lie within a 12” diameter of the imaginary line drawn vertically from the center
point of the connection will prevent the attachment of our equipment to the connection point.

D. Install new tap

In cases where a new tap is to be installed on the main, several


objectives need to be taken into account with respect to the tap:

1. Our equipment connects to a 2” female pipe thread. It is the


contractor’s responsibility to provide a 2” female pipe thread
for our crew to attach our equipment to. Companion flanges
with 2” female pipe threads or other adapters are acceptable
as long as all other objectives of this section are accounted for
(especially objective 3).
2. Any new tap plumbing needs to provide a minimum 2” clear-
through opening into the main. Any slight reductions, cross
threaded fittings, etc that would create a condition in which a
2” diameter clear column for our equipment to pass through
will prevent the insertion of our equipment into the main.
Larger taps have been proposed and we welcome the use of
those larger taps because they make the overall insertion a lot
easier to accomplish, but a companion flange which adapts a
larger piece of plumbing to a 2” female pipe thread will be
required.
3. The dimension between the 2” female pipe thread connection point and the inner wall of
the water main can be no longer than 44”. If the connection point plumbing, valve, any
adapters and risers extend above the main
higher than 44”, our insertion equipment
cannot reach into the main.
4. The insertion tube requires stabilization support
and legs are attached to the tube and extended
as needed. The vault walls or trench box can
provide the foundation for the stabilization legs.
5. Ensure that the tap not only penetrates the
walls of the main, but also any liner coating that
lies on the main walls. We have run into
situations in the past where a tap was
performed, and water and pressure were
observed at the new tap, but upon insertion it
was discovered that only the pilot portion of the
tapping bit penetrated the actual liner.
Contractor to verify that the 2” hole extends
past any liner material and connects a 2 inch
open column directly into the water column of
the water main.
6. Verify that valve below connection point functions properly through entire range of motion:
open to close.

E. Eliminate existing flammable plants/other flammable objects on site and provide a fairly level
surface for the truck to sit on with a clear 8 ft wide unobstructed line of sight to the launch
tube opening on the site.

Our van will be running for several hours for each inspection. Some of the sites on this project
would require our vehicle to be sitting off road. It is the contractor’s responsibility to ensure that
conditions are such that our idling vehicle will not start any vegetation or other on-site materials on
fire. Recommend removing vegetation from the site area.

F. Remove all plumbing above the connection point.

All ARV’s and other plumbing above the female pipe thread connection point must be removed
prior to the start of the inspection. Wachs will not remove or modify and of the client’s
plumbing/piping/other appurtenances.

G. Provide traffic Control

Contractor to provide traffic control and obtain any necessary permits related to working on or
modifying traffic upon roadways.
H. Excavating to install new tap

Where a pipe is excavated to install a new tap, the contractor will provide proper OSHA acceptable
shoring methods. The excavation will also need to be dug and backfilled to provide a stable
working surface. A shoring box is typically used and plywood sheets can provide the platform.

You might also like