Top Banner
TECHNICAL SPECIFICATIONS ISSUED FOR BID West Nassau Regional Water Treatment Plant Phase 1B – Well Drilling & Raw Water Piping 6103-112652 JEA June 2016
192

ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

Dec 07, 2021

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

TECHNICAL SPECIFICATIONS ISSUED FOR BID

West Nassau RegionalWater Treatment PlantPhase 1B – Well Drilling

& Raw Water Piping

6103-112652

JEA

June 2016

Page 2: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Table of ContentsPhase 1B – Well Drilling & Raw Water Piping 00010 - 1

TABLE OF CONTENTS

DIVISION 01 - GENERAL REQUIREMENTS

01010 Summary of Work01025 Measurement and Payment01152 Application for Payment01300 Submittals01370 Schedule of Values01410 Testing and Testing Laboratory Services01445 Pipeline Testing and Cleaning01600 Delivery, Storage and Handling01720 Project Record Documents01730 Operation and Maintenance Data01740 Warranties and Bonds

DIVISION 02 - SITEWORK

02050 Demolition and Modifications02100 Site Preparation 02140 Dewatering and Drainage02200 Earthwork02210 Site Grading – Raw Water Pipeline02221 Trenching, Backfilling and Compaction02270 Erosion and Sedimentation Control02276 Temporary Erosion and Sedimentation Control02500 Surface Restoration02616 Ductile Iron Pipe and Fittings (Below Grade)02622 Polyvinyl Chloride (PVC) Pressure Pipe02640 Valves, Hydrants, & Appurtenances02830 Chain Link Fence02850 Well Mobilization and Cleanup02851 Drilling02852 Casing and Temporary Wellhead02853 Geophysical and Color Video Logging02854 Grouting02857 Packer Testing02863 Water Quality Analyses02864 Step Drawdown Testing02930 Seeding and Grassing

APPENDICES

Appendix A – Geotechnical Report

END OF SECTION

Page 3: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Table of ContentsPhase 1B – Well Drilling & Raw Water Piping 00010 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 4: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 1

SECTION 01010SUMMARY OF WORK

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The project consists of the construction of one new Floridan aquifer production well to approximately 1,300 feet below land surface (bls) and approximately 1,500 linear feet (LF) of raw water pipeline to convey flows from the new well. A temporary stub-out with valve and flange will be located in close proximity to the proposed new well for temporary use by the Owner prior to full construction of the wellhead mechanical work. This new well is designated Production Well Number Two (No. 2) and located near JEA’s West Nassau Regional Water Treatment Plant (WNRWTP), 77040 Robert E. Williams Drive, Yulee, Florida. The well shall have a nominal production capacity of no less than 2,500 gallons per minute (gpm). The new production well will provide reliability and redundancy to provide the desired finished water capacity of 3.60 million gallons per day (mgd) on a firm basis to the WNRWTP. Contractor shall also clear the majority of the well facility parcel (clearing stripping, grubbing and disposal), an area of 180 feet by 180 feet and leave a 10-foot tree buffer inside the parcel perimeter, as noted in the Contract Drawings.

B. The Work includes, but not limited to the following:

1. Production Well No. 2 a. The well shall be drilled into aquifers containing fresh water under pressure.

Requirements are set forth in these specifications regarding the handling of free flowing, artesian discharge water, drilling fluids, discharge waters from pump testing and drill cuttings. Requirements also are set forth for controlling the flow of the well during construction to retain water from drilling and related operations. Drilling fluids shall be managed by the Contractor. All drilling or pumping fluids shall have solids and sand settled out prior to discharging to an adjacent stormwater retention area. This will require a series of settling tanks and possible flocculants to aid in settlement. All drilling or pumping fluids shall be discharged directly into the stormwater pond adjacent to the site (Attachment A). Any discharge waters that reach wetlands or surface waters of the state must meet Generic National Pollutant Discharge Elimination Systems (NPDES) Permit conditions to discharge non-contaminated groundwater to surface waters of the State of Florida.

b. Clear the majority of the well facility parcel (clearing stripping, grubbing and disposal), an area of 180 feet by 180 feet and leave a 10-foot tree buffer inside the parcel perimeter, as noted in the Contract Drawings.

c. Temporary fencing (to remain) as required to secure the well site. Area of temporary fencing shall be coordinated with the Owner.

2. New Raw Water Maina. Approximately 1,500 linear feet (LF) of raw water (RW) pipeline, valves and fittings

by method of open-cut between new Production Well No. 2 to an existing 16-inch diameter stub out near the WNRWTP site-located Production Well No. 1. The piping will include approximately 10 LF of 12-inch diameter RW DR 25 PVC pipe, approximately 850 LF of 16-inch diameter RW DR 25 PVC pipe, and approximately 660 LF of 24-inch diameter RW DI pipe shall be installed to tie-in Production Well

Page 5: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 2

No. 2 with Production Well No. 1 at the WNRWTP site (see Contract Drawings for details).

b. Erosion and sedimentation control along the pipeline route, which is within a 40-foot wide ingress/egress easement A-1, as shown on the drawings.

c. Repair and restoration to any existing driveway and asphalt surfaces crossed by the open-cut method for the raw water main.

d. Removal of existing 16-inch diameter plug connection at Production Well No. 1 for new raw water main tie-in.

e. Field-locate all underground utilities within the construction limits of the raw water main. Contractor shall contact the local public utilities locating service to locate utilities prior to any excavation.

f. Permits, including the Notice of Intent that are required. The FDEP application for PWS Components has been secured by Engineer.

C. The Work to be performed under this contract consists of furnishing all tools, equipment, materials, supplies, subcontractor services, and manufactured articles as well as for furnishing all transportation and services including fuel, power, water, and essential communications, and for the performance of all labor, Work, and other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The Work shall be complete, and all Work, materials and services not expressly shown or called for in the Contract Documents, which may be necessary for the complete and proper construction of the Work in good faith shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the Owner.

D. The Contractor shall obtain the appropriate well construction permits from Nassau County, St. Johns River Water Management District (SJRWMD) and Florida Department of Environmental Protection (FDEP) and comply with all permit conditions and reporting requirements.

E. Wherever the Contract Documents address a third party, i.e., Subcontractor, Manufacturer, etc., it is to be considered the Contractor through a third party.

F. Contractor shall disinfect and bacteriologically survey the production well and associated pipelines in accordance to JEA Water and Wastewater Standards, Section 350-III.6.2.

1.02 OUTLINE SPECIFICATIONS OF PRODUCTION WELL NO. 2

A. Production Well No. 2 construction is dependent on site-specific hydrogeologic conditions and the depths stated herein and shown on the Drawings are approximate. The sequence of testing, such as geophysical logging, and water sampling described in this specification, may be changed in order of occurrence or deleted, and additional testing may be added. The construction sequence may also be changed.

B. Production Well No. 2 installation shall include a pilot boring to determine casing seat depths and lengths as well as depth of the open hole interval. The well shall be completed in the following general sequence.

C. Part 1- Construction and Testing of Production Well No. 2

1. Submit and procure well construction permit from SJRWMD.

Page 6: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 3

2. Prior to mobilization, all personnel entering the Nassau County Correctional Facility gated entrance shall sign and date the Nassau County Sheriff’s Office Employee/Volunteer Confidentiality Agreement (Attachment B). These forms shall be submitted by the Contractor to the Owner (JEA) prior to mobilization on-site and a copy of the form on-site during the duration of construction.

3. Mobilize to site, establish temporary power and water supply for drilling.a. Mobilize on-site and install any appropriate measures (as necessary for equipment

traffic) for temporary site access for clearing and drilling equipment along the easement to access the parcel for Well No. 2.

b. Clear site completely (clearing, stripping, grubbing and disposal) for Well No. 2. The limits of the clearing area shall be within 180 feet by 180 feet of the Owner’s parcel (leaving a 10-foot undisturbed vegetative buffer inside the parcel perimeter). See Contract Drawing Civil Sheet C-2.

c. Establish vertical and horizontal control with reference to NAVD 1988 and NAD 1983, respectively. The Contractor shall a professionally-licensed surveyor stake the well location in accordance with the surveyed coordinates on the Contract Drawings (See Contract Drawing Civil Sheet C-2).

d. Protect existing facilities, install temporary utilities, and install temporary environmental controls, including erosion and sedimentation control, based on approved Contractor Site Plan.

e. Mobilize drilling rig, accessory equipment and provide temporary piping for water supply and disposal of fluids based on approved fluid management plan by Contractor in accordance with Section 02851. The Contractor is responsible for water supply for all drilling and testing related activities.

f. The Contractor is required to install fencing around construction and equipment staging boundaries for security measures from the public, health and safety. Contract shall purchase and install fencing and provide locks and keys to Owner after completion of well-drilling, fence installation and demobilization activities.

4. The pit casing size and depth is at the Contractor’s discretion. The minimum diameter, if used, shall be 36-inches outside diameter (OD).

5. Drill a 10-inch diameter to 12.25-inch diameter pilot hole using mud-rotary techniques centered at the bottom of the pit casing to a depth of approximately 90± feet bls through the surficial aquifer into the top of the Hawthorn Group. Conduct deviation survey in accordance with Section 02851.

6. Perform geophysical logging in accordance with Section 02853 in the mud-drilled pilot hole.

7. Ream a minimal (depending on Contractor’s selection of size of pit casing, minimal of 36 inches OD) nominal 35-inch diameter borehole using the mud-rotary method to approximately 90± feet bls. Conduct deviation survey in accordance with Section 02851.

8. Furnish and install 30-inch outside diameter, 0.375-inch wall thickness steel surface casing using the mud-rotary techniques method to approximately 90± feet bls and cement in place.

9. Drill out cement plug and drill a 10-inch diameter to 12.25-inch diameter pilot hole using mud-rotary techniques centered at the bottom of the 30-inch diameter steel surface casing to a depth of approximately 430± feet bls through the Hawthorn Group into the top of

Page 7: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 4

competent rock of the Upper Floridan aquifer (UFA) using mud rotary drilling techniques. Conduct deviation survey in accordance with Section 02851. Collect lithological samples at 10-foot intervals and label sample bags.

10. Perform geophysical logging in accordance with Section 02853 in the mud-drilled pilot hole.

11. Ream a nominal 29-inch diameter borehole using the mud-rotary method to approximately 430± feet bls (estimated depth of the top of the UFA). Conduct deviation survey in accordance with Section 02851.

12. Furnish and install 20-inch outside diameter, 0.375-inch wall thickness steel intermediate casing to approximately 430+ feet bls and cement to surface.

13. Drill out cement plug and drill a 10-inch diameter to 12.25-inch diameter pilot hole centered at the bottom of the 20-inch outside diameter steel casing to a depth of approximately 1,300± feet bls using reverse-air drilling techniques. Conduct deviation survey in accordance with Section 02851. Collect lithological samples at 10-foot intervals and label sample bags. Collect samples for water quality analysis per Section 02863.

14. Perform geophysical logging as per Section 02853 of these Specifications. Collect samples for water quality analysis per Section 02863 of these Specifications.

15. Perform packer tests as per Section 02857 of these Specifications. Collect samples for water quality analysis per Section 02863 of these Specifications.

16. Ream a nominal 18-inch diameter borehole using the reverse-air method to approximately 1,300± feet bls. Conduct deviation survey in accordance with Section 02851.

17. Develop and perform geophysical logging under static and dynamic conditions in the pilot hole in accordance with Section 02853 of these Specifications.

18. If water quality analyses indicate higher concentrations of total sulfide in the UFA than in the LFA, and blending the two aquifer waters is not desired (as determined by Owner and Engineer) then, Contractor to furnish and install approximately 390± feet (410 feet bls to ~800 ft bls) of 12-inch inside diameter, 0.375-inch wall thickness steel final casing and cement in place. The Contractor shall account for a minimum overlap of 20 feet of the 20-inch diameter and 12-inch diameter well casings. Refer to the Contract Drawings (Sheet C-2, Detail A).

19. Perform geophysical and video logging as per Section 02853 of these Specifications.

20. Perform plumbness and alignment test on 20-inch OD final steel casing.

21. Develop the well utilizing temporary pump capable of pumping up to 3,000 gpm. Develop until well acceptance criteria are met in accordance with Section 02851.

22. Perform step drawdown testing in accordance with Section 02864. Collect groundwater samples in accordance with Section 02863.

Page 8: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 5

23. Furnish and install raw water transmission piping and all associated valves and appurtenances as specified herein.

24. Perform any final grading, erosional control, and fencing installation after well completion activities. The erosional control areas shall be within the drilling construction, staging and clearing areas. Contractor shall leave-in-place a fully functional silt-fencing along the perimeter of the site and buffer area (as shown on Contract Drawing Sheet C-2).

25. Demobilize drilling equipment, install secure temporary water tight wellhead and piping, clean and restore disturbed areas around the drilling site. Contractor shall provide Owner with the final locks and keys of fencing installed around the site prior to demobilization.

1.03 PROJECT REQUIREMENTS

A. The Contractor shall refer to the appropriate sections in JEA’s Water and Wastewater Standards Manual (2016) for construction of the new raw water main and well drilling. Where a discrepancy may be found between the JEA Water and Wastewater Standards Manual and these specifications or as shown on the drawings, the bid shall be based on the more stringent requirement and notification of such discrepancy shall be provided to the Engineer prior to construction.

B. Contractor shall refer to the following specifications located in JEA’s Water and Wastewater Manual (2016) for the following items:

1. Grassing – Section 441

2. Water Meters, Valves and Appurtenances – Section 351

3. Potable Water Pipe (PVC Pipe) – Section 350

4. Ductile Iron Pipe (below-grade) – Section 350

5. Demolition and Abandonment – Section 407

6. Fencing – Section 492

7. Excavation and Earthwork – Section 408

8. Site Preparation, Clean Up and Restorations – Section 406

C. Contractor shall be responsible for all permits required for construction of the project (Drilling and raw water pipeline).

D. If temporary plugs or appurtenances are required to complete the work, these shall be provided by the Contractor at no additional cost to the Owner.

E. Erosion control and any temporary fencing (around well-site for drilling and other construction areas) shall be performed within 30 days after the final Notice to Proceed. All erosion devices and storm drainage piping and inlets shown on the Drawings shall be installed prior to any grading and/or trench work.

Page 9: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 6

F. If the Contractor anticipates damage to additional trees (not shown in the Drawings) due to construction activities, the Contractor shall immediately contract the Engineer prior to commencing work in that area.

G. All new raw water piping shall be test, adjusted and disinfected according to specification Section 01445.

1.04 NOTIFICATIONS BY CONTRACTOR

A. Supply to the Engineer and Owner at the pre-construction conference, the proposed work schedule.

B. Notify the Engineer and Owner in writing at the pre-construction conference, as to the type of well drilling rig as well as type and number of personnel to be used on the project. Any change in the number of rigs and personnel shall require written notification to the Owner, 48 hours prior to the change.

C. Notify the Owner, in writing, 10 days prior to the commencement of drilling and raw water pipeline activities.

D. Contractor shall coordinate with Owner regarding the final tie-in work to the existing 16-inch diameter stub out near existing Production Well No. 1. All tie-in work shall be conducted in accordance to the Owner’s operational schedule and agreed during the pre-construction meeting.

E. No Work shall be performed without completing the notification requirements specified above.

F. Notify the Owner of any anticipated temporary shutdowns.

G. Notify the Owner of any proposed changes in daily and weekly work schedule, a minimum of 72 hours prior to the change. Changes in the work schedule are subject to the approval of the Owner.

1.05 SUBMITTALS BY CONTRACTOR

A. Submit to the Engineer prior to drilling activity all items listed below for review and approval. Contractor’s schedule should account for review times.

1. Erosion and sedimentation control measures for site stabilization.

2. A complete list of construction materials and supplies including the name of the manufacturer, technical data, mill certificates, etc. for the following:a. All well casingsb. Grout and additivesc. Centralizersd. Drilling fluidse. Pressure gaugesf. Down hole pressure gaugeg. Geolographh. Flow control headeri. Packer assembly

Page 10: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 7

j. Geophysical Logging Contractor Qualificationsk. Cement basketl. Deviation tool

2. The method and approved location of drilling fluid and cutting disposal.

3. The name of the geophysical and video logging Subcontractor(s) to be used for logging.

4. The name of the Subcontractor(s) that will provide the cement and the installation equipment.

5. The name of the FDEP approved laboratory to perform water quality analysis.

6. The name of the subcontractor providing land clearing services as well as information on method of land clearing, erosion control, disposal of cut timber and other vegetation debris, and final land contours to be provided after drilling activities

7. If necessary, the name of the subcontractor providing raw water pipeline installation.

8. A detailed drawing of the proposed fluid management system.

9. Diameter size of drilling rods and specifications of air compressor.

10. A detailed drawing of all bottom hole drilling assemblies showing bit sizes, subs and collars.

11. A detailed drawing of the plumbness and alignment test equipment.

B. During drilling of the well, a daily detailed driller's report shall be maintained and submitted as requested by the Engineer. The report shall give a complete description of all formations encountered, number of feet drilled, number of hours on the job, shutdown due to breakdown, feet of casing set, depth and amount of fluid loss or gain and other pertinent data requested by the Engineer.

C. Submit well cuttings and water sample analytical results as specified in Sections 02851, 02853, and 02863 of these Specifications.

1.06 PERMITS

A. It shall be the Contractor’s responsibility to secure all permits of every description required to initiate and complete the Work under this contract, except permits obtained by the Owner.

B. Owner shall provide groundwater sampling of Generic Permit Screening Values for discharge of non-contaminated groundwater from the Floridan Aquifer to surface water and Engineer shall submit to the Florida Department of Environmental Protection. The Engineer shall coordinate with Contractor on any groundwater sampling that will be required.

C. No separate or direct payment will be made to the Contractor for permits and inspection requirements, but all such costs shall be included in the applicable items in the Schedule of Values.

Page 11: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 8

D. The Contractor shall furnish to the Owner copies of all permits prior to commencement of Work requiring permits.

1.07 FIELD ENGINEERING

A. The Contractor shall employ a Professional Surveyor and Mapper registered in the State of Florida and acceptable to the Owner. The Contractor shall locate and protect survey control and reference points.

B. Provide Field Engineering Services: Establish elevations, lines and levels, utilizing recognized Engineering survey practices. Final survey shall consist the location drilled well and the final top-of-flange elevation shown on the Contract Documents (Detail A on Sheet CD-1).

C. Submit a copy of registered site drawing and certificate signed by the Professional Surveyor and Mapper that the elevation and locations of the Work are in conformance with the Contract Documents.

1.08 SUBSURFACE CONDITIONS

A. The Contractor acknowledges that they have investigated prior to bidding and satisfied themselves as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials; availability of labor, water, electric power, roads; uncertainties of weather, tides, water tables, or similar conditions at the site; the conformation and conditions of the ground; and the character of equipment and facilities needed preliminary to and during prosecution of the Work. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonable ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to him prior to receipt of bids.

B. It is anticipated that the boreholes will encounter beds of limestone, sandstone, clay, and various amounts of unconsolidated shell and sand to a depth of approximately 90+ feet bls. Underlying these sediments are sandy, silty, clayey units of the Hawthorn Group making up the Intermediate Confining Unit (ICU) of the Floridan aquifer system (FAS) down to a depth of approximately 430+ feet bls.

C. Below approximately 430+ feet bls, interbedded layers of limestone and dolomite may be found and cavities, fractured rock, and high permeability zones may be encountered. Permeable zones contain fresh water under pressure and flowing conditions may be present.

D. Difficult drilling conditions may be encountered including the presence of fractures and cavernous intervals and collapse of borehole walls. The Contractor shall thoroughly familiarize himself through personnel investigation of the drilling conditions that might be encountered at the Production Well No. 2 site. The Engineer can provide to the Contractor, upon request, an electronic copy of the West Nassau WTP Construction and Testing of Water Supply Well No. 1 report as background information.

Page 12: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 9

1.09 CONTRACTOR AND SUBCONTRACTOR EQUIPMENT REQUIREMENTS

A. Furnish and operate equipment capable of handling the largest load that will be placed upon the drilling rig during the construction. A minimum of 4.0-inch inner diameter (OD) drill rods with a 400 cubic feet per minute (cfm) and 200 pounds per square inch (psi) compressor are required for reverse-air drilling. Be required to furnish a larger drilling rig with the necessary capacity, if conditions develop in the field that prove the rig supplied is incapable of completing the well.

1.10 WELL DRILLER REQUIREMENTS

A. The well driller shall be capable of identifying geologic formations, maintaining complete and current well logs and daily notes for the well completion report and developing and testing the well.

B. Complete the Work described in these Specifications in accordance with (a) AWWA A100 and (b) applicable portions of the Rules of the FDEP and SJRWMD including Chapters 62-532 and Chapter 40C-3 of F.A.C.

1.11 OPERATING REQUIREMENTS

A. Storage and Construction Areas - Storage areas shall be provided within the designated construction and staging area. Responsibility for protection and safekeeping of equipment and materials at or near the sites will be solely that of the Contractor and no claim shall be made against the Owner by reasons of any act of an employee or trespasser.

B. Erosion Abatement and Water Pollution - It is imperative that any Contractor activities, including tests requiring the pumping of water, do not contaminate or disturb the environment of the properties adjacent to the Work. The Contractor shall, therefore, schedule and control his operations to confine all runoff water from disturbed surfaces. Water from pumping operations that becomes contaminated with lime, silt, muck, and other deleterious matter; fuels; oils; bitumens; chemicals; and other polluting materials shall be disposed of in an environmentally safe manner.

C. Security - The Contractor shall care for and protect against loss or damage of all material to be incorporated in the construction for the duration of the Project and shall repair or replace damaged or lost materials and damage to structures and equipment. The Contractor is responsible for the security of their personnel and equipment. Contractor shall also adhere to the access requirements in entering the Nassau County Correctional Facility gate in route to the drill site or pipeline construction areas. The specific protocol of entering and leaving during each work day shall be discussed during the progress meeting.

1.12 WELL ACCEPTANCE CRITERIA

A. All casing installed shall be plumb and true to line. The deepest anticipated finished well depth may be 1,300 ft bls.

B. All boreholes shall be constructed so they are straight. No doglegs will be permitted. Reamed holes shall continuously track pilot holes.

Page 13: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 10

C. All casing and grout shall be set to the depths directed by the Engineer. Alternative depths suggested by the Contractor because of alignment, equipment problems or failure to set the casing to the depth selected by the Engineer will not be given consideration.

D. The well must be developed to meet a turbidity of ≤ 1 nephalometric turbidity units (NTU), with a sand content of ≤ 5 parts per million (ppm) per AWWA A100-06 using the Rossum Sand Tester.

E. No payment for the well will be due if the Contractor fails to meet all of the above requirements.

1.13 REMEDIAL WORK

A. If remedial work proves to be necessary to make a well acceptable and comply with the governing regulations and/or Contract Documents because of accident, loss of tools, defective material or for any other cause, the Contractor shall propose a method of correcting the problem, in writing. Suggested methods shall be reviewed and accepted by the Engineer before work proceeds. Such work shall be performed at no additional cost to the Owner and it shall not extend the length of the Contract. The Contractor is notified that all requirements of the Contract Documents shall be met, including borehole straightness and setting of casings to the points designated by the Engineer.

1.14 ABANDONMENT OF WELL BY CONTRACTOR

A. Any borehole in which the Contractor voluntarily stops work and/or fails to complete in a satisfactory manner, in accordance with the governing regulations and/or Contract Documents shall be considered as abandoned by the Contractor. If the Owner declares the hole abandoned by the Contractor, then no payment will be made for the abandoned borehole. All abandoned boreholes shall be properly plugged and sealed by the Contractor at their own cost in accordance with federal, state and local regulations. All salvageable material furnished by the Contractor may be removed and remain his property. The Contractor shall submit, in writing his plan of action for abandonment and plugging. Casings may be removed only with the permission and acceptance of the Owner.

1.15 WARRANTY

A. The Contractor warrants that the Work and service to be performed under the Contract and all workmanship, materials, and equipment performed, furnished, used, or installed in the Work shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Contract Documents; that the strength of all parts of all manufactured equipment shall be adequate and as specified; and that performance test requirements of the Contract Documents shall be fulfilled. The Contractor shall repair, correct, or replace all damage to the Work resulting from failures covered by the warranty. The warranty shall remain in effect for one year from the date of final acceptance by the Owner.

1.16 STANDBY TIME

A. The Owner may order the Contractor to stop his operations so that extra work not included in the Contract Documents such as testing and additional data collection can be performed. The Owner will advise the Contractor when he proposes to do this and will schedule his request so it causes a minimum of delay. The Contractor will be compensated for out of scope work on a

Page 14: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 11

unit rate bases as per the bid form. Any additional work shall be documented in writing in advance.

PART 2 PRODUCTS

Casing Diameter(inches)

Inside Outside

Casing Wall Thickness (inches)

CasingDepth

(feet bls)

Surface Steel Casing 29.25 30.00 0.375 90+

Final Steel Casing 19.25 20.00 0.375 430+

Alternate Final Steel Casing 12.00 12.75 0.375 800+ (To Be Field Determined )

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 15: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Summary of WorkPhase 1B – Well Drilling & Raw Water Piping 01010 - 12

THIS PAGE INTENTIONALLY LEFT BLANK

Page 16: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652
PolematidisIM
Image
PolematidisIM
Ellipse
PolematidisIM
Callout
PROPOSED WELL NO. 2
PolematidisIM
Callout
STORMWATER RETENTION POND FOR FLUID MANAGEMENT DISCHARGE
PolematidisIM
Callout
GATE TO ACCESS SITE (NASSAU COUNTY PROPERTY)
PolematidisIM
Text Box
ATTACHMENT A
PolematidisIM
Text Box
PRODUCTION WELL NO. 2 SITE AREA
Page 17: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652
Page 18: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Measurement and Payment

Phase 1B – Well Drilling & Raw Water Piping 01025 - 1

SECTION 01025

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.01 SCOPE

A. This Section includes specification for the measurement and payment of the various elements

of the Work; with provisions applicable to lump sum prices and unit prices, if applicable.

B. In the case of conflict between this Section and the measurement methods specified in the

individual technical Sections, the measurement methods in the technical specifications shall

govern.

C. The Contractor shall receive no payment for any portion of the Work until it is installed. The

only exception to this is payment for stored materials on site if the Contract provides for the

payment of stored materials. Partial payment may be requested for items partially installed.

1.02 RELATED WORK

A. Schedule of Values is included in Section 01370.

B. Applications for Payment are included in Section 01152.

C. Contract

1.03 LUMP SUM ITEMS

A. Lump Sum measurement will be for the entire item, unit of work, structure, or combination

thereof, as specified and as indicated in the Bid Form. Measurement and payment for all bid

items indicated as Lump Sum shall include the cost of all labor, materials and equipment

necessary to furnish, install, clean, test, and place each bid item into operation; including

permitting, general conditions, overhead and profit.

B. Progress payments will be based on the Schedule of Values prepared by the Contractor and

approved by the Owner before acceptance of the first Application for Payment.

C. In order for the Contractor to request progress payments against Lump Sum items, Contractor

shall provide a disaggregation or breakdown in sufficient measureable detail that is acceptable

to the Owner.

D. Measurement

1. Measurement shall be based on the estimated percent complete of each item of the

Schedule of Values, as determined by the Owner.

E. Payment

1. Payment will be made at the lump sum price proportional to the completion percentages

approved by the Owner.

Page 19: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Measurement and Payment

Phase 1B – Well Drilling & Raw Water Piping 01025 - 2

1.04 UNIT PRICE ITEMS

A. Quantity and measurement estimates stated in the Schedule of Cost for Changes in Quantities

are estimates for bidding purposes only. Actual payments shall be based on actual quantities

installed, in-place, as measured and/or verified by the Engineer.

B. Unless otherwise provided in the General Conditions, the bid unit prices shall be in effect

throughout the contract duration, regardless of variances between the estimated quantities and

the actual installed quantities.

C. The Contractor shall make no claim, nor receive any compensation, for anticipated profits, loss

of profit, damages, or any extra payment due to any difference between the amounts of work

actually completed, or materials or equipment furnished, and the estimated quantities

D. Unless otherwise approved by the Owner, any unit quantities exceeded may not be invoiced

until the estimated quantity is increased by contract change order.

E. Contractor shall assist Owner by providing necessary equipment, workers, and survey

personnel as required to measure quantities.

F. Measured quantities shall be rounded to the nearest whole integer, unless the value of the unit

price exceeds $100, in which case measured quantities shall be rounded to the nearest half unit.

G. Measurement:

1. Measurement for progress payment shall be made by, or approved by, the Owner based on

the estimated effective quantity installed. The effective quantity installed represents the

actual units or quantities installed, adjusted for incomplete elements or components.

2. Unless otherwise provided for in the Bid Form, unit price items are all-inclusive of all

related work, direct and indirect, to provide a complete and functional item. For example,

underground pipe installation would include trenching, shoring, dewatering, bedding,

installation, backfill, testing, flushing, disinfection, and commissioning; including all

labor, materials and equipment necessary to furnish, install, clean, test, and place into

operation; including permitting, general conditions, overhead and profit.

3. The final measurement shall be based on actual quantities, jointly measured by Contractor

and Owner, complete, fully, tested and placed into service.

H. Payment:

1. Progress payments shall be in accordance with the contract documents based on estimated

effective quantities installed, paid at the bid unit price.

2. The final payment shall be based on actual quantities, fully installed, tested and placed

into service, paid at the bid unit price.

1.05 ALLOWANCES

A. Allowances specified in the Contract Documents and indicated in the Bid Form are considered

provisional amounts to be used only if needed. Allowances are exclusive of work indicated in

Page 20: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Measurement and Payment

Phase 1B – Well Drilling & Raw Water Piping 01025 - 3

the Contract Documents for which payments included under other items in the Bid Form. No

work may be performed under an allowance without prior written approval of the Owner.

B. Any unused balance of the allowances shall revert to the Owner upon completion of the project.

Prior to final payment, the original amount provided for allowances shall be adjusted to actual

costs by deductive Change Order, adjusting the contract price, accordingly.

C. The Contractor shall make no claim, nor receive any compensation, for anticipated profits, loss

of profit, damages, or any extra payment due to unexpected portion of the allowances.

D. Allowance items include laboratory tests required to determine soil density, concrete

compressive strength, asphalt testing, and JEA’s supplemental work authorization (SWA).

Passed tests will be reimbursed by the Owner and the cost for failed tests will be the

Contractor’s responsibility. All required soil, concrete, and bacteriological water testing shall

be coordinated with and scheduled by the Contractor.

1.06 SCHEDULE OF VALUES

A. Section 01152 for detail of submission requirements.

B. Lump Sum Work:

1. List bonds and insurance premiums, mobilization, demobilization, facility startup, and

contract closeout separately.

2. Break down by Division 1 through 2 with appropriate subdivision of each Specification.

C. An unbalanced or front-end loaded schedule of values will not be acceptable.

D. Summation of the complete schedule of values representing all the Work shall equal the

Contract Price.

E. Submit schedule of values on compact disks, in a spreadsheet format compatible with latest

version of Excel.

1.07 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS

A. Payment will not be made for the following:

1. Loading, hauling, and disposing of rejected material.

2. Quantities of material wasted or disposed of in a manner not called for under Contract

Documents.

3. Rejected loads of material, including material rejected after it has been placed by reason of

failure of Contractor to confirm to provisions of Contract Documents.

4. Material not unloaded from transporting vehicle.

5. Defective work not accepted by Owner.

Page 21: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Measurement and Payment

Phase 1B – Well Drilling & Raw Water Piping 01025 - 4

6. Material remaining on hand after completion of Work.

1.08 PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT

A. Partial Payment: No partial payments will be made for materials and equipment delivered or

stored unless Shop Drawings or preliminary operation and maintenance manuals are acceptable

to Owner.

B. Final Payment: Will be made only for products incorporated in Work; remaining products, for

which partial payments have been made, shall revert to Contractor unless otherwise agreed, and

partial payments made for those items will be deducted for final payment.

PART 2 PRODUCTS LUMP SUM PAY ITEMS

2.01 Production Well No. 2 and raw water pipeline - Bid Items 1a, 2a, 2b, 3a, c, g, i, l, m, o and p, r,

s, 4a, 5a, 5b, and 5c. Payment will be made based as a percentage of completion of the unit

quantities to furnish all labor, material and equipment necessary for the complete drilling and

installation of Production Well No. 2, as required within the Contract documents

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 22: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Application for Payment

Phase 1B – Well Drilling & Raw Water Piping 01152 - 1

SECTION 01152

APPLICATION FOR PAYMENT

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Submit Applications for Payment to the Owner in accordance with the schedule established by

Conditions of the Contract and Agreement between Owner and Contractor.

B. The accepted Schedule of Values shall be used as the basis for the Contractor's Application for

Payment.

C. The Contractor shall maintain a copy of all books, records and documents pertinent to the

performance under this agreement for a period of five (5) years following completion of the

contract.

1.02 RELATED WORK

A. Agreement between Owner and Contractor.

B. Construction Contract.

C. Schedule of Values is included in Section 01370.

1.03 SUBMITTALS

A. Submit to the Owner, applications typed on forms provided by the Owner, Application for

Payment, with itemized data typed on 8-1/2-in by 11-in or 8-1/2-in by 14-in white paper

continuation sheets.

B. Provide itemized data on continuation sheet.

1. Format, schedules, line items and values: Those of the Schedule of Values accepted by the

Owner.

C. Provide project record drawings.

1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT

A. Application Form

1. Fill in required information, including that for Change Orders executed prior to date of

submittal of application.

2. Fill in summary of dollar values to agree with respective totals indicated on continuation

sheets.

3. Execute certification with signature of a responsible officer of Contract firm.

Page 23: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Application for Payment

Phase 1B – Well Drilling & Raw Water Piping 01152 - 2

B. Continuation Sheets

1. Fill in total list of all scheduled component items of Work, with item number and

scheduled dollar value for each item.

2. Fill in dollar value in each column for each scheduled line item when work has been

performed or products stored.

a. Round off values to nearest dollar, or as specified for Schedule of Values.

3. List each Change Order executed prior to date of submission, at the end of the continuation

sheets.

a. List by Change Order Number and description, as for an original component item of

work.

4. To receive approval for payment on component material stored on site, submit copies of

the original paid invoices with the application for payment.

1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS

A. When the Owner or the Engineer requires substantiating data, submit suitable information, with

a cover letter identifying.

1. Project.

2. Application number and date.

3. Detailed list of enclosures.

4. For stored products:

a. Item number and identification as shown on application.

b. Description of specific material.

5. Record drawings must be up to date (red-lined set at construction trailer).

B. Submit one copy of data and cover letter for each copy of application.

C. As a prerequisite for payment, submit a “Surety Acknowledgement of Payment Request” letter

showing amount of progress payment which the Contractor is requesting.

D. Maintain an updated set of drawings to be used as record drawings. As a prerequisite for

monthly progress payments, exhibit the updated record drawings for review by the Owner and

the Engineer.

1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT

A. Fill in Application form as specified for progress payments.

B. Use continuation sheet for presenting the final statement of accounting.

C. Submit all Project Record Documents required in the contract documents and as requested by

the Owner or Engineer.

Page 24: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Application for Payment

Phase 1B – Well Drilling & Raw Water Piping 01152 - 3

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 25: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Application for Payment

Phase 1B – Well Drilling & Raw Water Piping 01152 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 26: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 1

SECTION 01300

SUBMITTALS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section includes the requirements for compiling, processing and transmitting submittals

applicable to shop drawings, product data, samples and O&M manuals, required for execution

of the project. Detailed submittal requirements are specified in the Technical Sections.

B. All JEA Standards Equipment and materials supplied on the contract documents shall be

submitted for review in accordance with this Section.

C. Submittals are categorized into two types: Action Submittals and Informational Submittals, as

follows:

1. Action Submittal: Written and graphic information submitted by the Contractor that

requires the Engineer's approval. The following are examples of action submittals:

a. Shop drawings (including working drawings and product data);

b. Samples;

c. Operation & maintenance manuals;

d. Site Usage Plan (Contractor’s staging- including trailer sitting and material laydown

area);

e. Schedule of values; and

f. Payment application format.

2. Informational Submittal: Information submitted by the Contractor that is required to be

reviewed by the Engineer prior to Work being completed. Engineer will provide review

comments that may require revisions. Information submittals will be marked

“REVIEWED” by the Engineer when submittal is considered acceptable. The following

are examples of informational submittals:

a. Shop drawing schedule

b. Construction schedule

c. Statements of qualifications

d. Health and Safety Plans

e. Construction photography and videography

f. Work plans

g. Maintenance of traffic plans

h. Outage requests

i. Proposed testing procedures

j. Test records and reports

k. Vendor training outlines/plans

l. Test and start-up reports

m. Certifications

n. Record Drawings

o. Record Shop Drawings

p. Submittals required by laws, regulations and governing agencies

q. Submittals required by funding agencies

r. Other requirements found within the technical specifications

s. Warranties and bonds

Page 27: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 2

t. As-built surveys

u. Contract close-out documents

D. All submittals shall be delivered directly to:

Office of the Consulting Engineers

CDM Smith

8381 Dix Ellis Trail, Suite 400

Jacksonville, Florida, 32256

Attn: Cheryl Gullotto

E. All submittals shall be clearly identified by reference to section number, paragraph, drawings or

detail as applicable.

F. Submittals shall be clean and legible of sufficient size for presentation of data.

1.02 RELATED WORK

A. Additional requirements may be specified in the Contract.

B. Additional submittal requirements may be specified in the respective technical Specification

Sections.

1.03 CONTRACTOR’S RESPONSIBILITIES

A. All submittals shall be clearly identified as follows:

1. Date of submission

2. Project number

3. Project name

4. Contractor identification

a. Contractor

b. Supplier

c. Manufacturer

d. Manufacturer or supplier representative

5. Identification of the product

6. Reference to Contract drawing(s)

7. Reference to specification section number, page and paragraph(s)

8. Reference to applicable standards, such as ASTM or Federal Standards numbers

9. Indication of Contractor’s approval

10. Contractor’s Certification statement

11. Identification of deviations from the Contract Documents, if any

Page 28: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 3

12. Reference to previous submittal (for resubmittals)

B. Submittals shall be clear and legible, and of sufficient size for legibility and clarity of the

presented data.

C. Submittal Log: Maintain a log of all submittals. The submittal log shall be kept accurate and up

to date. This log should include the following items (as applicable):

1. Description

2. Submittal number

3. Date transmitted to the Engineer

4. Date returned to Contractor (from Engineer)

5. Status of Submittal (Approved/Not Approved/etc.)

6. Date of Resubmittal to Engineer and Return from Engineer (if applicable and repeat as

necessary)

7. Date material released for fabrication

8. Projected (or actual) delivery date

D. Numbering System: Utilize a 9-character submittal identification numbering system in the

following manner:

1. The first character shall be a D, S, M or I which represents Shop Drawing (including

working drawings and product data), Sample, Manual (Operating & Maintenance) or

Informational, respectively.

2. The next five digits shall be the applicable Section Number.

3. The next two digits shall be the numbers 01 to 99 to sequentially number each separate

item or drawing submitted under each specific Specification Section, in the order

submitted.

4. The last character shall be a letter, A to Z, indicating the submission (or resubmission) of

the same submittal, i.e., "A”=1st submission, “B”=2nd submission, “C”=3rd submission,

etc. A typical submittal number would be as follows:

a. D-03300-008-B

b. D = Shop Drawing

c. 03300 = Section for Concrete

d. 08 = the eighth different submittal under this section

e. B = the second submission (first resubmission) of that particular shop drawing.

Page 29: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 4

E. Variances

1. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals

from the requirements of the Contract Documents.

F. Action Submittals

1. Shop Drawings, Working Drawings, Product Data and Samples, and Professional Engineer

(P.E.) Certification Form

a. Shop Drawings

1) Shop drawings as defined in the General Conditions, and as specified in

individual Sections include, but are not necessarily limited to, custom prepared

data such as fabrication and erection/installation (working) drawings, scheduled

information, setting diagrams, actual shop work manufacturing instructions,

custom templates, wiring diagrams, coordination drawings, equipment inspection

and test reports, including performance curves and certifications, as applicable to

the Work.

2) Contactor shall verify all field measurements, field construction criteria,

materials, dimensions, catalog numbers and similar data, and coordinate each

item with other related shop drawings and the Contract requirements.

3) All details on shop drawings shall show clearly the relation of the various parts to

the main members and lines of the structure and where correct fabrication of the

Work depends upon field measurements, such measurements shall be made and

noted on the drawings before being submitted.

4) All shop drawings submitted by subcontractors and vendors shall be reviewed by

the Contractor for field measurements, field construction criteria, materials,

dimensions, catalog numbers and similar data, and that it has been coordinated

with other related shop drawings and the Contract requirements. Submittals

directly from subcontractors or vendors will not be accepted by the Engineer.

5) The Contractor shall be responsible the accuracy of the subcontractor’s or

vendor’s submittal; and, for their submission in a timely manner to support the

requirements of the Contractor’s construction schedule. Shop drawings found to

be inaccurate or otherwise in error shall be returned to the subcontractor or

vendor to correct before submission to the Engineer. All shop drawings shall be

approved by the Contractor.

6) Delays to construction due to the untimely submission of submittals will

constitute inexcusable delays, for which Contactor shall not be eligible for

additional cost nor additional contract time. Inexcusable delays consist of any

delay within the Contactor’s control.

7) Submittals for equipment specified under Divisions 11, 13, 14, 15, and 16 shall

include a listing of installations where identical or similar equipment

manufactured by that manufacturer has been installed and in operation for a

period of at least five years.

b. Working Drawings

1) Detailed installation drawings (sewers, equipment, piping, electrical conduits and

controls, HVAC work, and plumbing, etc.) shall be prepared and submitted for

review and approval by the Engineer prior to installing such Work. Installation

drawings shall be to-scale and shall be fully dimensioned.

2) Piping working drawings shall show the laying dimensions of all pipes, fittings,

valves, as well as the equipment to which it is being connected. In addition, all

pipe supports shall be shown.

Page 30: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 5

3) Equipment working drawings shall show all equipment dimensions, anchor bolts,

support pads, piping connections and electrical connections. In addition, show

clearances required around such equipment for maintenance of the equipment.

4) Electrical working drawings shall show conduits, junction boxes, disconnects,

control devices, lighting fixtures, support details, control panels, lighting and

power panels, and Motor Control Centers. Coordinate all locations with the

Contract Documents and the Contractor’s other working drawings.

c. Product Data

1) Product data, as specified in individual Specification Sections, include, but are

not limited to, the manufacturer’s standard prepared data for manufactured

products (catalog data), such as the product specifications, installation

instructions, availability of colors and patterns, rough-in diagrams and templates,

product photographs (or diagrams), wiring diagrams, performance curves, quality

control inspection and reports, certifications of compliance (as specified or

otherwise required), mill reports, product operating and maintenance instructions,

recommended spare parts and product warranties, as applicable.

d. Samples

1) Furnish, samples required by the Contract Documents for the Engineer’s

approval. Samples shall be delivered to the Engineer as specified or directed.

Unless specified otherwise, provide at least two samples of each required item.

Materials or equipment for which samples are required shall not be used in the

Work unless and until approved by the Engineer.

2) Samples specified in individual Specification Sections, include, but are not

limited to: physical examples of the Work (such as sections of manufactured or

fabricated work), small cuts or containers of materials, complete units of

repetitively-used products, color/texture/pattern swatches and range sets,

specimens for coordination of visual effect, graphic symbols, and other specified

units of work.

3) Approval of a sample shall be only for the characteristics or use named in such

approval and shall not be construed to change or modify and Contract

Requirements.

4) Approved samples not destroyed in testing shall be sent to the Engineer or stored

at the site of the Work. Approved samples of the hardware in good condition will

be marked for identification and may be used in the Work. Materials and

equipment incorporated in Work shall match the approved samples. Samples

which fail testing or are not approved will be returned to the Contractor at his

expense, if so requested at time of submission.

e. Professional Engineer (P.E.) Certification Form

1) If specifically required in any of the technical Specification Sections, submit a

Professional Engineer (P.E.) Certification for each item required, using the form

appended to this Section, signed and sealed by the P.E. licensed or registered in

the state wherein the Work is located.

2. Contractor’s Certification

a. Each shop drawing, working drawings, product data, and sample shall have affixed to

it the following Certification Statement:

1) "Certification Statement: by this submittal, I hereby represent that I have

determined and verified all field measurements, field construction criteria,

materials, dimensions, catalog numbers and similar data and I have checked and

coordinated each item with other applicable approved shop drawings and all

Contract requirements."

Page 31: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 6

b. Shop drawings, working drawings, and product data sheets 11-in x 17-in and smaller

shall be bound together in an orderly fashion and bear the above Certification

Statement on the cover sheet. The transmittal cover sheet for each identified shop

drawing shall fully describe the packaged data and include a listing of all items within

the package.

3. The review and approval of shop drawings, working drawings, product data, or samples by

the Engineer shall not relieve the Contractor from the responsibility for the fulfillment of

the terms of the Contract. All risks of error and omission are assumed by the Contractor

and the Engineer will have no responsibility therefore.

4. Project Work, materials, fabrication, and installation shall conform to approved shop

drawings (including working drawings and product data) and applicable samples.

5. No portion of the Work requiring a shop drawing (including working drawings and product

data) or sample shall be started, nor shall any materials be fabricated or installed before

approval of such item. Procurement, fabrication, delivery or installation or products or

materials that do not conform to approved shop drawings shall be at the Contractor's risk.

Furthermore, such products or materials delivered or installed without approved shop

drawings, or in non-conformance with the approved shop drawings will not be eligible for

progress payment until such time as the product or material is approved or brought into

compliance with approved shop drawings. Neither the Owner nor Engineer will be liable

for any expense or delay due to corrections or remedies required to accomplish conformity.

6. Operation and Maintenance Data

a. Operation and maintenance data shall be submitted in assembled manuals as specified.

Such manuals shall include detailed instructions for Owner personnel on safe

operation procedures, controls, start-up, shut-down, emergency procedures, storage,

protection, lubrication, testing, trouble-shooting, adjustments, repair procedures, and

other maintenance requirements.

7. Schedule of Values

a. On projects consisting of lump sums (in whole or in part) submit a proposed schedule

of values providing a breakdown of lump sum items in to reasonably small

components – generally disaggregated by building, area, and/or discipline. The

purpose of the schedule of values is for processing partial payment applications. If

requested by the Engineer, provide sufficient substantiation for all or some items as

necessary to determine the proposed schedule of values is a reasonable representation

of the true cost breakdown of the Work. The schedule of values shall not be

unbalanced to achieve early payment or over-payment in excess of the value of Work

or any other mis-distribution of the costs. If, in the opinion of the Engineer, the

schedule of values is unbalanced, Contractor shall reallocate components to achieve a

balanced schedule acceptable to Engineer.

8. Payment Application Format

a. If an application form is included in the Contract Documents, use that form unless

otherwise approved by the Engineer and Owner. If an application form is not included

in the Contract Documents, Contractor may propose a form for approval.

Page 32: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 7

9. Site Usage

a. Submit a proposed site staging plan, including but not limited to the location of office

trailers, storage trailers and material laydown. Such plan shall be a graphic

presentation (drawing) of the proposed locations; and, shall include on-site traffic

modifications, and temporary utilities, as may be applicable.

G. Informational Submittals

1. Shop Drawing Schedule

a. Prepare and submit a schedule indicating when shop drawings are required to be

submitted to support the as-planned construction schedule. The submittal schedule

shall allow sufficient time for preparation and submittal, review and approval, and

fabrication and delivery to support the construction schedule.

2. Construction Schedule

a. Prepare and submit construction schedules and monthly status reports as specified.

3. Statements of Qualifications

a. Provide evidence of qualification, certification, or registration, as required in the

Contract Documents, to verify qualifications of licensed land surveyor, professional

engineer, materials testing laboratory, specialty subcontractor, technical specialist,

consultant, specialty installer, and other professionals.

4. Health and Safety Plans

a. When specified, prepare and submit a general company Health and Safety Plan (HSP),

modified or supplemented to include job-specific considerations.

5. Construction Photography and Videography

a. Provide periodic construction photographs and videography as specified– including

but not limited to preconstruction photographs and/or video, monthly progress photos

and/or video and post-construction photographs and/or video.

6. Work Plans

a. Prepare and submit copies of all work plans needed to demonstrate to the Owner that

Contractor has adequately thought-out the means and methods of construction and

their interface with existing facilities.

7. Maintenance of Traffic Plans

a. Prepare maintenance of traffic plans where and when required by the Contract

Documents and by local ordinances or regulations. If Contractor is not already

knowledgeable about local ordinances and regulations regarding maintenance of

traffic requirements, become familiar with such requirements and include all costs for

preparation and submittal of traffic management plans and all associated costs for

permits and fees to implement the traffic management plan, in the bid amount. In

addition, unless a supplemental payment provision is provided in the bid form, include

the cost of police attendance, when required.

8. Outage Requests

a. Provide sufficient notification of any outages required (electrical, flow processes, etc.)

as may be required to tie-in new work into existing facilities. Unless specified

otherwise elsewhere, a minimum of seven calendar days’ notice shall be provided.

Page 33: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 8

9. Proposed Testing Procedures

a. Prepare and submit testing procedures it proposes to use to perform testing required

by the various technical specifications.

10. Test Records and Reports

a. Provide copies of all test records and reports as specified in the various technical

specifications.

11. Vendor Training Outlines/Plans

a. At least two weeks before scheduled training of Owner’s personnel, provide lesson

plans for vendor training in accordance with the specification for O&M manuals.

12. Test and Start-Up Reports

a. Manufacture shall perform all pre-start-up installation inspection, calibrations,

alignments, and performance testing as specified in the respective Specification

Section. Provide copies of all such test and start-up reports.

13. Certifications

a. Provide various certifications as required by the technical specifications. Such

certifications shall be signed by an officer (of the firm) or other individual authorized

to sign documents on behalf of that entity.

b. Certifications may include, but are not limited to:

1) Welding certifications and welders’ qualifications

2) Certifications of Installation, Testing and Training for all equipment;

3) Material Testing reports furnished by an independent testing firm

4) Certifications from manufacturer(s) for specified factory testing

5) Certifications required to indicate compliance with any sustainability or LEEDS

accreditation requirements indicated in the Contract Documents

14. Record Drawings

a. No later than Substantial Completion, submit a record of all changes during

construction not already incorporated into drawings – in accordance with Section

01700 and Section 01720. Contractor shall submit minimum 5 draft and final hard

copies as-built drawings and corresponding AutoCAD file.

15. Record Shop Drawings

a. Before final payment is made, furnish one set of record shop drawings to the

Engineer. These record shop drawings shall be in conformance with the approved

documents and should show any field conditions which may affect their accuracy.

16. Submittals Required By Laws, Regulations And Governing Agencies

a. Prepare and submit all documentation required by state or local law, regulation or

government agency directly to the applicable agency. This includes, but is not limited

to, notifications, reports, certifications, certified payroll (for projects subject to wage

requirements) and other documentation required to satisfy all requirements. Provide to

Engineer one copy of each submittal made in accordance with this paragraph.

17. Submittals Required by Funding Agencies

a. Prepare and submit all documentation required by funding agencies. This includes, but

is not limited to segregated pay applications and change orders when required to

properly allocate funds to different funding sources; and certified payrolls for projects

Page 34: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 9

subject to wage requirements. Provide one copy of each submittal made in accordance

with this paragraph to the Engineer.

18. Other Requirements of the Technical Specification Sections

a. Comply with all other requirements of the technical specifications.

19. Warranties and Bonds

a. Assemble a book(let) of all warranties and bonds as specified in the various technical

specifications and in accordance with the specification on Warranties and Bonds and

provide to the Engineer.

20. As-Built Surveys

a. Engage the services of a licensed land surveyor in accordance with the Project

Controls specification. Prior to Final Completion, provide an as-built survey of the

constructed facility, as specified.

21. Contract Close-Out Documents

a. Submit Contract documentation as indicated in the specification for Contract Close-

out.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 SUBMITTAL SCHEDULE

A. Provide an initial submittal schedule at the pre-construction meeting for review by Owner and

Engineer. Incorporate comments from Owner or Engineer into a revised submittal schedule.

B. Maintain the submittal schedule and provide sufficient copies for review by Owner and

Engineer. An up-to-date submittal schedule shall be provided at each project progress meeting.

3.02 TRANSMITTALS

A. Prepare separate transmittal sheets for each submittal. Each transmittal sheet shall include at

least the following: Contractor’s name and address, Owner’s name, project name, project

number, submittal number, description of submittal and number of copies submitted.

B. Submittals shall be transmitted or delivered directly to the office of the Engineer, as indicated in

the Contact Documents or as otherwise directed by the Engineer.

C. Provide copies of transmittals (only, i.e., without copies of the respective submittal) directly to

the Owner’s representative, if so requested.

3.03 PROCEDURES

A. Action Submittals

1. Contractor’s Responsibilities

a. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in

advance of performing the related Work or other applicable activities, or within the

time specified in the individual Work of other related Sections, so that the installation

Page 35: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 10

will not be delayed by processing times including disapproval and resubmittal (if

required). Coordinate with other submittals, testing, purchasing, fabrication, delivery

and similar sequenced activities. Extensions to the Contract Time will not be approved

for the Contractor’s failure to transmit submittals sufficiently in advance of the Work.

b. The submittals of all shop drawings (including working drawings and product data)

shall be sufficiently in advance of construction requirements to allow for possible

need of re-submittals, including the specified review time for the Engineer.

c. No less than 30 calendar days will be required for Engineer’s review time for shop

drawings and O&M manuals involving only one engineering discipline. No less than

45 calendar days will be required for Engineer’s review time for shop drawings and

O&M manuals that require review by more than one engineering discipline.

Resubmittals will be subject to the same review time.

d. Submittals of operation and maintenance data shall be provided within 30 days of

approval of the related shop drawing(s).

e. Before submission to the Engineer, review shop drawings as follows:

1) Make corrections and add field measurements, as required;

2) Use any color for its notations except red (reserved for the Engineer’s notations)

and black (to be able to distinguish notations on black and white documents);

3) Identify and describe each deviation or variation from Contract documents;

4) Include the required Contractor’s Certification statement;

5) Provide field measurements (as needed);

6) Coordinate with other submittals;

7) Indicate relationships to other features of the Work; and

8) Highlight information applicable to the Work and/or delete information not

applicable to the Work.

f. Submit the following number of copies:

1) Shop drawings (including working drawings and product data) – Submit eight;

2) Samples – three copies;

3) Site Usage Plan – three copies;

4) Product Data –three copies;

5) Schedule of values – four copies; and

6) Payment application format – four copies.

g. If Contractor considers any correction indicated on the shop drawings to constitute a

change to the Contract Documents, provide written notice thereof to the Engineer

immediately; and do not release for manufacture before such notice has been received

by the Engineer.

h. When the shop drawings have been completed to the satisfaction of the Engineer,

carry out the construction in accordance therewith; and make no further changes

therein except upon written instructions from the Engineer.

2. Engineer’s Responsibilities

a. Engineer will not review shop drawings (including working drawings and product

data) that do not include the Contractor's approval stamp. Such submittals will be

returned to the Contractor, without action, for correction.

b. Partial shop drawings (including working drawings and product data) will not be

reviewed. If, in the opinion of the Engineer, a submittal is incomplete, that submittal

will be returned to the Contractor for completion. Such submittals may be returned

with comments from Engineer indicating the deficiencies requiring correction.

c. If shop drawings (including working drawings and product data) meet the submittal

requirements, Engineer will forward copies to appropriate reviewer(s). Otherwise,

Page 36: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 11

noncompliant submittals will be returned to the Contractor without action - with the

Engineer retaining one copy.

d. Submittals which are transmitted in accordance with the specified requirements will

be reviewed by the Engineer within the time specified herein. The time for review will

commence upon receipt of submittal by Engineer.

3. Review of Shop Drawings (Including Working Drawings and Product Data) and Samples

a. The review of shop drawings, working drawings, data and samples will be for general

conformance with the design concept and Contract Documents. They shall not be

construed:

1) as permitting any departure from the Contract requirements;

2) as relieving the Contractor of responsibility for any errors, including details,

dimensions, and materials; and

3) As approving departures from details furnished by the Engineer, except as

otherwise provided herein.

b. The Contractor remains responsible for details and accuracy, for coordinating the

Work with all other associated work and trades, for selecting fabrication processes, for

techniques of assembly, and for performing work in a safe manner.

c. If the shop drawings (including working drawings and product data) or samples as

submitted describe variations and indicate a deviation from the Contract requirements

that, in the opinion of the Engineer are in the interest of the Owner and are so minor as

not to involve a change in Contract Price or Contract Time, the Engineer may return

the reviewed drawings without noting an exception.

d. Only the Engineer will utilize the color “RED” in marking submittals.

e. Shop drawings will be returned to the Contractor with one of the following codes.

1) Code 1 – “APPROVED” – This code is assigned when there are no notations or

comments on the submittal. When returned under this code the Contractor may

release the equipment and/or material for manufacture.

2) Code 2 - "APPROVED AS NOTED" - This code is assigned when a

confirmation of the notations and comments IS NOT required by the Contractor.

The Contractor may release the equipment or material for manufacture; however,

all notations and comments must be incorporated into the final product.

3) Code 3 - "APPROVED AS NOTED/CONFIRM" - This combination of codes is

assigned when a confirmation of the notations and comments is required by the

Contractor. The Contractor may release the equipment or material for

manufacture; however, all notations and comments must be incorporated into the

final product. This confirmation shall specifically address each omission and

nonconforming item that was noted. Confirmation is to be received by the

Engineer within 15 calendar days of the date of the Engineer's transmittal

requiring the confirmation.

4) Code 4 - "APPROVED AS NOTED/RESUBMIT" - This combination of codes is

assigned when notations and comments are extensive enough to require a

resubmittal of the entire package. This resubmittal is to address all comments,

omissions and non-conforming items that were noted. Resubmittal is to be

received by the Engineer within 30 calendar days of the date of the Engineer's

transmittal requiring the resubmittal.

5) Code 5 – “NOT APPROVED” – This code is assigned when the submittal does

not meet the intent of the contract documents. The Contractor must resubmit the

entire package revised to bring the submittal into conformance. It may be

necessary to resubmit using a different manufacturer/vendor to meet the

requirements of the contract documents.

Page 37: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 12

6) Code 6 – “COMMENTS ATTACHED” – This code is assigned where there are

comments attached to the returned submittal, which provide additional data to aid

the Contractor.

7) Code 7 – “RECEIPT ACKNOWLEDGED (Not subject to Engineer’s Review or

Approval)” – This code is assigned to acknowledge receipt of a submittal that is

not subject to the Engineer’s review and approval, and is being filed for

informational purposes only. This code is generally used in acknowledging

receipt of means and methods of construction work plans, field conformance test

reports, and health and safety plans.

8) Codes 1 through 5 designate the status of the reviewed submittal with Code 6

showing there has been an attachment of additional data.

f. Repetitive Reviews: Shop drawings, O&M manuals and other submittals will be

reviewed no more than twice at the Owner’s expense. All subsequent reviews will be

performed at the Contractor’s expense. Reimburse the Owner for all costs invoiced by

Owner for the third and subsequent reviews.

4. Electronic Transmission

a. Action Submittals may be transmitted by electronic means provided the following

conditions are met:

1) The above-specified transmittal form is included;

2) All other requirements specified above have been met including, but not limited

to, coordination by the Contractor, review and approval by the Contactor, and the

Contractor’s Certification;

3) The submittal contains no pages or sheets large than 11 x 17 inches;

4) With the exception of the transmittal sheet, the entire submittal is included in a

single file;

5) The electronic files are PDF format (with printing enabled);

6) In addition, transmit three hard-copy (paper) originals to the Engineer;

7) The Engineer’s review time will commence upon receipt of the hard copies of the

submittal; and

8) For Submittals that require certification, corporate seal, or professional

embossment (i.e., P.E.s, Surveyors, etc.) transmit at least two hard-copy originals

to the Engineer. In addition, provide additional photocopied or scanned copies, as

specified above, showing the required certification, corporate seal, or

professional seal.

B. Informational Submittals

1. Contractor’s Responsibilities

a. Number of copies: Submit three copies, unless otherwise indicated in individual

Specification sections.

b. Refer to individual technical Specification Sections for specific submittal

requirements.

2. Engineers’ Responsibilities

a. The Engineer will review each informational submittal within 15 days. If the

informational submittal complies with the Contract requirements, Engineer will file

for the project record and transmit a copy to the Owner. Engineer may elect not to

respond to Contractor regarding informational submittals meeting the Contract

requirements.

Page 38: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 13

b. If an informational submittal does not comply with the Contract requirements,

Engineer will respond accordingly to the Contractor within 15 days. Thereafter, the

Contractor shall perform the required corrective action, including retesting, if needed,

until the submittal, in the opinion of the Engineer, is in conformance with the Contract

Documents.

3. Electronic Transmission

a. Informational Submittals may be transmitted by electronic means providing all of the

following conditions are met:

1) The above-specified transmittal form is included.

2) The submittal contains no pages or sheets large than 11 x 17 inches.

3) With the exception of the transmittal sheet, the entire submittal is included in a

single file.

4) The electronic files are PDF format (printing enabled).

5) For Submittals that require certification, corporate seal, or professional

embossment (i.e., P.E.s, Surveyors, etc.), transmit two hard-copy originals to the

Engineer.

END OF SECTION

Page 39: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Submittals

Phase 1B – Well Drilling & Raw Water Piping 01300 - 14

P.E. CERTIFICATION FORM

The undersigned hereby certifies that he/she is a professional engineer registered in the State of Florida

and that he/she has been employed by

______________________________________________________________________ to design

(Name of Contractor)

_____________________________________________________________________________

(Insert P.E. Responsibilities)

In accordance with Specification Section __________________________________________ for the

____________________________________________________________________________.

(Name of Project)

The undersigned further certifies that he/she has performed the said design in conformance with all

applicable local, state and federal codes, rules and regulations; and, that his/her signature and P.E. stamp

have been affixed to all calculations and drawings used in, and resulting from, the design.

The undersigned hereby agrees to make all original design drawings and calculations available to the

_______________________________________________________________________________

(Insert Name of Owner)

or Owner’s representative within seven days following written request therefore by the Owner.

___________________________________ ___________________________________

P.E. Name Contractor's Name

___________________________________ ___________________________________

Signature Signature

___________________________________ ___________________________________

Address Title

___________________________________

Address

Page 40: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Schedule of Values

Phase 1B – Well Drilling & Raw Water Piping 01370 - 1

SECTION 01370

SCHEDULE OF VALUES

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Submit a Schedule of Values allocated to the various portions of the Work, within 21 days after

the effective date of the Agreement.

B. Upon request of the Engineer, support the values with data that will substantiate their

correctness.

C. The accepted Schedule of Values shall be used only as the basis for the Contractor's

Applications for Payment.

1.02 RELATED REQUIREMENTS

A. Construction Contract.

B. Application for Payment is included in Section 01152.

1.03 FORM AND CONTENT OF SCHEDULE OF VALUES

A. Type schedule on an 8-1/2-in by 11-in or 8-1/2-in by 14-in white paper furnished by the Owner;

Contractor's standard forms and automated printout will be considered for approval by the

Owner upon Contractor's request. Identify schedule with:

1. Title of Project and Location.

2. Engineer and Project number.

3. Name and Address of Contractor.

4. Contract Designation.

5. Date of Submission.

B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to

serve as a basis for computing values for progress payments during construction.

C. Identify each line item with the number and title of the respective Section.

D. For each major line item list sub-values of major products or operations under the item.

E. For the various portions of the Work:

1. Each item shall include a directly proportional amount of the Contractor's overhead and

profit.

2. For items on which progress payments will be requested for stored materials, break down

the value into:

Page 41: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Schedule of Values

Phase 1B – Well Drilling & Raw Water Piping 01370 - 2

a. The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are

required for materials upon request by the Engineer.

b. The total installed value.

F. The sum of all values listed in the schedule shall equal the total Contract Sum.

1.04 SUBSCHEDULE OF UNIT MATERIAL VALUES

A. Submit a sub-schedule of unit costs and quantities for:

1. Products on which progress payments will be requested for stored products.

B. The form of submittal shall parallel that of the Schedule of Values, with each item identified the

same as the line item in the Schedule of Values.

C. The unit quantity for bulk materials shall include an allowance for normal waste.

D. The unit values for the materials shall be broken down into:

1. Cost of the material, delivered and unloaded at the site, with taxes paid.

2. Copies of invoices for component material shall be included with the payment request in

which the material first appears.

3. Paid invoices shall be provided with the second payment request in which the material

appears or no payment shall be allowed and/or may be deleted from the request.

E. The installed unit value multiplied by the quantity listed shall equal the cost of that item in the

Schedule of Values.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 42: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Testing and Testing Laboratory ServicesPhase 1B – Well Drilling & Raw Water Piping 01010 - 1

SECTION 01410TESTING AND TESTING LABORATORY SERVICES

PART 1 GENERAL

1.01 REQUIREMENTS INCLUDED

A. Contractor shall pay for the costs of all laboratory tests required to determine soil density, concrete compressive strength, and asphalt testing. Passed tests will be reimbursed by the Owner and the cost for the failed tests will be the Contractor’s responsibility. All required soil, concrete, and bacteriological water testing shall be coordinated with and scheduled by the Contractor.

1. Contractor shall cooperate with the laboratory to facilitate the execution of its required services.

2. Selection of testing laboratory shall be approved by the Engineer and Owner.

1.02 RELATED REQUIREMENTS

A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules, regulations, orders or approvals of public authorities.

B. Respective Sections: Certification of products.

C. Each Section listed: Laboratory tests required and standards for testing.

D. Testing Laboratory inspection, sampling and testing is required for but not limited to the following:

1. Site Preparation is included in JEA Water and Wastewater Standards (January 2016 or latest), Site Preparation, Cleanup & Restoration – Section 406.

2. Excavation and earthwork are included in JEA Water and Wastewater Standards (January 2016 or latest), Excavation & Earthwork – Section 408.

3. Concrete walkways and driveways are included in JEA Water and Wastewater Standards (January 2016 or latest), Concrete Work – Section 437, and on the drawings.

1.03 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY

A. Laboratory is not authorized to:

1. Release, revoke, alter or enlarge on requirements of contract documents.

2. Approve or accept any portion of the work.

3. Perform any duties of the Contractor.

Page 43: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Testing and Testing Laboratory ServicesPhase 1B – Well Drilling & Raw Water Piping 01010 - 2

1.04 CONTRACTOR’S RESPONSIBILITIES

A. Cooperate with laboratory personnel, provide access to work, and to manufacturer's operations.

B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing.

C. Provide to the laboratory the preliminary design mix proposed to be used for concrete and other materials mixes which require control by the testing laboratory.

D. Materials and equipment used in the performance of work under this Contract are subject to inspection and testing at the point of manufacture or fabrication. Standard requirements for quality and workmanship are indicated in the Contract Documents. The Engineer may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on account of such testing and certification.

E. Furnish incidental labor and facilities:

1. To provide access to work to be tested.

2. To obtain and handle samples at the project site or at the source of the product to be tested.

3. To facilitate inspections and tests.

4. For storage and curing of test samples.

F. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests.

1. When tests or inspections cannot be performed after such notice, fees incurred by laboratory due to Contractor’s negligence, shall be backcharged to Contractor.

G. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform additional inspections, sampling and testing required for the equipment supplier or Contractor’s (as applicable) convenience.

H. If the test and any subsequent retests results indicate the materials or equipment fail to meet the requirements of the contract documents, the equipment supplier or Contractor (as applicable) shall pay for the laboratory costs directly to the testing firm, and these will not be reimbursable to the Equipment supplier or Contractor (as applicable).

I. Provide Owner and Engineer with all testing reports.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

Page 44: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Testing and Testing Laboratory ServicesPhase 1B – Well Drilling & Raw Water Piping 01010 - 3

END OF SECTION

Page 45: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Testing and Testing Laboratory ServicesPhase 1B – Well Drilling & Raw Water Piping 01010 - 4

THIS PAGE INTENTIONALY LEFT BLANK

Page 46: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Pipeline Testing and CleaningPhase 1B – Well Drilling & Raw Water Piping 01445 - 1

SECTION 01445PIPELINE TESTING AND CLEANING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials, equipment and incidentals required and test and clean all new pipelines installed under this Contract as specified herein.

1.02 RELATED WORK

A. Buried pipelines are included in JEA’s Water and Wastewater Standards Manual (January 2016 or latest).

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 GENERAL

A. The Contractor shall furnish all necessary equipment and labor for cleaning, testing and chlorinating the pipelines. The procedures and methods shall be approved by the Engineer.

B. The Contractor shall make any taps and furnish all necessary caps, plugs, etc, as required in conjunction with testing pipelines. The Contractor shall furnish a test pump, gauges and any other equipment required in conjunction with carrying out the hydrostatic tests.

3.02 CLEANING PIPELINES

A. All pipelines shall be cleaned and swabbed in accordance with the JEA Water and Wastewater Standards (January 2016 or latest), Potable Water Piping – Section 350 – III.6.1.

3.03 TESTING PRESSURE PIPELINES

A. All pressure pipelines shall be pressure and leakage tested following the requirements in JEA Water and Wastewater Standards (January 2016 or latest), Potable Water Piping – Section 350 – III-6.3.

3.04 CHLORINATION OF PIPELINES

A. All disinfection of pipelines shall be completed in accordance following the requirements in JEA Water and Wastewater Standards (January 2016 or latest), Potable Water Piping – Section 350 – III-6.2.

END OF SECTION

Page 47: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Pipeline Testing and CleaningPhase 1B – Well Drilling & Raw Water Piping 01445 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 48: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Delivery, Storage and Handling

Phase 1B – Well Drilling & Raw Water Piping 01600 - 1

SECTION 01600

DELIVERY, STORAGE AND HANDLING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section specifies the general requirements for the delivery handling, storage and protection

for all items required in the construction of the work. Specific requirements, if any, are specified

with the related item.

1.02 TRANSPORTATION AND DELIVERY

A. Transportation and handling shall be in accordance with manufacturer's instructions.

B. The Contractor shall schedule delivery to reduce long term on-site storage prior to installation

and/or operation. Under no circumstances shall equipment be delivered to the site more than one

month prior to installation without written authorization from the Engineer.

C. The Contractor shall coordinate delivery with installation to ensure minimum holding time for

items that are hazardous, flammable, easily damaged or sensitive to deterioration.

D. Products shall be delivered to the site in manufacturer's original sealed containers or other

packing systems, complete with instructions for handling, storing, unpacking, protecting and

installing.

E. All items delivered to the site shall be unloaded and placed in a manner which will not hamper

the Contractor's normal construction operation or those of subcontractors and other contractors

and will not interfere with the flow of necessary traffic.

F. The Contractor shall provide necessary equipment and personnel to unload all items delivered to

the site.

G. The Contractor shall promptly inspect shipment to assure that products comply with

requirements, quantities are correct and items are undamaged. For items furnished by others (i.e.

Owner, other Contractors), perform inspection in the presence of the Owner’s Representative.

Notify Engineer verbally, and in writing, of any problems.

H. If any item has been damaged, such damage shall be repaired at no additional cost to the Owner.

1.03 STORAGE AND PROTECTION

A. The Contractor shall store and protect products in accordance with the manufacturer's

instructions, with seals and labels intact and legible. Storage instruction shall be studied by the

Contractor and reviewed with the Owner’s Representative by him/her. Instruction shall be

carefully followed and a written record of this kept by the Contractor. Arrange storage to permit

access for inspection.

B. The Contractor shall store loose granular materials on solid flat surfaces in a well-drained area.

Prevent mixing with foreign matter.

Page 49: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Delivery, Storage and Handling

Phase 1B – Well Drilling & Raw Water Piping 01600 - 2

C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry

at all times. All structural, miscellaneous and reinforcing steel shall be stored off the ground or

otherwise to prevent accumulations of dirt or grease and in a position to prevent accumulations of

standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast

concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water,

staining, chipping or cracking. Brick, block and similar masonry products shall be handled and

stored in a manner to reduce breakage, cracking and spalling to a minimum.

D. All mechanical and electrical equipment and instruments subject to corrosive damage by the

atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight

building to prevent injury. The building may be a temporary structure on the site or elsewhere,

but it must be satisfactory to the Owner’s Representative. Building shall be provided with

adequate ventilation to prevent condensation. Maintain temperature and humidity within range

required by manufacturer.

1. All equipment shall be stored fully lubricated with oil, grease and other lubricants unless otherwise instructed by the manufacturer.

2. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and to avoid metal-to-metal "welding”. Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use.

3. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into the equipment at the time of acceptance.

4. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify that its condition has not been detrimentally affected by the long storage period. Such certifications by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense.

E. All paint and other coating products shall be stored in areas protected from the weather. Follow

all storage requirements set forth by the paint and coating manufacturers.

END OF SECTION

Page 50: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Project Record DocumentsPhase 1B – Well Drilling & Raw Water Piping 01720 - 1

SECTION 01720PROJECT RECORD DOCUMENTS

PART 1 GENERAL

1.01 SCOPE

A. The Contractor shall keep and maintain, at the job site, a copy of contract documents, marked up to indicate all changes made during the course of a project, as specified herein, and in the JEA Water and Wastewater Standards (January 2016 or latest), As-Built Drawings – Section 501.

1.02 RELATED REQUIREMENTS

A. Warranties and bonds are included in Section 01740.

B. As-built wiring diagrams are included in Section 01730.

C. Record shop drawings are included in Section 01300.

1.03 REQUIREMENTS INCLUDED

A. Contractor shall maintain a record copy of the following documents, marked up to indicate all changes made during the course of a project:

1. Contract Drawings

2. Record Drawings

3. Specifications

4. Addenda

5. Change orders and other modifications to the contract

6. Engineer’s and Owner’s field orders or written instructions

7. Approved shop drawings, working drawings, and samples

8. Field test records

9. Construction photographs

B. Contractor shall assemble copies of the following documents for turnover to the Engineer at the end of the project, as specified.

1. Field Orders, Change Orders, Design Modifications, and RFIs

2. Field Test records

3. Permits and permit close-outs (final approvals)

4. Certificate of Occupancy or Certificate of Completion, as applicable

Page 51: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Project Record DocumentsPhase 1B – Well Drilling & Raw Water Piping 01720 - 2

5. Laboratory test reports

6. Certificates of Compliance for materials and equipment

7. Record Shop Drawings

8. Samples

C. Record Drawings

1. The Contractor shall annotate (mark-up) the Contract Drawings to indicate all project conditions, locations, configurations, and any other changes or deviations that vary from the original Contract Drawings. This requirement includes, but is not limited to, buried or concealed construction, and utility features that are revealed during the course of construction. Special attention shall be given to recording the locations (horizontal and vertical) and material of all buried utilities that are encountered during construction – whether or not they were indicated on the Contract Drawings. The record information added to the drawings may be supplemented by detailed sketches, if necessary, clearly indicating, the Work, as constructed.

2. These annotated Contract Drawings constitute The Contractor’s Record Drawings and are actual representations of as-built conditions, including all revisions made necessary by change orders, design modifications, requests for information and field orders.

3. Record drawings shall be accessible to the Owner and Engineer at all times during the construction period.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 MAINTENANCE OF RECORD DOCUMENTS AND SAMPLES

A. Store documents and samples in Contractor’s field office apart from documents used for construction.

1. Provide files and racks for storage of the record documents.

2. Provide locked cabinet(s) or secure storage space for storage of samples.

B. File documents and samples in accordance with Construction Specifications Institute (CSI) format.

C. Maintain documents in a clean, dry, legible, condition and in good order. Do not use record documents for construction purposes.

D. Make documents and sample available for inspection by the Engineer or Owner at all times.

E. As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated “Record Documents” for review by the Engineer and Owner.

Page 52: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Project Record DocumentsPhase 1B – Well Drilling & Raw Water Piping 01720 - 3

3.02 MARKING METHOD

A. Use the color Red (indelible ink) to record information on the Drawings and Specifications,

B. Label each document “PROJECT RECORD” in neat large printed letters.

C. Unless otherwise specified elsewhere, notations shall be affixed to hardcopies of documents.

D. Record information contemporaneously with construction progress.

E. Legibly mark drawings with as-built information:

1. Elevations and dimensions of structures and structural elements.

2. All underground utilities (piping and electrical), structures, and appurtenancesa. Changes to existing structure, piping and appurtenance locations. b. Record horizontal and vertical locations of underground structures, piping, utilities and

appurtenances, referenced to permanent surface improvements. c. Record actual installed pipe material, class, size, joint type, etc

3.03 RECORD INFORMATION COMPILATION

A. Do not conceal any work until the required information is acquired.

B. Drawings: Legibly mark to record actual construction:

C. Do not conceal any work until the required information is acquired.

D. Items to be recorded include, but are not limited to:

1. Location of internal utilities and appurtenances concealed in the construction – referenced to visible and accessible features.

2. Field changes of dimensions and/or detailsa. Interior equipment and piping relocations.b. Architectural and structural changes, including relocation of doors, windows, etc.c. Architectural schedule changes.

3. Changes made by field order, change order, design modification, and RFI, and approved shop drawings.

4. Details not indicated on the original contract drawings.

5. Specifications - legibly mark each section to record: Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed, and changes made by Field Order, Change Order, RFI, and approved shop drawings.

6. Coordinates and elevations of each valve and fitting.

7. All underground duct banks with elevations and dimensions, horizontal and vertical locations of underground duct banks, and manholes along duct banks.

8. Depths of various elements of foundations in relation to finish first floor datum

Page 53: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Project Record DocumentsPhase 1B – Well Drilling & Raw Water Piping 01720 - 4

9. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of all underground utilities, valves, and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. All pipes shall be labeled using the method as per the contract drawings.

10. All underground cable elevations and horizontal locations of underground cables.

11. All existing and new structures clearly identified.

12. All elevations of new structures (including weirs) clearly indicated.

13. Architectural schedule changes according to Contractor’s records and shop drawings

14. Location, elevation, and datum of Benchmark used.

15. Easements as shown on approved paving and drainage drawings.

16. Locations, elevations, sizes, types and material of the following must be accurately shown and labeled (as applicable).a. Valves.b. Water services.c. Fittings.

17. All water and sewer mains must be indentified on the record drawings by their size, material, and DR/SDR classification. Horizontal locations and top of pipe elevations must also be labeled every 100 linear feet. All valves shall be labeled using the method as per the contract drawings.

E. Specifications and Addenda; legibly mark each section to record:

1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed.

2. Changes made by Field Order or by Change Order.

F. Shop Drawings (after final review and approval):

1. Five sets of record drawings for each process equipment, piping, electrical system and instrumentation system.

3.04 SUBMITTAL

A. As specified under the section for progress payments, monthly applications for payment will be contingent upon up-to-date Record Drawings. If requested by the Engineer or Owner, Contractor shall provide a copy of the Record Drawings, or present them for review prior to processing monthly applications for payment.

B. Upon substantial completion of the Work and prior to final acceptance, the Contractor shall finalize and deliver a complete set of Record Drawings to the Engineer conforming to the construction records of the Contractor. The set of drawings shall consist of corrected and annotated drawings showing the recorded location(s) of the Work. Unless specified otherwise elsewhere, Record Drawings shall be in the form of a set of prints with annotations carefully and neatly superimposed on the drawings in red.

Page 54: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Project Record DocumentsPhase 1B – Well Drilling & Raw Water Piping 01720 - 5

C. Upon substantial completion of the Work and prior to final acceptance, the Contractor shall finalize and deliver a complete set of Record Documents to the Engineer conforming to the construction records of the Contractor. The set of documents shall consist of corrected and annotated documents showing the as-installed equipment and all other as-built conditions not indicated on the Record Drawings.

D. The information submitted by the Contractor into the Record Drawings and Record Documents will be assumed to be correct, and the Contractor shall be responsible for the accuracy of such information, and shall bear the costs resulting from the correction of incorrect data.

E. Delivery of Record Drawings and Record Documents to the Engineer will be a prerequisite to Final payment.

F. The Contractor shall maintain a copy of all books, records, and documents pertinent to the performance under this Agreement for a period of five years following completion of the contract.

END OF SECTION

Page 55: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Project Record DocumentsPhase 1B – Well Drilling & Raw Water Piping 01720 - 6

THIS PAGE INTENTIONALLY LEFT BLANK

Page 56: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 1

SECTION 01730OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section includes procedural requirements for compiling and submitting operation and maintenance data required to complete the project.

1.02 RELATED WORK

A. Submittals are included in Section 01300.

B. Warranties and Bonds are included in Section 01740.

1.03 OPERATING MANUALS

A. Provide operation and maintenance instructions for all electrical, mechanical, and instrumentation & controls equipment furnished under various technical specification Sections.

B. Six complete sets of operation and maintenance manuals approved by the Engineer covering all equipment furnished under Divisions 11, 13, 15 and 16 shall be delivered at least 30 days prior to scheduled start-up directly to the Owner. One set of originals must be part of the six sets of operation and maintenance instructions required, including original manuals covering components manufactured by others.

C. An electronic copy of the manual will be provided with each hard copy submittal.

D. Separate manuals shall be provided for each type of equipment, or each Section number. Each manual shall contain the following specific requirements. Manuals that do not meet the requirements will be rejected and Contractor and/or Equipment Supplier/Manufacturer will bear all expenses to resubmit the manual to meet the following requirements.

1. Format and Materialsa. Binders:

1) Commercial quality three ring binders with durable and cleanable plastic covers2) Maximum ring width capacity: 3 inches3) When multiple binders are used, correlate the data into related consistent

groupings/volumes.b. Identification: Identify each volume on the cover and spine with typed or printed title

"OPERATING AND MAINTENANCE INSTRUCTIONS". Include the following:1) Title of Project2) Identify the general subject matter covered in the manual 3) Identify structure(s) and/or location(s), as applicable4) Specification Section number

c. 20 lb loose leaf paper, with hole reinforcementd. Page size: 8-1/2 inch by 11 inch

Page 57: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 2

e. Provide heavy-duty fly leafs (section separators), matching the table of contents, for each separate product, each piece of operating equipment, and organizational sections of the manual.

f. Provide reinforced punched binder tab; bind in with text.g. Reduce larger drawings and fold to the size of text pages - but not larger than 11

inches x 17 inches - or provide a suitable clear plastic pocket (with drawing identification) for such folded drawings/diagrams.

2. Contents:a. A table of contents/Indexb. Specific description of each system and componentsc. Name, address, telephone number(s) and e-mail address(es) of vendor(s) and local

service representative(s) d. Contractor and/or Equipment Supplier/Manufacturer shall clearly strike out portions

of manual that do not apply to the project. Manual will be rejected until inapplicable information is deleted and only applicable information is clearly indicated.

e. Specific on-site operating instructions (including starting and stopping procedures)f. Safety considerations g. Project specific operational proceduresh. Project specific maintenance proceduresi. Manufacturer's operating and maintenance instructions – specific to the project j. Copy of each wiring diagram k. Copy of Contractor's approved shop drawings l. List of spare parts and recommended quantities m. Product Data: Mark each sheet to clearly identify specific products and component

parts and data applicable to installation. Delete inapplicable information. n. Drawings: Supplement product data to illustrate relations of component parts of

equipment and systems, to show control and flow diagramso. Provide logical sequence of instructions for each procedure, incorporating

Manufacturer's instructions specified.p. Equipment attributes sheet for submittal of name plate data.q. Warranties and Bonds, as specified in the General Conditions and Section 01740.

3. Transmittalsa. Prepare separate transmittal sheets for each manual. Each transmittal sheet shall

include al least the following: the Contractor’s name and address, Owner’s name, project name, project number, submittal number, description of submittal and number of copies submitted.

b. Submittals shall be transmitted or delivered directly to the office of the Engineer, as indicated in the Contact Documents or otherwise directed by the Engineer.

E. Manuals for Equipment and Systems - In addition to the requirements listed above, for each System, provide the following:

1. Overview of system and description of unit or system and component parts. Identify function, normal operating characteristics and limiting conditions. Include performance curves, with engineering data and tests and complete nomenclature and commercial number of replaceable parts.

Page 58: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 3

2. Panelboard circuit directories including electrical service characteristics, controls and communications and color coded wiring diagrams as installed.

3. Operating procedures: include start-up, break-in and routine normal operating instructions and sequences; regulation, control, stopping, shut-down and emergency instructions; and summer, winter and any special operating instructions.

4. Maintenance Requirementsa. Procedures and guides for trouble-shooting; disassembly, repair, and reassembly

instructionsb. Alignment, adjusting, balancing and checking instructionsc. Servicing and lubrication schedule and list of recommended lubricantsd. Manufacturer's printed operation and maintenance instructionse. Sequence of operation by instrumentation and controls manufacturerf. Original Manufacturer's parts list, illustrations, assembly drawings and diagrams

required for maintenance

5. Control diagrams by controls manufacturer as installed (as-built)

6. List of original Manufacturer's spare parts and recommended quantities to be maintained in storage

7. Test and balancing reports, as required

8. Additional Requirements as specified in individual product specification

9. Design data for systems engineered by the Contractor or its Suppliers

10. Equipment attribute information a. Equipment Attribute Worksheets as presented at the end of this Section shall be

provided for all equipment meeting the asset definition as follows:1) Asset Definition

Maintenance is recommended Assets have a value greater than $1,000 Assets are complete and usable, and perform a distinct function independently

(i.e., they pump waste, remove solids, etc.)

This asset definition is intended to give a general indication of which equipment must be included in the Equipment Attribute Worksheets. The Engineer will provide the specific list of equipment that the Contractor must provide information for:

b. The information requirements are shown in detail in the table. The data requirements include nameplate data, manufacturer and supplier information, information specific to the type of equipment, and recommended preventative maintenance activities.

c. An electronic copy of the Equipment Attribute Worksheets must be delivered in Excel format and submitted to the Engineer on CD-ROM and submitted with the O&M manuals. It is not necessary to submit printed copies of the Equipment Attribute Worksheets.

Page 59: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 4

F. Manual for Materials and Finishes – In addition to the requirements listed above, for each material or finish, provide the following:

1. Applied Materials and Finishes: Include product data, with catalog number, size, composition and color designations

2. Instructions for Care and Maintenance: Include Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods and recommended schedule for cleaning and maintenance.

3. Moisture Protection and Weather Exposed Products: Include product data listing, applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, maintenance and repair.

4. Additional Requirements: As specified in individual product specifications.

1.04 SERVICES OF MANUFACTURERS' REPRESENTATIVE

A. All electrical, mechanical, and instrumentation & controls equipment furnished under various technical specifications Sections shall include the cost of a competent representative of the manufacturers of all equipment to supervise the installation, adjustment and testing of the equipment; and, to instruct the Owner's operating personnel on operation and maintenance. This supervision may be divided into two or more time periods to suit the Contractor’s schedule and/or the Owner’s personnel availability.

B. See the detailed specifications for additional requirements for furnishing the services of Manufacturer's representatives.

C. The Manufacturer’s representative shall certify that the installation of the equipment is satisfactory; that the unit has been satisfactorily tested; that the equipment is ready for operation; and, that the operating personnel have been suitably instructed in the operation, maintenance, care, and safe operation of the equipment. The Equipment Manufacturer’s Certificate of Installation, Testing, and Instruction attached to this Section shall be used for this certification.

D. For other materials furnished under other specification Sections, furnish the services of approved representative(s) of the Manufacturer when, in the opinion of the Engineer, some evident product failure or malfunction makes such services necessary.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 SUBMITTAL SCHEDULE

A. Operation and maintenance manuals shall be delivered directly to the office of the Engineer, as follows:

1. Preliminary copies of manuals shall be submitted to the office of the Engineer, no later than 30 days following approval of the respective shop drawings.

Page 60: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 5

2. Provide six final copies of complete manuals prior to testing and start-up.

B. The Engineer will review Operation and Maintenance manuals submittals on operating equipment for conformance with the requirements of the applicable specification Section. The review will generally be based on the O&M Manual Review Checklist appended to this Section.

C. If during test and start-up of equipment, any changes were made to the equipment, provide copies (the number specified in paragraph 3.01.A.2) of as-built drawings or any other amendments for insertion in the final manuals. Submit the required number within 30 days of start-up and testing of the facility.

3.02 VENDOR TRAINING/INSTRUCTIONS (TO OWNER’S PERSONNEL)

A. Before final initiation of operation, Contractor’s vendors shall train/instruct Owner's designated personnel in the operation, adjustment, and maintenance of products, equipment and systems at times convenient to the Owner.

B. Unless specified otherwise under the respective equipment specification section, vendor training/instruction shall consist of eight hours of training for each type of equipment. Such training/instruction shall be scheduled and held at times to accommodate the work schedules of Owner’s personnel, including splitting the required training/instruction time into separate sessions and/or presented at reasonable times other than the Contractor’s “normal working hours” or the Owner’s normal day shift.

C. Use operation and maintenance manuals as basis for instruction. Train/instruct the Owner’s personnel, in detail, based on the contents of manual explaining all aspects of operation and maintenance of the equipment. If the respective equipment is inter-related to the operation of other equipment, all interlock, constraints, and permissives shall be explained.

D. At least two weeks prior to the schedule for vendor training, a detailed lesson plan, representative of the material to be covered during instruction, shall be submitted to the Engineer for approval. Lesson plans shall consist of in-depth outlines of the training material, including a table of contents, resume of the instructor, materials to be covered, start-up procedures, maintenance requirements, safety considerations, and shut-down procedures.

E. Prepare and insert additional data in each Operation and Maintenance Manual when the need for such data becomes apparent during training/instruction.

F. Vendor’s training/instruction will be considered acceptable based on the completed Owner's Acknowledgement of Manufacturer’s Instruction as indicated on the Equipment Manufacturer’s Certification of Installation, Testing, and Instruction appended to this Section.

END OF SECTION

Page 61: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 6

O&M Manual Review ChecklistSubmittal No.: Project No.: Manufacturer: Equipment Submitted: _____________________________________________________Specification Section: _________________Date of Submittal: ____________________

General Data1. Are the area representative's name, address, e-mail address and telephone

number included?

2. Is the nameplate data for each component included?

3. Are all associated components related to the specific equipment included?

4. Is non-pertinent data crossed out or deleted?

5. Are drawings neatly folded and/or inserted into packets?

Operations and Maintenance Data6. Is an overview description of the equipment and/or process included?

7. Does the description include the practical theory of operation?

8. Does each equipment component include specific details (design characteristics, operating parameters, control descriptions, and selector switch positions and functions)?

9. Are alarm and shutdown conditions clearly identified? Does it describe possible causes and recommended remedies?

10. Are step procedures for starting, stopping, and troubleshooting the equipment included?

11. Is a list of operational parameters to monitor and record for specific equipment included?

12. Is a proposed operating log sheet included?

13. Is a spare parts inventory list included for each component?

14. Is a lubrication schedule for each component included - or does it clearly state “No Lubrication Required"?

15. Is a maintenance schedule for each component included?

16. Is a copy of the warranty information included?

______ 17. Are equipment attribute sheets provided as specified?

Page 62: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

O&M Manual Review Checklist, continuedPage 2

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 7

Review Comments

Is the submittal fully approved (yes/no)?

If not, see the following are the points of rejection that must be addressed and require resubmittal by the Contractor:

Item No.

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

12.

13.

14,

15.

Reviewed By: Date:

Legend

1 = OK

2 = Not Adequate

3 = Not Included

Note: This submittal has been reviewed for compliance with the Contract Documents.

Page 63: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 8

EQUIPMENT MANUFACTURER'S CERTIFICATE OF INSTALLATION, TESTINGAND INSTRUCTION

Owner: JEA

Project: West Nassau Regional Water Treatment Plant Phase 1B – Well Drilling & Raw Water Piping

Contract No. _____________________________

CDM Smith Project No._____________________________

EQUIPMENT SPECIFICATION SECTION____________________________________________

EQUIPMENT DESCRIPTION_______________________________________________________

I_______________________________________________________, Authorized representative of (Print Name)

________________________________________________________________________________(Print Manufacturer's Name)

hereby CERTIFY that______________________________________________________________ (Print equipment name and model with serial No.)

installed for the subject project [has] [have] been installed in a satisfactory manner, [has] [have] been satisfactorily tested, [is] [are] ready for operation, and that Owner assigned operating personnel have been suitably instructed in the operation, lubrication, and care of the unit[s] on Date: ________ Time: _______.

CERTIFIED BY: _________________________________________________ DATE: _________(Signature of Manufacturer's Representative)

OWNER'S ACKNOWLEDGMENT OF MANUFACTURER'S INSTRUCTION

[I] [We] the undersigned, authorized representatives of the ___________________________________ and/or Plant Operating Personnel have received classroom and hands on instruction on the operation, lubrication, and maintenance of the subject equipment and [am] [are] prepared to assume normal operational responsibility for the equipment:

_____________________________________________ DATE: ______________________

_____________________________________________ DATE: ______________________

_____________________________________________ DATE: ______________________

Page 64: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 9

EQUIPMENT ATTRIBUTE SHEETS

In order to facilitate the creation of asset records and their corresponding preventive maintenance schedules and activities in the Computerized Maintenance Management System (CMMS), information should be completed using the Excel template provided. Examples are provided in the Equipment Attribute Sheets template to help convey how the information should be completed. In addition, each worksheet in the Excel template is described below. The Engineer will provide the Contractor a copy of the Excel spreadsheet for use in distributing to vendors/manufacturers for completion. The spreadsheet will be pre-populated with the list of assets for which information is required and the specific attributes that need to be completed.

Vendor-Manufacturer Worksheet

Information for the equipment Vendors and Manufacturers should be provided on the Vendor-Manufacturer worksheet. The information that is required is listed below.

Vendor ID / Manufacturer ID

A unique identifier for the Vendor or Manufacturer. If this is unknown enter an abbreviation for the Vendor / Manufacturer name.

Vendor/Manufacturer Name The name of the Vendor or Manufacturer

AddressCityState or CountryZIP Code

Company address

Phone Company phone numberFax Company fax numberContact Name Best contact personContact PhoneContact FaxContact email

Contact information associated with the person identified in the Contact Name field

Local Representative Worksheet

Information for the local representative should be provided on the Local Representative worksheet. The information that is required is listed below.

Company Name The company name of the Local RepresentativeAddressCityStateZIP Code

Company address

Contact Name Best contact personContact PhoneContact FaxContact email

Contact information associated with the person identified in the Contact Name field

Page 65: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 10

Assets Worksheet

The following Asset information should be provided for all equipment. The equipment that should be included will be pre-populated.

Asset ID Will be pre-populated Asset Description Will be pre-populatedTag Number Identifier from the P&IDModel Number Equipment Model NumberSerial Number Serial Number that is specific to the piece of equipment

Vendor ID Identifier for the Vendor associated with the piece of equipment. The Vendor ID should be defined on the Vendor-Manufacturer worksheet.

Manufacturer IDIdentifier for the Manufacturer associated with the piece of equipment. The Manufacturer ID should be defined on the Vendor-Manufacturer worksheet.

Cost The installed cost of the equipment.Warranty Duration The length of the warranty on the equipmentAnticipated Warranty Start Date

The estimated date of substantial completion. Will help define when the warranty will expire.

In addition to the information above, additional asset-specific attributes must be completed. The additional fields that need to be completed will be defined for you on the Assets Worksheet for each different type of asset. See the Equipment Attribute Sheets template for examples.

Spare Parts Worksheet

Spare parts or kits that are to be used in the performance of recommended preventive maintenance activities should be listed on the Spare Parts worksheet. This will enable JEA to keep an inventory of the items and enable preventive maintenance work orders to reference the spare part requirements.

Spare Part or Kit ID A unique identifier for the Spare Part of Kit

Spare Part / Kit Description

A useful description to help users of the CMMS and/or maintenance crews identify what is needed to perform the preventive maintenance task.

Vendor/Manufacturer ID

The unique identifier for Vendor or Manufacturer of the item. The identifier should reference the Vendor-Manufacturer worksheet.

Kit Contents If the item is actually a kit that contains multiple items, the quantity and a brief description of each item in the kit should be listed individually.

Asset ID(s) The list of Assets that the spare parts are applicable to. The Asset IDs are defined in the Assets worksheet.

Page 66: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 11

Preventive Maintenance Worksheet

All recommended preventive maintenance (PM) activities for the equipment provided must be compiled on the Preventive Maintenance worksheet. This will facilitate the creation of the necessary preventive maintenance schedules for the equipment in the CMMS. It will also help JEA identify the specific tasks and materials that are involved in completing future PM work orders. The Preventive Maintenance worksheet contains two sections. The general list of preventive maintenance activities and their frequencies should be entered in the Preventive Maintenance Header. The tasks that a maintenance worker would execute as part of each PM should be entered into the Preventive Maintenance Tasks.

Preventive Maintenance Header

PM ID

Please specify a unique number for each recommended preventive maintenance (PM) activity. The first PM should have an ID of 1, and you should increment from there. The individual tasks that comprise the activity will be listed separately below and will reference this identifier.

PM Description A useful description of the PM activity. It should also contain the frequency that the activity should be performed.

Frequency - Calendar If the frequency is calendar based (every week, 2 weeks, month, etc) please enter the frequency.

Frequency - Runtime If the PM should be scheduled based on equipment run-time, please enter the runtime interval at which the PM should be performed.

Applicable Asset ID(s)

In order to create the PM schedules in the CMMS, a list of the applicable Asset IDs are needed. If a PM is applicable to several assets that you are supplying, please list all those Asset IDs and create rows as necessary in Excel.

Preventive Maintenance Tasks

PM ID This is the identifier from the Preventive Maintenance Header (above).

Task NumberA numeric identifier for each task listed under a scheduled PM. The first task should be "10" and each successive task should be incremented by 10.

Task Description

A useful description of the task. It is not necessary or desirable for this to be overly detailed. It is meant to be a checklist that a person could use in performing the recommended PM activities. The examples provided are an indicator of the desired level of detail.

Spare Part / Kit IDIf the task likely will require spare parts, the spare parts should be listed here. The ID that should be entered here should come from the Spare Parts worksheet.

Spare Part / Kit Quantify

The quantity of the specified parts that are likely to be necessary to complete the PM task

Special Tools / Equipment Description

If any special or unusual tools or equipment are necessary to perform the maintenance task, a description should be entered here.

Page 67: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

West Nassau Regional Water Treatment Plant Operation and Maintenance DataPhase 1B – Well Drilling & Raw Water Piping 01730 - 12

THIS PAGE INTENTIONALLY LEFT BLANK

Page 68: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Warranties and Bonds

Phase 1B – Well Drilling & Raw Water Piping 01740 - 1

SECTION 01740

WARRANTIES AND BONDS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. This Section specifies general administrative and procedural requirements for warranties and

bonds required by the Contract Documents, including Manufacturer’s standard warranties on

products and special warranties.

1.02 RELATED WORK

A. Refer to Conditions of Contract for the general requirements relating to warranties and bonds.

B. Specific requirements for warranties for the work and products and installations that are

specified to be warranted are included in the individual Sections of Division 2.

1.03 SUBMITTALS

A. Submit written warranties to the Owner via the Engineer 15 days prior to the date of Substantial

Completion. If the Certificate of Substantial Completion designates a commencement date for

warranties other than the date of Substantial Completion for the work, or a designated portion

of the work, submit written warranties upon request of the Owner.

B. When a designated portion of the work is completed and occupied or used by the Owner, by

separate agreement with the Equipment Supplier or Contractor (as applicable) during the

construction period, submit properly executed warranties to the Owner via the Engineer within

15 days of completion of that designated portion of the Work.

C. When a special warranty is required to be executed by the Contractor or Equipment

Supplier/Manufacturer, prepare a written document that contains appropriate terms and

identification, ready for execution by the required parties. Submit a draft to the Owner via the

Engineer for approval prior to final execution.

D. Refer to individual Sections of Division 2 for specific content requirements, and particular

requirements for submittal of special warranties.

E. At Final Completion compile two copies of each required warranty and bond properly executed

by the Contractor, or by the Equipment Supplier, or by the Manufacturer. Organize the

warranty documents into an orderly sequence based on the table of contents of the Project

Manual.

F. Bind warranties and bonds in heavy-duty, commercial quality, durable 3-ring vinyl covered

loose-leaf binders, thickness as necessary to accommodate contents and sized to receive

8-1/2-in by 11-in paper.

G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project

Manual, with each item identified with the number and title of the Section in which specified

and the name of the product or work item.

Page 69: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Warranties and Bonds

Phase 1B – Well Drilling & Raw Water Piping 01740 - 2

H. Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the

tab to identify the product or installation. Provide a typed description of the product or

installation, including the name of the product and the name, address and telephone number of

the installer, supplier and Manufacturer.

I. Identify each binder on the front and the spine with the typed or printed title "WARRANTIES

AND BONDS", the project title or name and the name, address and telephone number of the

Contractor.

J. When operating and maintenance manuals are required for warranted construction, provide

additional copies of each required warranty, as necessary, for inclusion in each required

manual.

1.04 WARRANTY REQUIREMENT

A. Related Damages and Losses: When correcting warranted work that has failed, remove and

replace other work that has been damaged as a result of such failure or that must be removed

and replaced to provide access for correction of warranted work.

B. Reinstatement of Warranty: When work covered by a warranty has failed and been corrected by

replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated

warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C. Replacement Cost: Upon determination that work covered by a warranty has failed, replace or

rebuild the work to an acceptable condition complying with requirements of Contract

Documents. The Contractor is responsible for the cost of replacing or rebuilding defective

work regardless of whether the Owner has benefited from use of the work through a portion of

its anticipated useful service life.

D. Owner's Recourse: Written warranties made to the Owner are in addition to implied warranties,

and shall not limit the duties, obligations, rights and remedies otherwise available under the

law, nor shall warranty periods be interpreted as limitations on time in which the Owner can

enforce such other duties, obligations, rights, or remedies.

E. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit

selections to products with warranties not in conflict with requirements of the contract

Documents.

F. Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties

do not relieve the Equipment Supplier or Contractor (as applicable) of the warranty on the work

that incorporates the products, nor does it relieve suppliers, manufacturers and subcontractors

required to countersign special warranties with the Contractor.

1.05 MANUFACTURERS CERTIFICATIONS

A. Where required, the Equipment Supplier or Contractor (as applicable) shall supply evidence,

satisfactory to the Engineer, that the Equipment Supplier or Contractor (as applicable) can

obtain Manufacturers’ certifications as to the Contractor’s installation of equipment.

Page 70: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Warranties and Bonds

Phase 1B – Well Drilling & Raw Water Piping 01740 - 3

1.06 DEFINITIONS

A. Standard Product Warranties are preprinted written warranties published by individual

Manufacturers for particular products and are specifically endorsed by the Manufacturer to the

Owner.

B. Special Warranties are written warranties required by or incorporated in the Contract

Documents, either to extend time limits provided by standard warranties or to provide greater

rights for the Owner.

1.07 EQUIPMENT WARRANTIES

A. All equipment supplied under this Contract shall be guaranteed to be free from defects in

workmanship, design, and/or materials for a period of 1 year unless otherwise specified. The

period of such warranties shall start on the date the particular equipment is placed in use by the

Owner provided that the equipment demonstrates satisfactory performance during the 30-day

operational period after equipment startup. If the equipment does not perform satisfactorily

during the 30-day startup operational period, the start of the warranty period will be delayed

until the equipment demonstrates proper operation. Warranties and guarantees shall be

indicated on the Warranty for Equipment Item form appended to this section. The equipment

supplier shall repair or replace without charge to the Owner any part of equipment which is

defective or showing undue wear within the warranty period, or replace the equipment with

new equipment if the mechanical performance is unsatisfactory; furnishing all parts, materials,

labor, etc., necessary to return the equipment to its specified level.

B. The equipment shall be warranted to be free from defects in workmanship, design and

materials. If any part of the equipment should fail during the warranty period, it shall be

replaced in the machine(s) and the unit(s) restored to service at no expense to the Owner.

C. The Manufacturer's warranty period shall run concurrently with the Contractor's warranty or

guarantee period. No exception to this provision shall be allowed. In the event that the

Manufacturer is unwilling to provide a 1-year warranty commencing at the time of Owner

acceptance, obtain from the Manufacturer a 2-year warranty starting at the time of equipment

delivery to the job site. This 2-year warranty shall not relieve the Contractor of the 1-year

warranty starting at the time of Owner acceptance of the equipment.

1.08 FINAL GUARANTEE

A. Final guarantee and Contractor’s warranty shall be as specified in the Front End Documents of

the Contract.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Page 71: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Warranties and Bonds

Phase 1B – Well Drilling & Raw Water Piping 01740 - 4

WARRANTY FOR EQUIPMENT ITEM

LOCATION OF PROJECT:

OWNER:

PROJECT NUMBER:

EQUIPMENT ITEM:

SECTION NO. / ITEM NO.:

SUPPLIER:

SUPPLIER'S ADDRESS:

SUPPLIER'S REFERENCE NO.:

The undersigned guarantees that the above equipment is of good merchantable quality, free from defects

in material or workmanship, fully meets the type, quality, design and performance requirements defined

in the Contract Documents of the above project, and that the equipment will in actual operation

satisfactorily perform the functions for which installed.

The undersigned agrees to repair, replace, or otherwise make good, any defect in workmanship or

materials in the above described equipment which may develop within a period of one year from the date

of final acceptance by the Owner of the above named project.

COMPANY___________________________

COMPANY ADDRESS___________________________

___________________________

BY___________________________

TITLE___________________________

SIGNED___________________________

DATE _____________

Page 72: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Demolition and Modifications

Phase 1B – Well Drilling & Raw Water Piping 02050 - 1

SECTION 02050

DEMOLITION AND MODIFICATIONS

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and demolish, modify, remove

and dispose of work shown on the Drawings and as specified in the JEA Water and Wastewater

Standards (January 2016 or latest), Demolition & Abandonment – Section 407, and as specified

herein.

B. Included, but not limited to, are demolition, modifications and removal of existing materials,

equipment or work necessary to install the new work as shown on the Drawings and as specified

in the JEA Water and Wastewater Standards (January 2016 or latest), Demolition &

Abandonment – Section 407, and as specified herein and to connect with existing work in

approved manner.

Page 73: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Demolition and Modifications

Phase 1B – Well Drilling & Raw Water Piping 02050 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 74: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Site Preparation

Phase 1B – Well Drilling & Raw Water Piping 02100 - 1

SECTION 02100

SITE PREPARATION

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials and equipment required and perform all site

preparation, complete as specified in the JEA Water and Wastewater Standards (January 2016

or latest), Site Preparation, Cleanup & Restoration – Section 406, and as specified herein. The

Contractor may provide this Work through a qualified Subcontractor who specializes in site

preparation including land clearing. The Contractor shall clear, strip, grub and dispose all of the

180-foot by 180-foot area within the limits of construction as shown on the plans and approved

by the Owner prior to the beginning of any work. All site work shall conform to the JEA Water

and Wastewater Standards (January 2016 or latest), Site Preparation, Cleanup & Restoration –

Section 406.

B. The Contractor shall obtain all permits required for site preparation work prior to proceeding

with the Work, including clearing and tree removal.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. JEA Water and Wastewater Standards (January 2015) – Section 406.

C. Earthwork is included in Section 02200, and Section 408 in JEA’s Water and Wastewater

Standards Manual.

D. Erosion and Sedimentation Control in Section 02270.

E. Temporary Erosion and Sedimentation Control in Section 02276.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, copies of all permits required prior to clearing,

grubbing, and stripping work.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 CLEARING

A. The clearing area shall be 180-feet by 180-feet on the Owner’s parcel, which is 200-feet by 200-

feet. A 10-foot buffer shall remain undisturbed around the perimeter of the site, expect the

entrance to the site from the JEA Easement (See Contract Drawing Civil Sheet C-2). Contractor

shall remove trees shown along the JEA easement necessary for site accessibility, but maintain

tree protection in areas not designated as clearing and grubbing areas.

B. The surface of the ground, for the area to be cleared and grubbed shall be completely cleared of

all timber, trees, stumps, brush, shrubs, roots, grass, weeds, rubbish and any other objectionable

Page 75: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Site Preparation

Phase 1B – Well Drilling & Raw Water Piping 02100 - 2

material resting on or protruding through the surface of the ground. Clearing operations shall be

conducted so as to prevent damage to existing structures and utilities and to structures and

utilities under construction, and also to provide for the safety of employees and others.

C. Preserve and protect trees and other vegetation designated on the Drawings and in Paragraph

3.05 or as directed by the Owner to remain.

3.02 GRUBBING

A. Grub and remove all stumps, roots in excess of 1-1/2-inches in diameter, matted roots, brush,

timber, logs, concrete rubble and other debris encountered to a depth of 18-inches below

original grade or 18-inches beneath the bottom of foundations, whichever is deeper.

B. Refill all grubbing holes and depressions excavated below the original ground surface with

suitable materials and compact to a density conforming to the surrounding ground surface in

accordance with JEA Standard Water and Wastewater Section 406.

3.03 STRIPPING

A. Topsoil shall be free from brush, trash, large stones and other extraneous material. Avoid

mixing topsoil with subsoil.

B. Stockpile and protect topsoil until it is used in landscaping, loaming and seeding operations.

Dispose of surplus topsoil after all work is completed.

3.04 DISPOSAL

A. Dispose of material and debris from site preparation operations by hauling such materials and

debris to an approved offsite disposal area. No rubbish or debris of any kind shall be buried on

the site.

3.05 PROTECTION AND CONTROL

A. Trees and other vegetation designated on the Drawings or directed by the Owner to remain shall

be protected from damage by all construction operations by erecting suitable barriers, guards

and enclosures, or by other approved means. Conduct clearing operations in a manner to prevent

falling trees from damaging trees and vegetation designated to remain and to the work being

constructed and so as to provide for the safety of employees and others.

B. Maintain protection until all work in the vicinity of the work being protected has been

completed.

C. Do not operate heavy equipment or stockpile materials within the branch spread of existing

trees.

D. Immediately repair any damage to existing tree crowns, trunks, or root systems. Roots exposed

and/or damaged during the work shall immediately be cut off cleanly inside the exposed or

damaged area. Treat cut surfaces with an acceptable tree wound paint and topsoil spread over

the exposed root area.

E. Restrict construction activities to those areas within the limits of construction designated on the

Drawings, within easements provided by the Owner. Adjacent properties and improvements

Page 76: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Site Preparation

Phase 1B – Well Drilling & Raw Water Piping 02100 - 3

thereon, public or private, which become damaged by construction operations, shall be

promptly restored to their original condition, to the full satisfaction of the property owner.

END OF SECTION

Page 77: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Site Preparation

Phase 1B – Well Drilling & Raw Water Piping 02100 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 78: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Dewatering and Drainage

Phase 1B – Well Drilling & Raw Water Piping 02140 - 1

SECTION 02140

DEWATERING AND DRAINAGE

PART1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required for all dewatering and drainage

work shown on the Drawings and as specified in the JEA Water and Wastewater Standards

(January 2016 or latest), Excavation & Earthwork – Section 408, and as specified herein.

1.02 RELATED WORK

A. Submittals are included in Section 01300.

B. Site Preparation is included in Section 02100.

C. Earthwork is included in Section 02200.

D. Trenching, Backfilling and Compaction is included in Section 02221.

E. Temporary Erosion and Sedimentation Control is included in Section 02270.

F. Seeding and Grassing is included in Section 02930.

END OF SECTION

Page 79: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Dewatering and Drainage

Phase 1B – Well Drilling & Raw Water Piping 02140 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 80: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Earthwork

Phase 1B – Well Drilling & Raw Water Piping 02200 - 1

SECTION 02200

EARTHWORK

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials, equipment and incidentals required and

perform all excavation, backfill, fill and grading required to complete the work as shown on the

Drawings and as specified in the JEA Water and Wastewater Standards (January 2016 or latest),

Excavation & Earthwork – Section 408, and as specified herein.

B. The Contractor shall furnish and install temporary excavation support systems, if required,

including trench box, drilled-in soldier piles with lagging, interlocking steel sheeting, or other

methods, to insure the safety of personnel and protect adjacent structures, piping, etc. in

accordance with Federal, State, and local laws, regulations and requirements. Temporary

excavation support systems shall be in accordance with the JEA Water and Wastewater

Standards (January 2016 or latest), Excavation & Earthwork – Section 408.

1.02 RELATED WORK

A. Site Preparation is included in Section 02100.

B. Dewatering and Drainage is included in Section 02140.

C. Trenching, Backfilling and Compaction is included in Section 02221.

END OF SECTION

Page 81: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Earthwork

Phase 1B – Well Drilling & Raw Water Piping 02200 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 82: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Site Grading

Phase 1B – Well Drilling & Raw Water Piping 02210 - 1

SECTION 02210

SITE GRADING – RAW WATER PIPELINE

PART 1 GENERAL

1.01 THE REQUIREMENT

A. The Contractor shall perform grading Work within the limits, elevations and grades indicated on

the Drawings and as specified herein.

1.02 QUALITY CONTROL

A. The site shall be graded to the required elevations. Spot elevations are shown on the Drawings

and the finished surfaces shall be uniformly sloped between these locations.

B. Suitable excavated material shall be used in the formation of embankments as shown on the

Drawings. The Contractor shall provide all additional fill material required to complete the

embankments.

PART 2 PRODUCTS

2.01 FILL

A. Suitable fill material shall be noncohesive, nonplastic, granular mixture of local sand and

limerock, shall be free from vegetation, organic material or muck and shall contain not more

than 8 percent material by weight which passes the No. 200 sieve. Broken concrete shall not be

used in the fill. Fill material containing limerock shall have sufficient sand to fill the voids in

the limerock, and no individual rocks or pieces of hard material that will not pass a 6-inch

diameter ring shall be used in the fill; except that the upper 4 inches of all backfill or fills shall

not contain any rock or hard material that will not pass a 3-inch diameter ring. All fill material

shall be provided by the Contractor from any excess suitable on-site material or from off site

sources, borrow areas or other sources for this material all be reviewed by the Engineer prior to

use. The Contractor must determine the volume of material required for the site.

PART 3 EXECUTION

3.01 GRADING AND COMPACTION

A. Fill material shall be placed in lifts not to exceed 8-inches and compacted to a density of not

less than 95 percent of maximum density at optimum moisture as determined by ASTM D 1557.

Fill material shall be within plus or minus 2 percentage points of optimum moisture content.

The minimum density acceptable at any location within the pavement subgrade shall be as

shown on the plans.

3.02 FINE GRADING

A. After structures, bases and pavements are completed and the yard piping trenches backfilled, the

disturbed areas of the site shall be fine graded. All construction debris, regardless of size, shall

be removed. The completed surface shall be shaped and sloped to drain away from the

structures. The completed surface shall be within 0.1 foot of the elevations shown on the

Page 83: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Site Grading

Phase 1B – Well Drilling & Raw Water Piping 02210 - 2

Drawings, unless otherwise directed by the Engineer. Minor adjustments to line and grade may

be required as the work progresses in order to satisfy field conditions.

END OF SECTION

Page 84: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Trenching, Backfilling and Compaction

Phase 1B – Well Drilling & Raw Water Piping 02221 - 1

SECTION 02221

TRENCHING, BACKFILLING AND COMPACTION

PART 1 GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall furnish all labor, materials, equipment and incidentals required and perform

all trenching for pipelines and appurtenances, including drainage, filling, backfilling, disposal of

surplus material and restoration of trench surfaces and easements as shown on the Drawings and

as specified in the JEA Water and Wastewater Standards (January 2016 or latest), Excavation &

Earthwork – Section 408, and as specified herein.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents.

B. Site Preparation is included in Section 02100.

C. Dewatering and Drainage is included in Section 02140.

D. Earthwork is included in Section 02200.

E. Seeding and Grassing is included in Section 02930.

END OF SECTION

Page 85: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Trenching, Backfilling and Compaction

Phase 1B – Well Drilling & Raw Water Piping 02221 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 86: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Erosion and Sedimentation Control

Phase 1B - Well Drilling & Raw Water Piping 02270-1

SECTION 02270

EROSION AND SEDIMENTATION CONTROL

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and perform all installation,

maintenance, removal and area cleanup related to erosion and sedimentation control work as

shown on the Drawings and as specified herein. The work shall include, but not necessarily be

limited to; installation of temporary access ways and staging areas, silt fences, stone filter

boxes, stone filter berms, sediment removal and disposal, device maintenance, removal of

temporary devices, temporary mulching, excelsior matting installation and final cleanup.

Erosion and sedimentation control shall be within the Owner’s parcel and access way through

the easement, as shown on the Contract Documents.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. Site Preparation is included in Section 02100.

C. Temporary Erosion and Sedimentation Control is included in Section 02276.

1.03 SUBMITTALS

A. Submit, in accordance with Section 01300, within 10 days after award of Contract, technical

product literature for all commercial products, including straw mulch tackifier, to be used for

erosion and sedimentation control.

1.04 QUALITY ASSURANCE

A. Be responsible for the timely installation and maintenance of all sedimentation control devices

necessary to prevent the movement of sediment from the construction site to offsite areas or into

the stream system via surface runoff or underground drainage systems. Measures in addition to

those shown on the Drawings necessary to prevent the movement of sediment off site shall be

installed, maintained, removed, and cleaned up at the expense of the Contractor. No additional

charges to the Owner will be considered.

B. Sedimentation and erosion control measures shall conform to the requirements outlined in the

“The Florida Development Manual - A Guide to Sound Land and Water Management" from the

state of Florida Department of Environmental Protection (FDEP), chapter 6 (latest edition).

PART 2 PRODUCTS

2.01 MATERIALS

A. Crushed stone for sediment filtration devices, access ways and staging areas shall conform to

FDOT Specifications.

B. Berm structural stone shall be riprap as follows:

Page 87: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Erosion and Sedimentation Control

Phase 1B - Well Drilling & Raw Water Piping 02270-2

1. Riprap shall be sound, durable rock which is roughly rectangular shape and of suitable

quality to insure permanence in the condition in which it is to be used. Rounded stones,

boulders, sandstone or similar soft stone will not be acceptable. Material shall be free from

overburden, spoil, shale and organic material, meet the Engineer's approval and be well

graded within the following limits:

Weight of Stone Percent Finer by Weight

40 lb 100

12 lb 50

3 lb 0

C. Sediment Fence

1. Sediment fence shall be a prefabricated commercial product made of a woven,

polypropylene, ultraviolet resistant material such as "Envirofence" by Mirafi Inc.,

Charlotte, NC or equal.

D. 1/4-in woven wire mesh for filter boxes shall be galvanized steel or hardware cloth.

E. Straw mulch shall be utilized on all newly graded areas to protect areas against washouts and

erosion. Straw mulch shall be comprised of threshed straw of oats, wheat, barley, or rye that is

free from noxious weeds, mold or other objectionable material. The straw mulch shall contain at

least 50 percent by weight of material to be 10-in or longer. Straw shall be in an air-dry

condition and suitable for placement with blower equipment.

F. Latex acrylic copolymer or organic tackifier shall be a commercial product specifically

manufactured for use as straw mulch tackifier.

G. An asphalt tackifier shall only be used when temperatures are too low to allow the use of a latex

acrylic copolymer and only with prior written approval from the Engineer.

H. Erosion control blanket shall be installed in all seeded drainage swales and ditches as shown on

the Drawings or as directed by the Engineer. Erosion control blanket shall be 100 percent

agricultural straw matrix stitch bonded with degradable thread between two photodegradable

polypropylene nettings, such as Model S150 Double Net Short-Term Blanket (10 months) by

North American Green, Evansville, IN or equal.

PART 3 EXECUTION

3.01 INSTALLATION

A. Sediment Fence Installation

1. Sediment fences shall be positioned as indicated on the Drawings and as necessary to

prevent off site movement of sediment produced by construction activities as directed by

the Engineer. The fencing of silt fencing shall be along the 10-foot buffer established by

the Contractor along the 180-foot by 180-foot area, as shown on the Drawings. Any

additional silt fencing along the JEA easement as a result of tree removing or temporary

access shall be implemented.

2. Dig trench approximately 6-in wide and 6-in deep along proposed fence lines.

Page 88: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Erosion and Sedimentation Control

Phase 1B - Well Drilling & Raw Water Piping 02270-3

3. Drive stakes, 8-ft on center (maximum) at back edge of trenches. Stakes shall be driven 2-

ft (minimum) into ground.

4. Hang filter fabric on posts carrying to bottom of trench with about 4-in of fabric laid across

bottom of trench. Stretch fabric fairly taut along fence length and maintain secure both

ways.

5. Backfill trench with excavated material and tamp.

6. Install pre-fabricated silt fence according to manufacturer's instructions.

B. Construct filter boxes as detailed on the Drawings, from 1/4-in woven wire mesh or hardware

cloth and wood. Fill with crushed stone and place over all drop inlets and manholes to storm

drain system as each inlet is completed. This should be done prior to setting casting, if there is a

delay between installation of inlet structures or drain manholes and setting of castings. An

alternate method is to ring each inlet with a sediment fence.

C. Stone Filter Berm Installation

1. Place berm structural stone across channel just below lower sandbag wall at work area.

Face upstream side of structural berm with crushed stone.

D. Staging areas and access ways shall be surfaced with a minimum depth of 4-in of crushed stone.

3.02 MAINTENANCE AND INSPECTIONS

A. Inspections

1. Make a visual inspection of all erosion and sedimentation control devices once per week

and promptly after every rainstorm. If such inspection reveals that additional measures are

needed to prevent movement of sediment to offsite areas, promptly install additional

devices as needed. Sediment controls in need of maintenance shall be repaired promptly.

B. Device Maintenance

1. Sediment Fences

a. Remove accumulated sediment once it builds up to 1/2 of the height of the fabric.

b. Replace damaged fabric, or patch with a 2-ft minimum overlap.

c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed

to the fence.

2. Filter Boxes

a. Replace crushed stone when it becomes saturated with silt.

3. Stone Filter Berm

a. Muck out trapped silt from dewatering operations when it has built up to within 6-in

of the top of the berm.

b. Replace crushed stone filter when saturated with silt.

4. Add crushed stone to access ways and staging area as necessary to maintain a firm surface

free of ruts and mudholes.

Page 89: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Erosion and Sedimentation Control

Phase 1B - Well Drilling & Raw Water Piping 02270-4

3.03 TEMPORARY MULCHING

A. Apply temporary mulch to areas where rough grading has been completed but final grading is

not anticipated to begin within 30 days of the completion of rough grading.

B. Straw mulch shall be applied at rate of 100 lbs/1000 sq ft and tackified with latex acrylic

copolymer at a rate and diluted in a ratio per manufacturer's instructions.

3.04 EROSION CONTROL BLANKETS

A. Erosion control blankets shall be installed in all seeded drainage swales and ditches as shown on

the Drawings and as directed by the Engineer in accordance with manufacturer's instructions.

The area to be covered shall be properly prepared, fertilized and seeded with permanent

vegetation before the blanket is applied. When the blanket is unrolled, the netting shall be on

top and the fibers in contact with the soil over the entire area. The blankets shall be applied in

the direction of water flow and stapled. Blankets shall be placed a minimum of three rows (of 4-

ft) wide (total approx. 12-ft width) within the drainage swale/ditch and stapled together in

accordance with manufacturer's instructions. Side overlaps shall be 4-in minimum. The staples

shall be made of wire, .091-in in diameter or greater, "U" shaped with legs 10-in in length and a

1-1/2-in crown. Commercial biodegradable stakes may also be used with prior approval by the

Engineer. The staples shall be driven vertically into the ground, spaced approximately two

linear feet apart, on each side, and one row in the center alternately spaced between each size.

Upper and lower ends of the matting shall be buried to a depth of 4-in in a trench. Erosion stops

shall be created every 25-ft by making a fold in the fabric and carrying the fold into a silt trench

across the full width of the blanket. The bottom of the fold shall be 4-in below the ground

surface. Staple on both sides of fold. Where the matting must be cut or more than one roll length

is required in the swale, turn down upper end of downstream roll into a slit trench to a depth of

4-in. Overlap lower end of upstream roll 4-in past edge of downstream roll and staple.

1. To ensure full contact with soil surface, roll matting with a roller weighing 100 lbs/ft of

width perpendicular to flow direction after seeding, placing matting and stapling.

Thoroughly inspect channel after completion. Correct any areas where matting does not

present a smooth surface in full contact with the soil below.

3.05 REMOVAL AND FINAL CLEANUP

A. Once the site has been fully stabilized against erosion, remove sediment control devices and all

accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas

disturbed during this process and stabilize against erosion and approval of final stabilization is

provided by the Engineer with surfacing materials as indicated on the Drawings.

END OF SECTION

Page 90: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Temporary Erosion and Sedimentation Control

Phase 1B – Well Drilling & Raw Water Piping 02276 - 1

SECTION 02276

TEMPORARY EROSION AND SEDIMENTATION CONTROL

PART 1 GENERAL

1.01 THE REQUIREMENT

A. The Contractor shall design, provide, maintain and remove temporary erosion and

sedimentation controls as necessary.

B. Temporary erosion controls may include, but are not limited to, mulching, netting, and

watering, on site surfaces and spoil and borrow are surfaces and providing interceptor ditches at

ends of berms and at those locations which will ensure that erosion during construction will be

either eliminated or maintained within acceptable limits as established by JEA.

C. Temporary sedimentation controls include, but are not limited to, silt dams, traps, barriers and

appurtenances at the foot of sloped surfaces which will ensure that sedimentation pollution will

be either eliminated or maintained within acceptable limits as established by JEA.

D. The Contractor shall provide effective temporary erosion and sediment control measures during

construction or until final controls become effective.

1.02 SUBMITTALS

A. Submit schedule for temporary erosion and sedimentation control.

PART 2 PRODUCTS

2.01 EROSION CONTROL

A. Seeding and mulching, fertilization and watering shall be in accordance with Section 570-1

through 570-3 of the FDOT Specifications.

B. Netting: Fabricated of material acceptable to JEA or Engineer.

2.02 SEDIMENTATION CONTROL

A. Bales: Clean, seed free cereal hay type.

B. Netting: Fabricated of material acceptable to JEA or Engineer.

C. Filter Stone: Crushed stone conforming to FDOT Specifications.

PART 3 EXECUTION

3.01 EROSION CONTROL

A. Seeding shall be in accordance with Section 570-4 through 570-5 of the FDOT Specifications.

The Contractor shall insure that all seeded areas have sustained growth prior to acceptance.

B. Mulching shall be in accordance with Section 570-4.6 of the FDOT Specifications.

Page 91: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Temporary Erosion and Sedimentation Control

Phase 1B – Well Drilling & Raw Water Piping 02276 - 2

C. Minimum procedures for mulching and netting are:

1. Apply mulch loosely to a thickness of between 0.75 inches and 1.5 inches.

2. Apply netting over mulched areas on sloped surfaces.

3.02 SEDIMENTATION CONTROL

A. Install and maintain silt dams, traps and barriers as shown on the approved schedule. Hay bales

which deteriorate and filter stone which is lodged shall be replaced as required.

3.03 PERFORMANCE

A. Should any of the temporary erosion and sediment control measures employed by the

Contractor fail to produce results which comply with the requirements of JEA, the Contractor

shall immediately take whatever steps are necessary to correct the deficiency at his own

expense.

END OF SECTION

Page 92: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Surface Restoration

Phase 1B – Well Drilling & Raw Water Piping 02500 - 1

SECTION 02500

SURFACE RESTORATION

PART 1 GENERAL

1.01 THE REQUIREMENT

A. Items specified in this Section include repairs to landscaped and grassed areas that may be

damaged or disturbed by Contractor activities.

1.02 RELATED WORK SPECIFIED ELSEWHERE

A. Section 02210 - Site Grading

1.03 SUBMITTALS

A. The Contractor shall submit submittals for review in accordance with the Section 01300 -

Submittals.

1.04 DEFINITIONS

A. The phrase “DOT Specifications” shall refer to the Florida Department of Transportation

Standard Specifications for Road and Bridge Construction. The DOT Specifications are

referred to herein and are hereby made a part of this Contract to the extent of such references,

and shall be as binding upon the Contract as though reproduced herein in their entirety.

1.05 PROTECTION OF EXISTING IMPROVEMENTS

A. The Contractor shall be responsible for the protection of all pavements and other improvements

within the work area. All damage to such improvements, as a result of the Contractor's

operations, beyond the limits of the work of pavement replacement shall be repaired by the

Contractor at his expense.

1.06 GUARANTEE

A. The Contractor shall guarantee all trees, ground cover or shrubs planted or replanted under this

Contract for a period of one year beyond acceptance of the project. In the event that any new

tree, plant or shrub dies within the guarantee period, the Contractor shall be responsible for

replacement in kind. In the event that a transplanted (reused) tree dies within the guarantee

period, the Contractor shall be responsible for replacement in kind, except that the maximum

height of any new tree shall be eight feet as measured from the ground surface, once planted, to

the top of the tree.

PART 2 PRODUCTS

2.01 REPLACEMENT TREES, GROUND COVER AND SHRUBS

A. Replacement trees, ground cover and shrubs shall be of the same type and size and sound,

healthy and vigorous, well branched and densely foliated when in leaf. They shall have healthy,

well developed root systems and shall be free of disease and insect pests, eggs or larvae.

Page 93: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Surface Restoration

Phase 1B – Well Drilling & Raw Water Piping 02500 - 2

2.02 MULCH

A. Mulch shall be windproof shredded eucalyptus. Mulch shall be clean, fresh, free of branches

and other foreign matter. Mulch shall be used around all shrubs, ground covers and tree trunks,

and placed to a minimum depth of 2 inches extending from the tree trunk outward two feet.

2.03 GRAVEL BEDS

A. Filter Fabric: Filter fabric shall be nonwoven polyester material Trevia Type 1120 as

manufactured by Hoechst Fibers Industries, or equal. Fabric weight shall be 6 ounces per

square yard, puncture strength maximum 40 pounds, minimum Flux 240 gallons per minute per

square foot. Fabric shall be installed in accordance with the manufacturer’s recommendations,

with precautions taken to avoid tearing the fabric. Fabric shall be laid in strips with a minimum

overlap of one foot.

B. Limerock: Limerock shall meet ASTM A57 standards and shall be prewashed. Maximum size

shall be 3/4 inches. Limerock shall be carefully placed and spread on the fabric to a minimum

depth of 6 inches. Final grades and locations shall be as designated on the Drawings.

PART 3 EXECUTION

3.01 GRADING AND SODDING

A. The Contractor shall regrade the work areas disturbed by his construction activities to the

existing grade prior to commencement of construction.

B. Sod shall be placed on all grassed areas disturbed by construction activities, unless otherwise

indicated on the Drawings. Sodding shall be in accordance with Sections 575 and 981 of the

DOT Specifications.

C. Maintenance: Sufficient watering shall be done by the Contractor to maintain adequate

moisture for optimum development of the sodded areas. Sodded areas shall receive no less than

1.5 inches of water per week.

D. Repairs to Lawn Areas Disturbed by Contractor’s Operations: Lawn areas damaged by

Contractor’s operations shall be repaired at once by proper sod bed preparation, fertilization and

resodding, in accordance with these specifications. Regardless of the condition of the lawn area

(weed content etc.) prior to the Contractor working in the area, all repairs shall be made with

sod.

3.02 TREES, GROUND COVER AND SHRUBS

A. Excavation and Plant Holes: Plant hole excavations shall be roughly cylindrical in shape, with

the side approximately vertical. Plants shall be centered in the hole. Bottoms of the holes shall

be loosened at least six inches deeper than the required depth of excavation.

B. Holes for balled and burlaped plants shall be large enough to allow at least eight inches of

backfill around the earth ball. For root balls over 18 inches in diameter, this dimension shall be

increased to 12 inches. Where excess material has been excavated from the plant hole, the

excavated material shall be disposed of as and where directed by the Engineer.

Page 94: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Surface Restoration

Phase 1B – Well Drilling & Raw Water Piping 02500 - 3

C. Setting of Plants: When lowered into the hole, the plant shall rest on a prepared hole bottom

such that the roots are level with, or slightly above, the level of their previous growth and so

oriented such as to present the best appearance. The Contractor, when setting plants in holes,

shall make allowances for any anticipated settling of plants.

D. Palms of the sabal species may be set deeper than the depth of their original growth, provided

that the specified clear trunk height is attained.

E. The backfill shall be made with planting mixture and shall be firmly rodded and watered-in, so

that no air pockets remain. The quantity of water applied immediately upon planting shall be

sufficient to thoroughly moisten all of the backfilled earth. Plants shall be kept in a moistened

condition for the duration of the Contract.

F. Staking and Guying: Plants shall be staked in accordance with the following provisions:

1. Small Trees: For trees and shrubs of less than one-inch caliper, the size of stakes and the

method of tying shall be such as to rigidly support the staked plant against damage caused by

wind action or other effects. Trees larger than one inch and smaller than one and one-half

inch caliper shall be staked with a two-inch stake, set at least 24 inches in the ground and

extending to the crown of the plant. The plant shall be firmly fastened to the stake with two

strands of 14-gauge soft wire, enclosed in rubber hose, or other approved covering. The

wire shall then be nailed or stapled to the stake to prevent slippage.

2. Medium Trees: All trees, other than palm trees, larger than one and one-half inch caliper

and smaller than two and one-half inch caliper shall be staked with two or more, two-inch by

two-inch stakes, eight feet long, set two feet in the ground. The tree shall be midway

between the stakes and held firmly in place by two strands of 12-gauge wire, applied as

specified above for single stakes. The wires shall be tightened and kept tight by twisting.

3. Large Trees: All trees, other than palm trees, larger than two and one-half inch caliper, shall

be braced with three or more two-inch by four-inch wood braces, toenailed to cleats which

are securely banded at two pints to the palm, at a point at least six feet above the ground.

The trunk shall be padded with five layers of burlap under the cleats. Braces shall be

approximately equidistantly spaced and secured underground with two-inch by four-inch by

24-inch stake pads. In firm rock soils, Number 4 steel reinforcing rods or one-half inch pipe

is acceptable.

4. Palm Trees: Palm trees shall be braced with three or more two-inch by four-inch wood

braces, toenailed to cleats which are securely banded at two points to the palm, at a point at

least six feet above the ground. The trunk shall be padded with five layers of burlap under

the cleats. Braces shall be approximately equidistantly spaced and secured underground

with two-inch by four-inch by 24-inch stake pads. In firm rock soils, Number 4 steel

reinforcing rods or one-half inch pipe is acceptable.

G. Pruning: All broken or damaged roots shall be cut off smoothly, and the tops of all trees shall

be pruned in a manner complying with standard horticultural practice. At the time pruning is

completed, all remaining wood shall be alive. All cut surfaces of one inch or more in diameter,

above the ground, shall be treated with an approved commercial tree paint.

H. Maintenance: Maintenance shall begin immediately after each plant is planted and shall

continue until all work under this Contract has been completed and accepted by JEA. Plants

Page 95: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Surface Restoration

Phase 1B – Well Drilling & Raw Water Piping 02500 - 4

shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated and otherwise

maintained and protected. Settled plants shall be reset to proper grade position, planting saucer

restored and dead material removed. Guys shall be tightened and repaired.

I. Defective work shall be corrected as soon as possible after it becomes apparent. Upon

completion of planting, the Contractor shall remove excess soil and debris, and repair any

damage to structures, etc., resulting from planting operations.

3.03 GRAVEL BEDS

A. Clean, grade and place geotextile prior to placing gravel in gravel beds.

END OF SECTION

Page 96: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Ductile Iron Pipe and Fittings (Below Grade)

Phase 1B – Well Drilling & Raw Water Piping 02616 - 1

SECTION 02616

DUCTILE IRON PIPE AND FITTINGS (BELOW GRADE)

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipmentand incidentals required to install, disinfect and test

below-grade ductile iron pipe and fittings for yard piping as shown on the Drawings. Refer to

Specification Section 01445 Pipeline Testing and Cleaning.

1.02 POTABLE WATER PIPING

A. Shall be as specified in the JEA Water and Wastewater Standards (January 2016 or latest),

Potable Water Piping – Section 350.

1.03 POTABLE WATER VALVES AND APPURTENANCES

A. Shall be as specified in the JEA Water and Wastewater Standards (January 2016 or latest),

Water Valves and Appurtenances – Section 351.

END OF SECTION

Page 97: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Ductile Iron Pipe and Fittings (Below Grade)

Phase 1B – Well Drilling & Raw Water Piping 02616 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 98: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Polyvinyl Chloride (PVC) Pressure Pipe

Phase 1B – Well Drilling & Raw Water Piping 02622 - 1

SECTION 02622

POLYVINYL CHLORIDE (PVC) PRESSURE PIPE

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipmentand incidentals required to install, disinfect and test

below-grade PVC pipe and fittings for yard piping as shown on the Drawings.

1.02 POTABLE WATER PIPING

A. Shall be as specified in the JEA Water and Wastewater Standards (January 2016 or latest),

Potable Water Piping – Section 350.

1.03 POTABLE WATER VALVES AND APPURTENANCES

A. Shall be as specified in the JEA Water and Wastewater Standards (January 2016 or latest),

Water Valves and Appurtenances – Section 351.

END OF SECTION

Page 99: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Polyvinyl Chloride (PVC) Pressure Pipe

Phase 1B – Well Drilling & Raw Water Piping 02622 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 100: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Valves, Hydrants and Appurtenances

Phase 1B – Well Drilling & Raw Water Piping 02640 - 1

SECTION 02640

VALVES, HYDRANTS AND APPURTENANCES

PART 1 GENERAL

1.01 VALVES, HYDRANTS AND APPURTENANCES

A. Shall be as specified in the JEA Water and Wastewater Standards (January 2015 or latest),

Water Meters, Valves and Appurtenances – Section 351.

END OF SECTION

Page 101: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Valves, Hydrants and Appurtenances

Phase 1B – Well Drilling & Raw Water Piping 02640 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 102: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Chain Link Fence

Phase 1B – Well Drilling & Raw Water Piping 02830 - 1

SECTION 02830

CHAIN LINK FENCE

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals necessary and install the chain link fence

as shown on the Drawings and as specified in the JEA Water and Wastewater Standards

(January 2016 or latest), Fencing – Section 492, and as specified herein.

1.02 RELATED WORK

A. Earth excavation and backfill is included in Section 02200 and Section 02221.

END OF SECTION

Page 103: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Chain Link Fence

Phase 1B – Well Drilling & Raw Water Piping 02830 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 104: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Well Mobilization and Cleanup

Phase 1B – Well Drilling & Raw Water Piping 02850 - 1

SECTION 02850WELL MOBILIZATION AND CLEANUP

PART 1 GENERAL

1.01 THE REQUIREMENT

A. This Section includes the work necessary to move in and move out personnel and equipment,

set up, and removal of drill rigs and temporary facilities and clean up the site, complete.

Included in this work: construction and maintenance of well drilling pad; contamination

precautions; erosion control; protection of nearby canals, land resources, and air quality; noise

control; and hurricane preparedness.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. General Requirements – Division 1.

C. Site Preparation is included in Section 02100.

D. Drilling is included in Section 02851.

E. Water Quality Analysis is included in Section 02863.

F. Grouting is included in Section 02854.

1.03 REFERENCE TO STANDARDS AND REGULATIONS

A. The Contractor shall construct the well in strict conformance with all laws, rules, regulations

and standards related to the construction of wells in the State of Florida, SJRWMD, JEA, and

local, municipal, and county regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, and ANSI shall apply, except as

referenced herein.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 GENERAL

A. Construct temporary well drilling pad and set up well drilling equipment within the area

designated by the Engineer. All drilling fluids and cuttings shall be managed in accordance

with Specifications 02851. Accomplish all work in accordance with applicable portions of

these Specifications.

B. No equipment shall be moved onto the project site until the Contractor is authorized to do so by

the Owner.

Page 105: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Well Mobilization and Cleanup

Phase 1B – Well Drilling & Raw Water Piping 02850 - 2

3.02 WELL DRILLING PAD

A. The Contractor shall install a suitable pad to serve as a work floor for the drill rig and associated

equipment capable of retaining all drilling fluids in the vertical and horizontal directions.

B. The Contractor shall submit complete construction plans and details for the drilling pad and

associated equipment and receive review before beginning construction.

C. The drilling equipment shall have dimensions to hold adequate volume of water and drilling

fluids including a method of returning them to the required fluid management system.

D. Contractor shall design a fluid management system to dispose of drilling, development and test

water drilling fluids in accordance with Section 02851. The Contractor shall submit plans for

the fluid management system to the Engineer for review (as noted in the Summary of Work).

The Contractor shall not proceed until the review process has been completed and the fluid

management system is approved by the Engineer.

3.03 CONTAMINATION PRECAUTIONS

A. Avoid contamination of project area. Do not dump waste oil, rubbish, or other similar materials

on the ground. Contractor shall provide secondary containment for petroleum-based fluid

storage areas and conveyances. Any leaks identified will require prompt attention by the

Contractor to mitigate. The Contractor shall be responsible for the remediation of any

contamination caused by activities related to the Work. Any remediation activities shall be

conducted in accordance with applicable federal, state, and local rules and regulations.

3.04 CLEANUP OF CONSTRUCTION AREAS

A. Upon completion and acceptance of Production Well No. 2, remove from the site the drill rig

and equipment, complete, and all debris, unused materials, temporary construction, and other

miscellaneous items resulting from or used in the operations within 30 days of well completion.

Replace or repair any facility, which has been damaged during construction work. Restore the

site as nearly as possible to its original condition.

3.05 EROSION CONTROL

A. Erosion control measures, such as siltation basins, silt fencing, hay check dams, mulching, jute

netting and other equivalent techniques, shall be used as appropriate. At the completion of the

work the ground surface restored to original condition.

B. The Contractor shall not discharge water from operations directly into any live or intermittent

stream, channel, wetlands, surface water or any storm sewer. The Contractor shall be permitted

to discharge fluids into the adjacent stormwater facility directly east of the site parcel

(Attachment A in Section 01010). Water from operation shall be treated by filtration, settling

basins or other approved method to reduce the amount of sediment contained in the water to

allowable levels (less than 29 NTUs above background turbidity of receiving water).

C. All preventive measures shall be taken to avoid spillage of petroleum products and other

pollutants. In the event of any spillage, prompt remedial action shall be taken in accordance

with a contingency action plan approved by local ordinances, as applicable.

Page 106: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Well Mobilization and Cleanup

Phase 1B – Well Drilling & Raw Water Piping 02850 - 3

3.06 PROTECTION OF LAND RESOURCES

A. Land resources within the project boundaries and outside the limits of permanent work shall be

restored to a condition, after completion of construction that will appear to be natural and not

detract from the appearance of the project. Confine all construction activities to areas shown on

the Drawings.

B. Contractor shall not deface, injure, or destroy trees or shrubs, nor remove or cut them without

prior approval. No ropes, cables, or guys shall be fastened to or attached to any existing nearby

trees for anchorage unless specifically authorized by the Engineer. Where such special

emergency use is permitted, first wrap the trunk with sufficient thickness or burlap or rags over

which softwood cleats shall be tied before any rope, cable, or wire is placed. The Contractor

shall in any event be responsible for any damage resulting from such use.

C. Where trees may possibly be defaced, bruised, injured, or otherwise damaged by the

Contractor’s equipment, dumping or other operations, protect such trees by placing boards,

planks, or poles around them. Monuments and markers shall be protected similarly before

beginning operations near them.

D. Any trees or other landscape feature scarred or damaged by the Contractor’s equipment or

operations shall be restored, as nearly as possible, to its original condition. The Owner will

decide what method of restoration shall be used and weather damaged trees shall be treated and

healed or removed and disposed of.

1. All scars made on trees by equipment, construction operations, or by the removal of limbs

larger than 1-inch in diameter shall be coated as soon as possible with an approved tree

wound dressing. All trimming or pruning shall be performed in an approved manner by

experienced workmen with saws or pruning shears. Tree trimming with axes will not be

permitted.

2. Climbing ropes shall be secured where necessary for safety. Trees that are to remain, either

within or outside established clearing limits, that are subsequently damaged by the

Contractor and are beyond saving in the opinion of the Owner, shall be immediately

removed or replaced.

3.07 PROTECTION OF AIR QUALITY

A. Burning: The use of burning at the Project site for the disposal of refuse and debris will not be

permitted.

B. Dust Control: The Contractor will be required to maintain all excavations, embankment,

stockpiles, access roads, plant sites, waste areas, borrow areas, and all other work areas within

or without the project boundaries free from dust which could cause the standards for air

pollution to be exceeded, and which would cause a hazard or nuisance to others.

C. An approved method of stabilization consisting of sprinkling or other similar methods will be

permitted to control dust. The use of petroleum products is prohibited. The use of chlorides

may be permitted with approval from the Engineer.

D. Sprinkling, to be approved, must be repeated at such intervals as to keep all parts of the

disturbed area at least damp at all times, and the Contractor must have sufficient competent

Page 107: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Well Mobilization and Cleanup

Phase 1B – Well Drilling & Raw Water Piping 02850 - 4

equipment on the job to accomplish this if sprinkling is used. Dust control shall be performed

as the work proceeds and whenever a dust nuisance or hazard occurs, as determined by the

Engineer.

3.08 NOISE CONTROL

A. The Contractor shall make every effort to minimize noise caused by his operations. Equipment

shall be equipped with silencers or mufflers designed to operate with the least possible noise in

compliance with Local, State and Federal regulations.

END OF SECTION

Page 108: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 1

SECTION 02851DRILLING

PART 1 GENERAL

1.01 THE REQUIREMENT

A. The Contractor shall provide the work, materials, and equipment necessary for drilling

Production Well No. 2, a multiple cased larger diameter (20–inch OD) Floridan Aquifer

production well, complete. The well is to be of the general type and characteristics described in

the Contract Documents. A 10-inch diameter to 12¼-inch diameter pilot boring will be drilled

to determine the casing seat depths and general hydrogeologic characteristics. The exact depth

of well and length of casings will be determined in the field by the Engineer. Production Well

No. 2 will be constructed with a 30-inch OD steel surface and 20-inch OD steel final casing at a

minimum. However, based on the results of water quality analysis of water samples, the well

may be constructed with an additional steel 12-inch diameter casing set into the Lower Floridan

aquifer (LFA). The Contractor has the option to install a pit casing. The surface casing will seal

off the surficial aquifer system and be set into the top of the Hawthorn Group (to 90± feet bls,

based on hydrogeologic data derived from the existing Production Well No. 1). The next casing

will be set into the Upper Floridan aquifer (UFA) sealing off the surficial aquifer and Hawthorn

Group. Casing depth seating will be determined by review of cuttings and geophysical logging

from the pilot boring. The open hole interval is anticipated to be open to water production zones

of the UFA and LFA with a design capacity of 2,500 gpm. However, a critical objective in this

Project is to identify water quality differences in groundwater originating from the UFA and

LFA, especially total sulfides concentrations (including hydrogen sulfide). The 30-inch OD and

20-inch OD diameter casings will be installed by the mud rotary drilling method. Upon setting

of the casing through the Hawthorn Group, a 10-inch diameter to 12¼-inch diameter pilot

boring will be drilled using reverse air rotary drilling to target depth as determined by Engineer

(anticipated depth of 1,300 ± ft bls). The reaming completion of the well to total depth will be

using the reverse air rotary drilling method.

B. The well shall be drilled into aquifers containing fresh water under pressure. The site is located

in a rural area with some nearby development. Requirements will be set forth in these

Specifications regarding the handling of discharge water, drilling fluids, and cuttings.

Requirements also are set forth for controlling the flow of the well during construction and

providing a fluid management system for all drilling operations.

C. At the completion of drilling, the Contractor shall remove all equipment, which are not part of

the completed well and leave the site in as good as or better than original condition, acceptable

to the Owner.

D. The Contractor shall not proceed until the Owner’s drilling/testing fluid discharge review

process has been completed.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. General Requirements – Division 1.

Page 109: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 2

C. Well Mobilization and Cleanup is included in Section 02850.

D. Casing and Temporary Wellhead is included in Section 02852.

E. Geophysical and Color Video Logging is included in Section 02853.

F. Grouting is included in Section 02854.

G. Packer Testing is included in Section 02857.

H. Water Quality Analyses is included in Section 02863.

I. Well Step Drawdown Testing is included in Section 02864.

1.03 REFERENCE TO STANDARDS AND REGULATIONS

A. The Contractor shall construct the well in strict conformance with all laws, rules, regulations,

and standards related to the construction of wells in the State of Florida, SJRWMD, and local

municipal and county regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, AWS, ANSI and ASME Boiler and

Pressure Vessel Code shall apply, except as referenced herein.

C. American Society of Testing and Materials (ASTM)

1. ASTM C150 – Standard Specification for Portland Cement

2. ASTM A312 - Standard Specification for Seamless, Welded, and Heavily Cold Worked

Austenitic Stainless Steel Pipes

D. American Water Works Association (AWWA)

1. AWWA A100 – Water Wells

E. The latest revisions of Chapters 62-4, 62-520, 62-531, 62-532, 62-550, and 62-555 of the FAC,

shall apply as referenced herein.

F. The latest revisions of the Rules of the SJRWMD Chapters 40C-3, FAC shall apply as

referenced herein.

1.04 CONTRACTOR'S RESPONSIBILITY

A. All work shall be performed by a certified water well driller, licensed by the State of Florida

pursuant to Chapter 62-531, FAC.

B. The Contractor shall provide all necessary equipment to perform specified work. The

Contractor’s and/or their Subcontractor’s equipment shall be in first class working order and

shall be suitable for completing work described in these Specifications. Equipment including

but not limited to: Top-head rotary drive drilling rig, drilling rods, drilling bits (steel tricone,

button bit, cutting bits), mud circulation system, sand separating system, centrifugal and

submersible pumps, motors, welders, generators, cranes/boom trucks, tanks, hoses (lay flat and

rigid), ancillary equipment for site work.

Page 110: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 3

C. The Contractor shall provide and operate equipment capable of handling the largest load that

will be placed upon the rigs drilling and supporting equipment. If conditions develop in the field

that prove the rigs and supporting equipment that had been supplied by the Contractor are

incapable of completing a well, the Contractor shall provide a larger rig with the necessary

capacity at his own cost. A minimum of 4.0 inch ID drill rods with a 400 cfm and 200 psi

compressor are required for reverse-air drilling. Should an unstable zone be encountered and

dredging occur, the Engineer can require of the Contractor to bring in use larger diameter drill

rods at no additional costs.

D. The Contractor’s and/or his Subcontractor’s equipment shall be operated and maintained in

conformance with manufacturer’s recommendations.

E. The Contractor shall be responsible for obtaining all necessary local, state and agency permits

associated with well construction and fluid management.

F. The Contractor shall employ only competent workers for the execution of the Work. All work

shall be under the direct supervision of an experienced drilling superintendent (tool-pusher), and

the tool-pusher must be on-site at least 8 hours per day throughout the course of the project with

the exception of development pumping and pumping tests. The competency of the workers and

superintendent shall be subject to the discretion of the Engineer.

G. A minimum personnel crew of two (2) workers is required for all work associated with this

project. No work shall be performed unless the minimum crew is present.

H. No unnecessary delays or work stoppages will be tolerated because of equipment failure, which

will not be considered a valid reason for extending the length of the Contract. The Contractor

shall be held responsible, and payment will be withheld for damages to the well due to any act

of omission, error, or faulty operation by the Contractor or his employees or agents, or

equipment failure. Resulting repairs shall be completed by the Contractor to the satisfaction of

the Owner, Engineer, and Project Representative or a replacement well drilled by the Contractor

at no additional cost to the Owner and without claim against the Owner, Engineer, Project

Representative, or agents.

I. The Contractor is responsible for site security and the Contractor’s equipment.

1.05 LOCAL GEOLOGIC CONDITIONS

A. Information regarding subsurface conditions is intended to assist the Contractor in establishing a

price for the Work. The Owner does not guarantee its accuracy or that it is necessarily

indicative of conditions to be encountered in drilling the well. The Contractor shall satisfy

themselves regarding all local conditions affecting work by personal investigation and neither

the information on local geology, nor that derived from maps or plans nor from the Owner or

their agents or employees shall act to relieve the Contractor of any responsibility hereunder or

from fulfilling any and all of the terms and requirements of the Contract Documents. In

particular, the Contractor shall familiarize themselves through their own investigations of the

difficulties that may be encountered when drilling through the formations that are anticipated to

be penetrated during the drilling of the test wells including those that make up the surficial

aquifer, Hawthorn Group, and UFA/LFA. The Contractor should be advised and be aware of

difficult drilling conditions and problems that may be encountered during the drilling,

construction, and testing of the wells. Typical examples may include, but are not limited to, lost

circulation, cavities and fractured zones in the Floridan aquifer; clay squeezing zones and

Page 111: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 4

potential sand intervals in the Hawthorn Group, with attendant caving problems. These and

other pertinent factors shall be taken into consideration by the Contractor in planning and

executing the Work. There will be no additional compensation for unforeseen conditions. If

dredging or formation caving occurs, the Contractor is expected to provide means and methods

to advance through these zones.

1.06 UNDERGROUND AND OVERHEAD UTILITIES

A. The Contractor shall secure information concerning the location of underground and overhead

utilities at each well site, prior to the start of well construction.

B. Damage to underground and overhead utilities resulting from the actions of the Contractor are

the sole responsibility of the Contractor.

PART 2 PRODUCTS

2.01 WATER SUPPLY

A. The Contractor shall be responsible for obtaining the water required for drilling-fluid makeup,

disinfection and flushing activities. The Owner may supply the water needed for the project (via

nearby fire hydrant if available), but it is the Contractor’s responsibility to transport the water

from the Owner’s point of supply to the work site, and it is the Contractor’s responsibility to

supply all appurtenances needed for connection to the water supply. Cost of water from any

other source shall be borne by the Contractor. In any case, only potable water shall be used for

drilling. The Contractor shall provide, install, and maintain, at his expense, all water-supply

connections and piping for construction use. Upon completion, all temporary connections and

piping installed by the Contractor shall be removed.

2.02 CIRCULATING MEDIA

A. When circulating media is required for mud rotary drilling in a freshwater aquifer, drilling fluid

shall be Quik-Gel by N.L. Baroid or Engineer approved equal.

B. The Contractor shall provide equipment for measuring weight and viscosity of drilling fluid.

2.03 CONTROL OF FREE FLOWING CONDITIONS

A. The Contractor shall provide a Washington Rotating Control Head or Engineer approved

comparable flow prevention device in the well. The flow prevention device to be provided will

be a commercially available, hydraulically operated, single annular preventer, or acceptable

equivalent.

B. Salt and naturally occurring brines can be used as weighting material to suppress flow from the

well bore, as necessary, with prior approval by the Engineer and SJRWMD. If salt is to be used

to control free flowing artesian conditions, the Contractor shall use 2,000 lbs. bags of Morton

food grade mixing salt.

2.04 CASINGS

A. Casings used shall be as listed in Section 02852, Part 2 Products.

Page 112: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 5

2.05 CEMENT GROUT SEALS

A. Neat Cement Grout used shall be as listed in Section 02854, Part 2 Products.

2.06 MONITORING OF DRILLING OPERATIONS

A. Contractor shall provide an Engineer approved digital geolograph for measuring and recording

the penetration rate of the bit during the drilling of the wells.

2.07 WATER QUALITY SAMPLING

A. Sample bottles shall be new, one-liter plastic bottles with screw caps provided by a state

certified laboratory.

PART 3 EXECUTION

3.01 DRILLING

A. Flowing conditions in the well shall be kept under control at all times. Salt or naturally

occurring brine may be used as weight material to keep the drilling fluid at a density necessary

to control the flow upon SJRWMD, Owner and Engineer’s approval. As flowing conditions are

anticipated during the drilling of the well, the Contractor shall furnish and install a suitable flow

prevention device for the well. Manufacturer’s specifications pertaining to the type of preventer

proposed for use by the Contractor shall be submitted to the Engineer for review before the

drilling of the well commences and shall be used during drilling operations below the final

casing. When no work is being done on a well, a preventer shall be put in place.

B. Drill cuttings and drilling fluid shall be removed from the drilling site and disposed of at a

suitable location. The Contractor shall furnish to the Owner and Engineer prior to beginning

construction, the name and location of his disposal site along with documentation that the site

has been approved by the appropriate regulatory agencies. The Contractor shall provide the

Engineer with an original letter showing acceptance of above materials by the landfill or other

disposal location prior to construction. The fluid displaced from the borehole during cementing

operations shall be considered excess drilling fluid and shall be disposed of in the accepted

manner. The Contractor shall submit plans to contain and remove all cuttings and drilling mud

for the Engineer’s approval at the preconstruction meeting.

C. When all casings are being set and cemented in place, it is the Contractor’s responsibility to

ensure that these operations are conducted in such a manner that the casing collapse and burst

strengths (with safety factor) are not exceeded and the casings are not caused to fail.

D. All wells through the surficial aquifer and Hawthorn Group shall be drilled by the mud rotary or

other appropriate techniques to meet the project depth and diameter requirements consistent

with water well construction regulations (Chapter 40C-3, FAC). The reverse air drilling method

shall be used when drilling in the Floridan aquifer.

E. The Contractor shall drill the well at the approximate location shown on the Drawing.

F. The Contractor shall drill a borehole at each well location so that the casing is installed straight

and plumb as described in Section 02851 3.04.

Page 113: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 6

G. Upon completion and testing of Production Well No. 2, a water tight temporary well head shall

be installed providing well access security. Refer to the contract drawings for the temporary

well head detail.

3.02 FLUID MANAGEMENT

A. The drilling will be accomplished using circulation systems designed and constructed so that

under no conditions shall there be an overflow. The contractor is required to take all necessary

steps to prevent accidental spillages from occurring. Frac tanks or other storage containers for

the storage must be leak free. The contractor shall submit plans for a fluid management system

to the Engineer for review and approval. This project will require decanting and removal of

solids of all drilling and testing fluids for open circulation drilling and testing. Closed

circulation drilling involving mud, must be properly contained and hauled off site. After

settling, the liquid portion of the fluids will be pumped to an adjacent stormwater retention

pond, which overflows to adjacent wetlands. This will require meeting the requirements of the

Generic NPDES Permit process pursuant to Chapter 62-621.300, FAC. The Owner will obtain

authorization to discharge uncontaminated groundwater to the stormwater pond from FDEP

using the Generic permit process and collect water quality samples for analyses at the Owner’s

laboratory. The Contractor is required to meet water quality threshold for turbidity at no more

than 29 NTUs above natural background prior to discharging to the storm drain. The Contractor

must account for time for the Owner to collect and analyze water quality samples for Generic

NPDES screening parameters and notify the FDEP, prior to discharging to the storm pond.

The Contractor shall provide the temporary transmission piping, fittings and pumps capable of

transmitting the fluids to the storm drain.

The Contractor shall furnish and install an in-line flowmeter with a flow rate indicator and

totalizer that has been calibrated within the last 60 days and capable of measuring discharge

rates of 100 gpm to 3,000 gpm, being properly sized to the correct pipe diameter in accordance

with manufacture’s specifications.

3.03 WELL DEVELOPMENT

A. Upon construction completion, the well will be developed using a temporary pump supplied by

the drilling contractor. The wells will be developed at a pumping rate of 2,500 gpm to 3,000

gpm to meet the following criteria:

1. Substantially free of all drilling fluids.

2. The water is no longer turbid, meeting a turbidity of ≤ 1 NTU.

3. The well is substantially free of sand meeting a sand content of ≤ 5 ppm accordance with

Rossum Sand Testing method.

4. Ambient water quality parameters such as pH, specific conductance, and temperature

stabilize within acceptable FDEP SOP criteria.

B. Engineer will confirm the Contractor has met these criteria on a consistent basis.

C. The Contractor shall maintain the Fluid Management System during well development.

Page 114: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 7

3.04 STRAIGHTNESS AND PLUMBNESS TEST

A. Priority requirements of these Specifications is the drilling of straight holes, positive

documentable proof that all casing set to the required depths. The Contractor will be required to

drill straight holes which will allow setting the casing at the required depths, provide room for

proper cementing, and allow for pump setting to be installed in the center of the casing without

leaning and touching one side. These straightness and plumbness requirements shall not be

sacrificed for drilling speed or any other reason.

B. All holes for all wells shall be round, straight, and true to line. No doglegs or departures from a

straight line shall be permitted, which will interfere or prevent casings from being set to their

required depths. The drilled hole shall be constructed plumb and true to line as defined in

AWWA A100-06. A plumbness test shall be conducted in accordance with AWWA A100-06.

A report documenting the well plumbness test shall be provided to the Engineer upon

completion of the test.

C. During all drilling operations, the Contractor shall perform inclination surveys at intervals of 90

feet as the drilling and reaming progresses. These surveys shall be performed using a wire line

instrument equipped with an inclination unit having a range of from 0 to 3.5 degrees of

inclination from the vertical and the survey record shall be capable of being read to the nearest

one tenth of one degree of angle. The maximum allowable inclination from the vertical at any

portion of a hole or survey point shall be one degree; the maximum allowable difference

between any two successive survey points shall be 0.5 degree (30 minutes). Any deviation

greater than 1 degree or difference greater than 0.5 degree (30 minutes) between two surveys

shall be corrected by the Contractor at their own expense.

D. Should the results of the drilling of any of the pilot and/or reamed holes indicate that conditions

have been or are being created that would prevent the casings from being set to their prescribed

depths and properly cemented or prevent the well from being properly and successfully

completed, the Contractor shall take steps to straighten the hole or correct the drift or deviation

at his own expense so that casings can be installed to the prescribed depths and allow for proper

cementing.

3.05 FORMATION AND WATER SAMPLE DATA COLLECTION

A. The Contractor shall be responsible for collection of formation samples. Each sample shall be

approximately one pint in volume, and placed in a container labeled using indelible ink with the

date, well identification, and depth from which the sample was taken.

B. The Contractor shall collect two sets of representative drill cutting formation samples between

ten feet below the ground surface to the full depth of the borehole. Samples shall be taken every

ten feet and each change in formation or material type. The method must yield samples that are

representative of the actual depth to which drilling has progressed.

C. Samples shall be kept in containers acceptable to the Engineer. One set of samples shall be

submitted to the Engineer. The second set shall be delivered by the Contractor to the Florida

Geologic Survey, upon completion of each well to the address provided below:

Florida Geological Survey

Annex and Warehouse

3915 Commonwealth Blvd.

Page 115: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Drilling

Phase 1B – Well Drilling & Raw Water Piping 02851 - 8

Tallahassee, Florida 32399-3000

Tel: (850) 245-3124

Written confirmation of delivery shall be provided to the Engineer.

D. The Contractor shall also collect water samples during reverse air drilling at 30-foot intervals.

The Contractor shall collect water quality samples for chloride, total dissolved solids, sulfate,

total sulfide, hydrogen sulfide and specific conductance and submitted to the Engineer for

analysis immediately after collection. Water sampling shall be performed in accordance with

Section 02863.

3.06 RECORD KEEPING

A. The Contractor shall submit to the Engineer a daily drilling log describing the activities

performed during the reference period. The logs shall be on International Association of

Drilling Contractors (IADC) Forms and shall give a complete description of equipment used,

geologic materials and depths encountered; depths of lost circulation zones and methods of

regaining circulation; drilling rates; time, depth and description of any unusual occurrences or

problems during drilling; and diameters and lengths of casing installed, fluid and water-level

changes and the depths at which they occurred, gravel and cementing operations, repair time

and other such pertinent data as may be required by the Engineer. Two copies of each daily log

shall be submitted to the Engineer on a daily basis. The Contractor shall also provide a

tabulation of all quantities for pay items and a description of all decisions made by the

Contractor.

B. The Contractor shall prepare and submit to the Engineer a final well log which shall include

geologic log; borehole diameters; depth of the bottom of the casing and/or the bottom of the

borehole; casing diameters and wall thickness; cemented zones; perforated or screened

interval(s); amount of sand removed during development; and other information from the daily

logs pertinent to the well construction. In addition, the Contractor shall file all records and

reports with the proper agencies required by federal, state, and local codes or regulations.

C. The Contractor shall furnish, maintain, and operate a continuous strip chart, drilling rate, bit

weight, and footage recorder such as a geolograph recorder, or equal, on the drilling rig. The

Contractor shall submit copies of the strip charts to the Engineer with the daily logs.

END OF SECTION

Page 116: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Casing and Temporary Wellhead

Phase 1B – Well Drilling & Raw Water Piping 02852 - 1

SECTION 02852CASING AND TEMPORARY WELLHEAD

PART 1 GENERAL

1.01 THE REQUIREMENT

A. The Contractor shall provide all the work, materials, and equipment necessary for furnishing,

installing, and testing the straightness and plumbness of the well casing and temporary

wellhead, complete.

B. The Contractor shall provide all materials and equipment necessary for joining and installing

the casing as specified.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. General Requirements – Division 1.

C. Drilling is included in Section 02851.

D. Geophysical and Color Video Logging is included in Section 02853.

E. Grouting is included in Section 02854.

1.03 REFERENCE TO STANDARDS AND REGULATIONS

A. The Contractor shall construct the well in strict conformance with all laws, rules, regulations,

and standards related to the construction of wells in the State of Florida, SJRWMD and local,

municipal, and county regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, AWS, ANSI and API shall apply, except

as referenced herein.

C. American Society of Mechanical Engineers (ASME)

1. ASME B36.10 – Welded and Seamless Wrought Steel Pipe

D. American Society of Testing and Materials (ASTM)

1. ASTM F480 - Standard Specification for Thermoplastic Well Casing Pipe and Couplings

Made in Standard Dimension Ratios (SDR), SCH 40 and SCH 80

2. ASTM C150 – Standard Specification for Portland Cement

3. ASTM A53 – Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,

Welded and Seamless

4. ASTM A106 - Standard Specification for Seamless Carbon Steel Pipe for High-

Temperature Service

Page 117: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Casing and Temporary Wellhead

Phase 1B – Well Drilling & Raw Water Piping 02852 - 2

5. ASTM A312 - Standard Specification for Seamless, Welded, and Heavily Cold Worked

Austenitic Stainless Steel Pipes

E. American Water Works Association (AWWA)

1. AWWA A100 – Water Wells

2. AWWA C654 - Disinfection of Wells

F. The latest revisions of Chapters 62-4, 62-520, 62-531, 62-532, 62-550, and 62-555 of the FAC,

shall apply as referenced herein.

G. The latest revisions of the Rules of the SJRWMD Chapters 40C-3, FAC shall apply as

referenced herein.

H. Where reference is made to one of the above standards, the revisions in effect at the time of bid

opening shall apply.

PART 2 PRODUCTS

2.01 STEEL CASING

A. Steel casing shall be new and unused, and of the type, thickness, diameter, and weight specified

herein. All casing shall be free of defects in workmanship and handling.

2.02 FLORIDAN AQUIFER WELL CASINGS

A. Surface Casing: The surface casing shall be new, unused steel A106 Grade B or ASTM A53

Grade B welded or seamless steel pipe conforming to ANSI Standard ASME B36.10, Welded

and Seamless Wrought Steel Pipe. Casing diameter shall be a minimum of 30-inch OD with a

wall thickness of 0.375-inch. Casing segments shall have plain ends, beveled for welding. This

casing will be set through the surficial aquifer into the top of the Hawthorn Group.

B. Final Casing: The final casing shall be new, unused steel A106 Grade B or ASTM A53 Grade B

welded or seamless steel pipe conforming to ANSI Standard ASME B36.10, Welded and

Seamless Wrought Steel Pipe. Casing diameter shall be 20-inch OD with a wall thickness of

0.375-inch. Casing segments shall have plain ends, beveled for welding. This casing is to be

set into competent rock of the top of the UFA.

C. Alternative Final Casing: The final casing shall be new, unused steel A106 Grade B or ASTM

A53 Grade B welded or seamless steel pipe conforming to ANSI Standard ASME B36.10,

Welded and Seamless Wrought Steel Pipe. Casing diameter shall be 12-inch ID with a wall

thickness of 0.375-inch. Casing segments shall have plain ends, beveled for welding. The need

for this casing will be determined after review of water quality and geophysical data. If needed,

it is anticipated to be set through the UFA and the middle confining unit (MCU) into the LFA.

A summary of the casings is provided in the table below.

Page 118: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Casing and Temporary Wellhead

Phase 1B – Well Drilling & Raw Water Piping 02852 - 3

Casing Diameter

(inches)

Inside Outside

Casing Wall

Thickness

(inches)

Casing

Depth

(Feet bls)

Surface Steel Casing 29.25 30.00 0.375 90+

Final Steel Casing 19.25 20.00 0.375 430+

Alternative Final Steel Casing 12.00 12.75 0.375800+ to 900+

(To Be Field Determined)

2.03 CENTRALIZERS

A. All casing centralizers shall be manufactured by a service company acceptable to the Owner and

Engineer.

B. Alternatively, the Contractor may propose fabrication of centralizers in the field provided they

are constructed of a suitable material as determined by the Owner and Engineer.

2.04 TEMPORARY WELLHEAD

A. Contractor shall furnish and install a temporary wellhead on the production well. The

temporary wellhead shall extend above land surface having with a water tight steel blind flange.

The temporary wellhead completion will be performed by the Contractor after testing and

confirmation of well production, water quality and sustainability by the Engineer and the

Owner. In order to control artesian flow for future permanent wellhead installation and allow

for future access to apply brine solution (to kill artesian flow during final wellhead

construction), the blind flange shall reduce to a 2-inch diameter threaded pipe with a ball valve

with a ½-inch diameter tap for a sampling port and pressure gauge. All the fittings must be

water tight and leak free. Refer to Contract Drawings for temporary wellhead completion.

B. The Contractor is responsible for securing the temporary well head with locks or temporary

cover to deter vandalism or unauthorized opening of valves on the well head. Security of the

well head must be approved by the Owner.

PART 3 EXECUTION

3.01 INSTALLATION

A. The Contractor shall install casing to the approximate depths as shown in the Drawings, or as

instructed by the Engineer.

B. The Contractor shall install the casing such that all joints are water tight. The method used to

connect casing lengths shall be in accordance with the manufacturer’s recommendations so that

the resulting joint shall have the same structural integrity as the casing itself.

C. If metallic casing is welded, the standards of the American Welding Society shall apply and as

referenced in section 3.03.

D. The Contractor shall remove and replace all casing, which fails, collapses, or separates during

construction at his sole expense.

Page 119: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Casing and Temporary Wellhead

Phase 1B – Well Drilling & Raw Water Piping 02852 - 4

3.02 CENTRALIZERS

A. The Contractor shall provide all fittings, drive shoes and centering guides necessary to complete

the well as designed. All centralizers shall provide maximum clearance around the casing

between the next outer casing or borehole wall, and shall be in a precise vertical alignment, one

above the other, to allow for placement of tremie pipes in the annulus.

B. Casing centralizers shall be installed at the approximate locations shown below:

1. 20 feet above bottom of casing.

2. 40 feet above bottom of casing.

3. 100 feet above bottom of casing.

4. At 100-foot intervals thereafter up to 100 feet from land surface.

C. Alternative centralizer locations may be used with prior approval from the Owner and Engineer

based on results of the caliper log.

3.03 WELDING

A. The Contractor shall use certified welders on all welding operations. The Contractor shall pay

for all testing requirements prior to acceptance of any welder. Welder’s qualifications shall be

in conformance with Section IX, Article III of the ASME Boiler and Pressure Vessel Code. The

Contractor shall demonstrate that welder can make groove welds in carbon steel pipe in

positions 2G and 5G for each welding process used.

B. The Contractor shall provide welding certificates for all welders prior to any welding.

C. The Contractor shall correct all welding deficiencies in materials and/or workmanship at their

own expense.

END OF SECTION

Page 120: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 1

SECTION 02853GEOPHYSICAL AND COLOR VIDEO LOGGING

PART 1 GENERAL

1.01 THE REQUIREMENT

A. The Contractor shall provide a qualified geophysical logger approved by the Engineer, and all

materials, and equipment necessary to prepare the well for geophysical logging. The Contractor

shall employ the services of a company acceptable to the Engineer to obtain geophysical and

video logs of Production Well No. 2. The Contractor shall supply well access and flow control

(via stripper head or stand pipe if required) during logging. The Contractor shall prepare and

condition each hole to insure it is open and can be logged with a minimum of delay. No

payment will be made for logs which are unusable or inaccurate due to poor performance of the

logging equipment. The Engineer and/or the Owner reserve the right to add or take away

geophysical logs.

B. A schedule of proposed geophysical logs is provided in the table “Schedule of Proposed

Geophysical Logs.” Other geophysical logs may be required and/or scheduled by the Engineer.

C. The Contractor shall assist the Engineer during geophysical logging and data collection and

interpretation, as needed. The assistance will include the preparation of composite geophysical

logs.

D. The Contractor shall be responsible for the preparation of the pilot hole for geophysical logging.

Preparation of the well shall include development, wiper and wire brush trips, if required and as

requested by the Engineer. The sequencing of logs will be determined by the Engineer. The

testing will be accomplished using systems designed and constructed so that under no

conditions shall there be an overflow. The Contractor shall provide and use a stripper head

assembly and any other equipment necessary to keep any flow under control at all times.

E. The Contractor shall provide a 24-hour advance notice to the Engineer prior to running all

geophysical logs.

F. The Engineer shall have access to the logger van at all times, and logging areas will be

witnessed at the Engineer’s discretion.

G. The Contractor shall provide and operate pumps capable of adequately stressing the aquifer

during dynamic logs (e.g., flow meter, temperature, fluid resistivity). Dynamic logs shall be

performed in stages, if necessary, to insure that the lower parts of borehole are adequately

stressed and yield meaningful data, as determined by the Engineer.

H. In the event that a logging tool becomes stuck or is lost in the borehole/well, the Contractor is

responsible for all costs associated with tool retrieval or replacement and the clearance of the

borehole/well.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

Page 121: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 2

B. General Requirements – Division 1.

C. Drilling is included in Section 02851.

D. Water Quality Analyses is included in Section 02863.

1.03 REFERENCE TO STANDARDS AND REGULATIONS

A. The Contractor shall construct the well in strict conformance with all laws, rules, regulations,

and standards related to the construction of wells in the State of Florida, St. Johns River Water

Management District, and local municipal and county regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, ANSI, and API shall apply, except as

referenced herein.

C. American Society of Testing and Materials (ASTM)

1. ASTM D5753 - Standard Guide for Planning and Conducting Borehole Geophysical

Logging

2. ASTM D6167 - Standard Guide for Conducting Borehole Geophysical Logging:

Mechanical Caliper

3. ASTM D6274 - Standard Guide for Conducting Borehole Geophysical Logging: Gamma

4. ASTM D6726 - Standard Guide for Conducting Borehole Geophysical Logging:

Electromagnetic Induction.

D. American Water Works Association (AWWA)

1. AWWA A100 – Water Wells

E. The latest revisions of Chapters 62-4, 62-520, 62-531, 62-532, 62-550, and 62-555 of the

Florida Administrative Code (FAC), shall apply as referenced herein.

F. The latest revisions of the Rules of the St. Johns River Water Management District (SJRWMD)

Chapters 40C-3, FAC shall apply as referenced herein.

G. Where reference is made to one of the above standards, the revisions in effect at the time of bid

opening shall apply.

1.04 SUBMITTALS

A. At the Pre-Construction conference the Contractor shall submit the name of the company that

will be providing Geophysical Logging services for the project, along with an example log

format, to the Engineer for review and approval. If the Engineer rejects the logging company,

the Contractor shall propose another service company for review and approval.

B. The Contractor shall furnish 3 field copies of the various logs to the Engineer within 3 hours of

the time when logging was complete. A written field evaluation of their quality shall be

submitted within 2 days of completion. Three copies of the finished logs shall be provided to

the Engineer as soon as possible after logging. Electronic copies of the logs in LAS format and

Page 122: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 3

PDF shall be provided to the Engineer within 72 hours of the cessation of logging activities at

each well.

PART 2 PRODUCTS

2.01 GENERAL

A. All data collected from geophysical logs, and television survey shall be depth referenced to

ground level or to a common datum as specified by the Engineer. All logging and survey tools

shall be equipped with a continuous depth recorder that shall be displayed on the log output.

B. All geophysical logs shall be calibrated per Manufacturer’s recommendations. Contractor to

provide calibration records at the request of the Engineer.

C. Geophysical logs to be run over the course of construction and testing include:

1. Caliper

2. Natural Gamma Ray

3. Spontaneous Potential

4. Electric (short and long normal)

5. Static/Dynamic Temperature

6. Borehole Compensated Sonic with VDL

7. Static/Dynamic Flowmeter

8. Static/Dynamic Fluid Resistivity

9. Cement Bond Log

D. Imaging logs to be run over the course of construction and testing include:

1. Color Video Survey

E. The Contractor shall provide all submersible pumps, stand-pipe/stripper, hoses for dynamic

logging and flow control.

PART 3 EXECUTION

3.01 LOGGING

A. Geophysical logging shall be done as soon as possible after drilling and preparation of the pilot

hole. The logging interval shall be the total depth of the hole or as determined by the Engineer.

B. The pilot holes and the wells shall be logged in stages as indicated in the table “Schedule of

Proposed Geophysical Logs.”

Page 123: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 4

C. The Contractor shall be responsible for preparing the open hole intervals for geophysical

logging by removing all drill cuttings from the hole and by properly conditioning the well bore

to prevent the formation from collapsing into the hole. The Contractor shall be responsible for

keeping the borehole open and free from obstruction during geophysical logging and shall

remove any obstruction to the logging tools at his own expense. In the event that the logging

tools do not reach to within five feet of the bottom of the hole, as measured by the length of drill

pipe, the Contractor shall then clean the hole to the original drilled depth at their expense. The

logs shall then be rerun at the Contractor’s expense.

D. Borehole geophysical surveys are performed by lowering sensing devices attached to a wireline

into the borehole and recording various physical properties of the borehole. The geophysical

logging program implemented during the construction and testing shall collect information on

the hydrogeology of penetrated strata, data on borehole geometry and volume that would assist

in the setting and cementing of casing strings and determining packer test intervals, and

evaluating the integrity of the casing cements.

E. Static logs shall be performed with no direct influence on the representative water column.

F. Dynamic logs shall be performed when pumping is introduced and the aquifer is stressed.

G. Equipment, Logging Data, and log interpretation shall be in conformance with ASTM D5753:

Standard Guide for Planning and Conducting Borehole Geophysical Logging.

3.02 CALIPER LOG

A. The Contractor shall obtain x-y caliper measurements of the pilot hole or borehole. The

Contractor shall calculate the volume of the borehole with the x-y caliper measurement.

3.03 NATURAL GAMMA RAY LOG

A. The Contractor shall obtain natural gamma ray readings recorded in API units in the pilot hole

and borehole. A natural gamma ray log shall be run after each cement stage. The natural

gamma ray log shall be run no less than 6 hours or more than 48 hours after each cement stage.

Gamma logs provide a record of total gamma radiation detected.

3.04 SPONTANEOUS POTENTIAL LOG

A. The Contractor shall provide a spontaneous potential log in all pilot hole loggings. The

spontaneous potential shall be a function of the chemical activities of fluids in the borehole and

adjacent rocks, the temperature, and the type and amount of clay present shall be directly related

to porosity and permeability.

3.05 ELECTRIC LOG

A. Resistivity logging measures the subsurface electrical resistivity of the formation, which is the

ability to impede the flow of electrical current. The Contractor shall supply electric logs with

short and long normal electrical field penetration.

Page 124: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 5

3.06 TEMPERATURE LOG

A. A differential and gradient temperature log shall be run from land surface to the total depth of

the well.

3.07 BOREHOLE COMPENSATED SONIC WITH VARIABLE DENSITY LOG

A. Contractor shall provide sonic logs or transmit-time logs that are a record of the travel time of

the acoustic wave from one or more transmitters to receivers in the probe. The acoustic energy

shall travel through the fluid in the well and through surrounding materials at a velocity that is

related to the lithology and porosity of the rocks. A sonic log shall be conducted in all

appropriate diameter pilot hole logging.

3.08 FLOW METER LOG

A. Contractor shall provide flow analysis at up to four station points. Their primary application is

to measure lateral flow out of the well, vertical flow within the well shall also be detected. A

flow log shall be conducted in both static and dynamic logging of the completed pilot hole.

3.09 FLUID RESISTIVITY LOG

A. Contractor shall provide fluid resistivity to measure the borehole fluid resistance to electronic

conductance. The fluid resistance shall provide an indication of water quality in the borehole,

and therefore the formation. The fluid resistance log shall measure and calculate the efficiency

with which electric current transmits through the formation fluids. Static and dynamic fluid

resistivity logs shall be conducted during the logging of the completed pilot hole.

3.10 CEMENT BOND LOGS

A. The cement bond logs (CBL) shall be a type of geophysical log that is used to determine the

quality of the cement bond between the casing and the cement grout, and between the cement

and the formation, and to infer the presence of channels in the cement behind the casing. The

cement bond logs shall be performed by lowering the logging tool down the hole while

transmitting an acoustic signal outwards towards the casing wall.

B. Travel time will be the time that it takes for the signal to travel from the transmitter, through the

casing fluid, casing, and back to the receiver. Travel time shall be used to evaluating whether

the logging tool was properly centered within the casing during the running of the CBL.

Compression-water velocity in water is much slower than in the steel casing. If the logging tool

drifted closer to the casing, then the travel path will be reduced, and thus the transit time will

also be reduced. Constant tool centralization is critical to the obtaining an interpretable CBL

because an un-centered tool will produce erratic responses. A properly centered tool will result

in a relatively straight travel time log with only minor deviations at casing joint locations.

C. The amplitude of the acoustic signal will be a measurement of the energy lost by the signal as it

passes through the casing into the cement grout. The rate of this attenuation is dependent upon

the percent of bonded cement, the casing diameter, and the thickness and material of the casing

wall. A casing that is completely un-cemented and in contact with formation fluid or drilling

mud will cause the attenuation rate to be very small and the returning amplitude will be

relatively high. In a casing section that is well bonded to the cement grout, the wave velocity

difference between the casing and cement grout will cause significant attenuation of the

Page 125: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 6

acoustic signal and the returning amplitude will be relatively low. When the tool is properly

centered, there will be a direct correlation between the amplitude response and the amount of

cement bonded to the outer casing wall, as well as the quality of the bond.

D. The total energy display is displayed as a variable density log (VDL). The VDL shall be

produced from the arrivals of the acoustic waves at a receiver. The VDL shall be used to

qualitatively assess the bond between the cement and formation and to detect the presence of

channels in the cement grout, which might allow fluids to migrate behind the casing wall.

Poorly cemented sections of casing generally have strong casing signals, whereas casing signals

are absent or weak in well-cemented sections of casing. Casing joints, which normally appear

as W-shaped “chevron” patterns, should be clearly visible in un-cemented well casings, whereas

the pattern is usually barely discernible in cemented casing.

E. The typical log responses for the four most common cement situations: (1) uncemented casing,

(2) good casing bond and good formation bond, (3) good casing bond but poor formation bond,

and (4) microannulus or channeling. A combination of good casing and formation bonding

shall be characterized by low amplitude readings, weak casing arrivals on the VDL, and strong

formation arrivals if formation attenuation is not high.

3.11 COLOR VIDEO (TELEVISION) SURVEY

A. General: Video surveys shall be conducted by a qualified service company using equipment

capable of surveying and recording the required depth. The video camera shall be centralized

within the borehole and have both side view (perpendicular to borehole) and down hole view

with color capability and sufficient light source.

B. The Contractor shall ensure that the well and borehole fluid is of sufficient clarity as determined

by the Engineer to allow a video survey to be conducted. The Contractor shall pump into (or out

of) the well or let the well flow under artesian conditions until the visibility of the entire well

bore is of sufficient clarity. All discharged waters shall be managed in accordance with the fluid

management plan listed in Section 02851.

C. While pumping in the water and during the video survey, the wells may be under artesian

pressure and may flow. The Contractor shall provide and use a stripper head assembly and any

other equipment necessary to keep any flow under control at all times.

D. Costs for pumping clear water into or out of the borehole to achieve the desired level of clarity

for the video surveys and tapes (including time spent waiting for the video equipment) and for

rig and crew labor for all activities associated with preparing for performing and dismantling

equipment related to the video survey shall be included with the Contractor’s testing costs for

Well No. 2.

E. The Contractor shall repeat the video survey at their own cost if water quality is inadequate or

the borehole is not properly conditioned, as evaluated by the Engineer.

3.12 LOGGING SCHEDULES

A. A Schedule of Proposed Geophysical Logs is presented below.

Page 126: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 7

Well No. 2 Schedule of Proposed Geophysical Logs

Construction Phase

Approximate

Depth

(feet bpl)

Geophysical logs

10”-12 ¼” diameter pilot hole 0 – 90±Caliper, gamma ray, electric (resistivity –

short and long normal) or dual induction

10”-12 ¼” diameter pilot hole to

530’±90 – 430±

Caliper, gamma ray, electric or dual

induction

Reamed borehole to 29” nominal 90 – 430± Caliper and gamma ray

20” casing to 430’± and 10-12 ¼-

inch diameter pilot hole from 430’ ±

to 1,300’ ±

0 – 1,300

Caliper, gamma ray, borehole compensated

sonic with VDL, cement bond, electric or

dual induction. Static and dynamic

temperature, fluid resistivity and flowmeter.

Dynamic Borehole Color Video

(Television) survey. Dynamic logs

anticipated to be run at 2,500 gpm. Collect

up to 8 in-situ grab water quality samples

for field analysis for chloride, sulfate, TDS,

pH, specific conductance,

oxidation/reduction potential (ORP), and

temperature. In addition, the Contractor

shall collect grab samples at each interval

for analysis of total sulfides and hydrogen

sulfide at a State certified lab.

Completed well with final 20”

casing set to 430’ ± or 12” set to

800’and 18” open borehole to

~1,300’

0 – 1,300Caliper and gamma ray and Borehole Color

Video (Television) survey

END OF SECTION

Page 127: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Geophysical and Color Video Logging

Phase 1B – Well Drilling & Raw Water Piping 02853 - 8

THIS PAGE INTENTIONALLY LEFT BLANK

Page 128: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Grouting

Phase 1B – Well Drilling & Raw Water Piping 02854 - 1

SECTION 02854GROUTING

PART 1 GENERAL

1.01 THE REQUIREMENT

A. The Contractor shall provide the work, materials, and equipment necessary for furnishing and

installing the grout seal, complete.

B. General: Grouting (cementing) shall be completed by a company that is an expert in well

cementing, such as Halliburton Services, unless the Contractor can demonstrate that he has the

equipment and expertise to perform these operations. During grouting operations, the service

company shall provide onsite services of a technical representative with demonstrated

experience in the field and area related to this project.

C. The Contractor shall submit a detailed grouting plan in writing (at least 72 hours, excluding

weekends and holidays, before grouting starts) prior to each grout operation for review by the

Engineer. The grouting plan shall include all calculations in detail showing quantities of grout

needed and pressure calculations to avoid casing collapse during grouting. Also included shall

be injection pump capacity, equipment used for mixing and grout mix, and monitoring

equipment.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. Summary of Work is included in Section 01010.

C. Drilling is included in Section 02851.

D. Casing is included in Section 02852.

E. Geophysical and Color Video Logging is included in Section 02853.

1.03 REFERENCE TO STANDARDS AND REGULATION

A. The Contractor shall construct the well in strict conformance with all laws, rules, regulations,

and standards related to the construction of wells in the State of Florida, SJRWMD, and local

municipal and county regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, ANSI, and API shall apply, except as

referenced herein.

C. American Society of Testing and Materials (ASTM)

1. ASTM C150 – Standard Specification for Portland Cement

Page 129: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Grouting

Phase 1B – Well Drilling & Raw Water Piping 02854 - 2

D. American Water Works Association (AWWA)

1. AWWA A100 – Water Wells

E. Where reference is made to one of the above standards, the revisions in effect at the time of bid

opening shall apply.

1.04 SUBMITTALS

A. The Contractor shall submit to the Engineer mill certificates for all dry cement delivered to the

site. The Contractor shall submit all cement mixtures to the Engineer prior to placement.

PART 2 PRODUCTS

2.01 GROUT INFORMATION

A. The Contractor shall provide all grout, materials, collarless tremie pipe specifications, and

equipment necessary for placement of the grout as specified.

B. All cement for grout shall conform to ASTM C 150, Type II and be mixed with potable water.

The amount of water added to cement shall be no greater than specified by the manufacturer

unless approved by the Engineer.

C. The Contractor shall provide other cementing additives formulated specifically for well

cementing as provided by the Service Company, or equal and as acceptable to the Engineer.

D. Grout can be used with additives and lost circulation materials (Flocele and/or gilsonite) as

necessary and acceptable to the Engineer. Bentonite may be used in concentrations up to a

maximum of 5 percent unless otherwise specified. Cement emplaced at the bottom 200 feet of

the final casing shall be neat. However, lost-circulation material such as Flocele and gilsonite

may be used, as needed.

E. Mixed cement shall include cement and all additives and lost circulation material acceptable to

the Engineer.

F. Where casings are set while preserving the open interval drillable cement bridge plugs or

cement baskets will be utilized. Alternatively, backfilling an open borehole with clean washed

and disinfected gravel is acceptable.

PART 3 EXECUTION

3.01 GROUTING PROCEDURES

A. Cementing will be accomplished in stages by mean of a collarless tremie pipe. The first cement

stage for each casing stage shall be pressure grouted, tremie grouting will be employed

thereafter. The method of cementing applies to all cementing procedures in all casings.

B. Grouting shall be done in the presence of the Owner and/or the Engineer or representative,

filling completely the annular space between the hole and casing from the bottom of the casing

or the top of the previous cement stage, to the level shown on the Drawings, or as instructed by

the Engineer. Contractor is responsible for defect in the cementing work due to improper or

Page 130: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Grouting

Phase 1B – Well Drilling & Raw Water Piping 02854 - 3

lack of equipment, personnel or experience. Contractor to shall pay all costs necessary to correct

such defects. Should the Contractor fail to correct defects, Owner may refuse to accept the well.

C. Cementing procedures shall be continuous for each stage after cementing begins. If loss of

circulation or no return of cement is encountered, the Engineer and Owner shall be notified

immediately of what remedial measures are underway to reestablish the circulation and

complete the cementing program according to the well design and Technical Specifications.

D. During the cementing of all strings of casing, the Contractor shall be responsible for having a

sample from each cement stage collected (both dry and mixed). Mixed cement sample shall

include at least three, 2-inch cubes from each cement stage. Proper identification and labeling of

each sample is mandatory.

E. Before each cement stage, the Contractor shall tag the top of the cement with a collarless tremie

pipe.

F. When the casings are being set and cemented in place, it is the Contractor’s responsibility to

insure that these operations are conducted in such a manner that the casing collapse and burst

strengths (with safety factor) are not exceeded and the casing is not caused to fail. Cement shall

be pumped or placed so that excessive pressures will not result and affect the bond.

3.02 GROUT CURING

A. The Contractor shall allow a minimum grout curing time of at least 12 hours between each grout

stage.

B. The Contractor shall not perform any work or any drilling operations until the grout has cured.

C. The Contractor shall wait a minimum of 24 hours after the completion of the last grout stage

prior to starting subsequent well construction or testing activities.

D. The Contractor shall include waiting on grout time for each grout stage in the unit price of grout

pumped in the provision and installation of casings listed in the Schedule of Values and Bid

Form.

END OF SECTION

Page 131: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Grouting

Phase 1B – Well Drilling & Raw Water Piping 02854 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 132: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Packer Testing

Phase 1B – Well Drilling & Raw Water Piping 02857 - 1

SECTION 02857

PACKER TESTING

PART 1 GENERAL

1.01 THE REQUIREMENT

A. The Contractor shall perform all work and provide all material and equipment necessary to

conduct packer testing complete.

B. The Contractor shall submit a detailed packer testing plan which identifies the packer to be used

and the packer set-up for the Engineer to review.

C. Upon the completion of the geophysical and video logs, the Contractor shall perform single and

straddle packer tests in the 12-¼ -inch pilot hole as indicated by the Engineer. The Engineer

shall select the depth intervals to be tested in conjunction with the Contractor’s drilling

representative based on evaluation of the geophysical logs, water quality results and other

available data. It is anticipated that straddle packer tests will be conducted at the following

intervals in the 12-¼ -inch pilot hole of Well No.2: 450 to 700 feet bls; and 900 to 1,300 feet

bls plus up to two other intervals to be determined during construction.

D. The Engineer reserves the option to change the depths of the packer tests, increase or decrease

the number of tests, or substitute straddle packer tests for single packer tests.

E. The packer tests shall be conducted such that the hydrologic properties of the formation can be

determined and a representative water sample can be collected for analysis.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. General Requirements – Division 1.

C. Well Mobilization and Cleanup are included in Section 02850.

D. Drilling is included in Section 02851.

E. Geophysical Logging is included in Section 02853.

F. Water quality analysis is included in Section 02863.

1.03 REFERENCE TO STANDARDS AND REGULATION

A. The Contractor shall construct the well in strict conformance with all laws, rules, regulations,

and standards related to the construction of wells in the United States, State of Florida, St. Johns

River Water Management District, and local municipal and county regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, ANSI, and API shall apply, except as

referenced herein. Standards shall include, but are not restricted to the following:

1. AWWA A100 - Water Wells.

Page 133: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Packer Testing

Phase 1B – Well Drilling & Raw Water Piping 02857 - 2

PART 2 PRODUCTS

2.01 EQUIPMENT

A. Packer assembly shall be capable of inflating to 21 inches OD. A sleeve assembly is acceptable

to achieve inflation to 21 inches OD. Packer assembly shall be model manufactured by Baski or

Engineer approved equal.

B. The Contractor shall provide certified, calibrated pressure gages for the pressurizing equipment.

C. The Contractor shall provide submersible pumps and associated hosing capable of pumping

from 100 to 1,200 gpm at a total head of 150 feet.

D. The Contractor shall provide a generator for pump operation.

E. The Contractor shall provide a certified, calibrated flowmeter and flow totalizer.

F. The Contractor shall provide In-Situ Level Troll 500 or 700 data loggers to record water level

measurement.

G. Sample bottles for water quality sampling.

PART 3 EXECUTION

3.01 EQUIPMENT

A. The Contractor shall provide and install all materials and equipment necessary for packer

testing. Packer shall be capable of being used as a dual-seat, or an open hole single packer of a

diameter capable of sealing the borehole.

B. The Contractor shall provide a packer element capable of being attached to drill pipe having a

minimum inside diameter of 8 inches.

C. The Contractor shall provide all appurtenances needed to run the packer tests complete.

Equipment shall include a submersible pump capable of pumping from 100 to 1,200 gpm at a

total head of 150 feet), discharge valve capable of regulating flows from 100 to 1,200 gpm, and

in-line propeller flow meter with totalizer and access for water level measurements.

D. The Contractor shall be responsible for providing all necessary data loggers, transducers, meters

and gauges necessary for testing including a recording pressure system capable of measuring

pressure changes of 0.01 psi to measure the drawdown and recovery due to pumping and shall

provide access for water-level measurements using an electronic probe. The pressure

transducers shall be In-Situ Level Tolls or equal and capable of providing electronic data in

Excel format.

E. The internal surfaces of drill pipe, casings, and other fittings used for the packer tests shall be

free of rust, scale, and other material that could be dislodge and interfere with a test. Should a

test fail because of the presence of any of these materials in the tools or pipe, the Contractor will

not be reimbursed for the test and shall be required to clean the pipe, reset it and the packer, and

rerun the test successfully as part of the Contract requirements at their own cost.

Page 134: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Packer Testing

Phase 1B – Well Drilling & Raw Water Piping 02857 - 3

3.02 PACKER TEST

A. The packer assembly shall be set to allow testing of the selected horizon as determined by the

Engineer.

B. The Contractor shall provide whatever pump is needed to accurately test the selected interval.

C. After successfully inflating and setting the packers, the Contractor shall develop each zone so

that it is free of any drilling fluids/muds and is producing representative formation water to the

satisfaction of the Engineer.

D. The Contractor shall properly dispose of produced settled groundwater. The Contractor shall

install temporary submersible pumps, settling tanks, transfer pumps and pump lines to convey

settled groundwater produced during packer test to the adjacent stormwater retention area.

E. Water level transducers shall be placed inside the drill pipe just above pump and in the annulus

above the packer.

F. Each packer test will consist of up to four-hour pumping test and up to two-hour recovery test.

Static conditions will need to be established prior to the pumping test segment. Anticipated

rates will be evaluated based on target intervals of potential water production zones or confining

units. The water produced during the pumping test and zone development shall be confined to

the fluid management system.

G. The Contractor shall be responsible for re-setting the packer element to prevent leakage and/or

malfunctions. The Contractor’s cost for re-setting packers shall be included in lump sum price

per packer test.

H. Water quality sampling shall be conducted and analyzed in accordance with specification

02863.

I. The Contractor shall be solely responsible for the data logging. The Contractor shall provide an

electronic copy of the raw data in Excel format to the Engineer.

J. In the event of test failure for any cause, including loss or non-recording of data, the Contractor

shall repeat the test at their own cost.

END OF SECTION

Page 135: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Packer Testing

Phase 1B – Well Drilling & Raw Water Piping 02857 - 4

THIS PAGE INTENTIONALLY LEFT BLANK

Page 136: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Water Quality Analyses

Phase 1B – Well Drilling & Raw Water Piping 02863 - 1

SECTION 02863

WATER QUALITY ANALYSES

PART 1 GENERAL

1.01 THE REQUIREMENT

A. This Section covers the water sampling and analyses required during the construction and

testing of the Production Well No. 2.

B. The Contractor shall provide the name and address of a State of Florida certified offsite

laboratory that will perform the analyses. The laboratory shall be acceptable to the Engineer and

the Owner. Samples will not be collected by the Owner’s laboratory personnel or analyzed by

the Owner’s laboratory.

C. Water samples will be collected by offsite laboratory personnel or properly trained

representatives of the Contractor using containers provided by the laboratory. Groundwater

samples shall be collected in accordance with the FDEP standard operating procedures (SOP),

FDEP-SOP-001/01, FDEP Quality Assurance Rule, 62-160, FAC.FDEP sampling requirements

shall be followed.

D. All water samples will be transported or shipped to the laboratory immediately upon collection.

EPA method sampling protocols (e.g., holding times, preservatives) shall be followed.

E. Standard laboratory turnaround times are acceptable unless otherwise requested below.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. General Requirements – Division 1.

C. Summary of Work is included in Section 01010.

D. Mobilization and Cleanup is included in Section 02850.

E. Drilling is included in Section 02851.

F. Geophysical and Color Video Logging is included in Section 02853.

G. Well Step Drawdown Testing is included in Section 02864.

1.03 REFERENCE TO STANDARDS AND REGULATIONS

A. The Contractor shall construct the well in strict conformance with all laws, rules, regulations,

and standards related to the construction of wells in the State of Florida, St. Johns River Water

Management District and local regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, ANSI, and API shall apply, except as

referenced herein.

Page 137: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Water Quality Analyses

Phase 1B – Well Drilling & Raw Water Piping 02863 - 2

C. American Water Works Association (AWWA)

1. AWWA A100 – Water Wells

2. AWWA C654 – Disinfection of Wells

D. The latest revisions of FDEP QA Rule, 62-160, Florida Administrative Code (FAC), shall

apply.

E. Where reference is made to one of the above standards, the revisions in effect at the time of bid

opening shall apply

1.04 CONTRACTOR'S RESPONSIBILITY

A. All water sampling will be performed by a trained water sampling technician familiar with

FDEP Standard Operating Procedures.

B. Contractor shall be responsible for obtaining all necessary local, state and agency permits and

completion of summary reports.

1.05 PURPOSE

A. The purposes of the offsite laboratory analyses are to determine the background water quality in

the potential production zones, water quality versus depth profiles, and water quality under

stressed (pumped) conditions in the production well.

PART 2 PRODUCTS

2.01 SAMPLE BOTTLES

A. Sample bottles shall be new with preservatives, if required, bottles with screw caps provided by

a state certified laboratory

PART 3 EXECUTION

3.01 REQUIRED WATER QUALITY ANALYSES

A. Reverse Air-Drilling

1. The Contractor shall collect water samples at 30-foot intervals during the drilling of the

nominal 12-¼-inch diameter pilot hole for all reverse-air drilling and have them field

analyzed for chloride, total dissolved solids, sulfate, pH and specific conductance.

2. Should specific conductance values change by more than 500 units between consecutive

samples, the most recent sample shall be analyzed via appropriate EPA methods at a

certified laboratory for confirmation of the field-tested parameters listed above.

3. The Contractor shall collect water samples every 90 feet during the drilling of the nominal

12-¼-inch diameter pilot hole for all reverse-air drilling and have them analyzed in a State

certified laboratory for total sulfide and hydrogen sulfide. Groundwater samples should be

collected at the change of drill rods while free flowing the borehole (under artesian

conditions), not while air lifting.

Page 138: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Water Quality Analyses

Phase 1B – Well Drilling & Raw Water Piping 02863 - 3

B. Geophysical Logging In-Situ Grab Sampling

1. Up to eight grab samples will be collected under static conditions (through a stripper head

with the well shut in) from throughout the open hole interval of the pilot hole. Grab

samples will be collected by the Contractor with assistance from the Engineer at 100-foot

intervals beginning at 500 feet bls until total depth is reached. Parameters will be

monitored in the field by the Engineer for chloride, sulfate, TDS, pH, specific conductance,

oxidation/reduction potential (ORP), and temperature. In addition, the Contractor shall

collect grab samples for water quality analyses at a State certified lab for total sulfides and

hydrogen sulfide from each 100-foot interval.

C. Packer Tests

1. The Contractor shall collect water samples at the end of each packer test and have them

analyzed for sulfate, chloride, total dissolved solids, total sulfide, hydrogen sulfide and

specific conductance.

2. Packer test water samples shall be analyzed on a rush (48-hour turnaround) basis.

D. Step Drawdown Testing

1. Upon completion of construction and development of Well No. 2, the Contractor shall

collect water samples at the end of each step test prior to increasing pumping rate for the

next step. The Contractor shall have the water samples field analyzed for chloride, total

dissolved solids (TDS), sulfate, total sulfide, pH, temperature and specific conductance. In

addition, turbidity and sand content shall be measured in the field at the end of each step

test. It is anticipated that there will be four steps in a drawdown test.

2. Drinking Water Standards and Additional Water Quality Parameters – At the end of the

last step test, the Contractor shall collect water samples and have them analyzed for all

Florida primary and secondary drinking water standards (Inorganics, Synthetic Organics,

Volatile Organics, Disinfection Byproducts, Radionuclides, Secondaries, and other

parameters listed below).

3. Table 1 provided below outlines the water quality parameters to be analyzed as part of the

step drawdown test. The most current version of the rule (Chapter 62-550.310 &

62.550.320, FAC) shall apply should there be a discrepancy between the table and the rule.

TABLE 1STEP DRAWDOWN TEST WATER QUALITY PARAMETERS

Primary Drinking Water Standards

Alachlor

Aroclors (PCBs)

Alpha, gross

Antimony

Arsenic

Asbestos

Atrazine

Barium

Ethylene Dibromide

Di(2-ethylhexyl) adipate

Di(2-ethylhexyl) phthalate

Fluoride

Glyophosate

Haloacetic Acids (HAA5)

Heptachlor

Heptachlor epoxide

Page 139: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Water Quality Analyses

Phase 1B – Well Drilling & Raw Water Piping 02863 - 4

Primary Drinking Water Standards

Benzene

Benzo(a)pyrene

Beryllium

Bis(2-ethylhexyl)adipate

Bis(2-ethylhexyl)phthalate

Bromate

Cadmium

Carbofuran

Carbon Tetrachloride

Chloramines

Chlordane

Chlorine

Chlorine dioxide

Chlorite

Chlorobenzene

Chromium

Coliforms, total

Cyanide

2,4-Dichlorophenoxyacetic Acid

Dalapon

Dibromochloropropane

1,2-Dichlorobenzene

1,4-Dichlorobenzene

1,2-Dichloroethane

1,1-Dichloroethylene

Cis-1,2-Dichloroethylene

Dichloromethane

1,2-dichloropropane

Dioxin

Diquat

Dinoseb

Endothall

Endrin

Ethylbenzene

Gross Alpha (includes Uranium)

Hexachlorobenzene

Lindane

Hexachlorocyclopentadiene

Lead

Mercury

Methoxychlor

Nickel

Nitrate (as N)

Total Nitrate & Nitrate (as N)

Oxamyl

Pentachlorophenol

Picloram

Radium-226

Radium-228

Selenium

2,4,5- TP (Silvex)

Simazine

Sodium

Strontium-90

Styrene

Tetrachloroethylene

Thallium

Toluene

Toxaphene

1,2,4-Trichlorobenzene

1,1,1-Trichloroethane

1,1,2-Trichloroethane

Trichloroethylene (TCE)

Trans-1,2-DichloroethyleneT

Trihalomethanes (total)

Vinyl Chloride

Xylenes (total)

Secondary Drinking Water Standards

Aluminum

Chloride

Color

Copper

Fluoride

Foaming agents (MBAS)

Iron

Manganese

Odor

pH

Silver

Sulfate

Total Dissolved Solids (TDS)

Zinc

Page 140: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Water Quality Analyses

Phase 1B – Well Drilling & Raw Water Piping 02863 - 5

END OF SECTION

Other Constituents

Total Alkalinity

Calcium

rrosivity

Hydrogen Sulfide (H2S)

Magnesium

Potassium

Specific Conductance

Total Hardness

Total Organic Carbon

Total Sulfide

Page 141: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Water Quality Analyses

Phase 1B – Well Drilling & Raw Water Piping 02863 - 6

THIS PAGE INTENTIONALLY LEFT BLANK

Page 142: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Step Drawdown Testing

Phase 1B – Well Drilling & Raw Water Piping 02864 - 1

SECTION 02864STEP DRAWDOWN TESTING

PART 1 GENERAL

1.01 REQUIREMENT

A. The Contractor shall provide all work, materials, and equipment necessary to perform an 8-hour

to 10-hour step-drawdown test on Production Well No. 2 located at JEA’s WNRWTP, 77040

Robert E. Williams Drive, Yulee, FL.

B. The Contractor shall provide and operate a submersible pump and water and pressure

monitoring equipment for the tests at the direction of the Engineer. The Contractor shall be

responsible for installing the water level (pressure) measuring equipment in the wells, as

directed by the Engineer. The pump shall be installed approximately 30 feet below the

anticipated or actual maximum drawdown level.

C. The Contractor shall provide equipment for accurately measuring pumping rates. The

equipment shall include a flow meter (calibrated within past 60 days) with a range of 500 gpm

to 3,000 gpm. The method of flow measurement is subject to the approval of the Engineer.

D. Water produced during the test will be discharged in accordance with Specification 02851.

E. Water quality sampling and field monitoring shall be conducted in accordance with

Specification 02863.

F. In the event of a failure of the pump or pressure monitoring equipment, the Contractor shall

repeat the test at no additional cost to the Owner or Engineer.

1.02 RELATED WORK

A. Final Geotechnical Report for JEA West Nassau Regional Water Treatment Plant – Phase 1B,

dated May 6, 2016 (Included with Contract Documents).

B. General Requirements – Division 1.

C. Drilling is included in Section 02851.

D. Water Quality Analyses is included in Section 02863.

1.03 REFERENCE TO STANDARDS AND REGULATIONS

A. The Contractor shall execute the Work and complete the project in strict conformance with all

laws, rules, regulations, and standards related to the construction of wells in the State of Florida,

SJRWMD and local, municipal, and county regulatory agencies.

B. The latest revisions of standards of AWWA, ASTM, ANSI, and API shall apply, except as

referenced herein.

C. American Water Works Association (AWWA)

1. AWWA A100 – Water Wells

Page 143: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Step Drawdown Testing

Phase 1B – Well Drilling & Raw Water Piping 02864 - 2

D. SJRWMD

1. Applicant’s Handbook Consumptive Use Application, Appendix D – Guidelines for

Developing and Conducting an Aquifer Performance Testing Program, November 3, 2015.

E. Where reference is made to one of the above standards, the revisions in effect at the time of bid

opening shall apply

1.04 CONTRACTOR'S RESPONSIBILITY

A. All work shall be performed by a certified water well driller, licensed by the State of Florida.

B. Contractor shall be responsible for obtaining all necessary local, state, federal and agency

permits and completion of summary reports.

PART 2 PRODUCTS

2.01 DATA LOGGER

A. Contractor shall use In-Situ Level Troll 700 data loggers or equal that has the appropriate

pressure rating given the anticipated water level drawdown (anticipated to be 12 feet based on

Production Well No. 1 in the pumped well). The data logger shall be capable of programming

data collection tests in step series and at differing collection intervals. The data loggers shall be

capable of providing the data in Microsoft Excel format.

B. A pressure gauge shall be included at the wellhead for above ground measurement for artesian

head pressure measurement.

2.02 FLOW METER

A. A calibrated totalizing flow meter installed in accordance with manufacturers specifications

capable of measuring flows from 500 gpm to 3,000 gpm shall be used for the step drawdown

tests.

2.03 ELECTRIC TAPE

A. The Contractor will provide an electric tape for manually measuring groundwater water levels

in Production Well No. 2 during the step drawdown testing.

B. The electric tape such as manufactured by Solinst or approved equal must be capable of

measuring water levels to within 0.01 foot of actual groundwater levels.

2.04 PUMP AND APPURTENANCES FOR DEVELOPMENT AND PUMPING TESTS

A. The Contractor shall provide and install a test pump and all appurtenances for performing

development and pumping tests. The Contractor shall provide the test pump, flow meter, valve,

discharge pipe, power supply (including fuel and maintenance), transducer and data logger,

stilling wells for housing the data logger and collecting manual measurements and all

appurtenances needed for performing the pumping tests. Contractor shall also provide a Rossum

Sand Tester, or equal. Butterfly valves will not be allowed for controlling flow during pumping.

Ball valves or gate valves may be used to control flow during pumping.

Page 144: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Step Drawdown Testing

Phase 1B – Well Drilling & Raw Water Piping 02864 - 3

B. The Contractor will provide a pump for conducting the step drawdown testing. The pump must

be capable of producing up to 3,000 gpm from a pumping head of 150 feet with an estimated

pump setting of approximately 100 feet bls.

2.05 ROSSUM SAND TESTER

A. A Rossum Sand Tester manufactured by Roscoe Moss Company will be used to measure the

sand content of the produced groundwater throughout the step drawdown test. The applicability

and use of the sand tester is described in AWWA Standard A-100-06 – Water Wells.

2.06 STILLING WELLS

A. The Contractor shall provide two PVC stilling wells provided for collecting water level

measurements with the data logger and manual electric tape measurements. The stilling wells

shall be large enough diameter for the instruments to fit inside without lodging or wedging. The

stilling wells shall have a minimum of 20 feet of slotted screen and capped on the end. The

depth of the stilling wells shall extend to 5 feet above the intake of the pump.

2.07 TURBIDIMETER

A. The Contractor shall provide a Hach 2100Q Portable Turbidimeter or approved equal for

measuring turbidity of produced groundwater from the step drawdown test.

PART 3 EXECUTION

3.01 STEP DRAWDOWN TESTING

A. At the completion of well development, Production Well No. 2 shall be pump tested to

determine well performance and aquifer properties. The tests will consist of an 8-hour to 10-

hour step drawdown test at 50%, 65%, 85% and 100+% of estimated capacity of the well (2,500

gpm). The pumping period for each step shall be a minimum of 30 minutes up to a maximum of

2 hours. Pumping rates shall be increased with each step. Drawdown of water levels shall be

monitored to 0.01 foot accuracy with data logger as manufactured by In-Situ Level 700 Troll or

equal. Recovery of the final step test shall be monitored to 0.01 foot accuracy until the water

level within the well has recovered within 0.1 foot of the initial static water level, but for no less

than 4 hours.

B. Prior to the start of any testing, the following equipment shall be installed:

1. Two 1-½-inch nominal inner diameter flush threaded pipe, open only at the top and capped

at the bottom, shall be installed as a stilling well. The stilling well shall contain at least 20

feet of slotted screen and suitable for water-level measurement with an In-Situ Level Troll

data logger (0.72-in diameter) and electric tape. The top of the pipe shall be installed at or

slightly above the top of casing as directed by the Engineer. The bottom of the pipe shall

be set at approximately 5 feet ± above the intake of the temporary pump. The inside of the

pipe shall be smooth and the pipe shall be sufficiently plumb and straight so that there will

be no interference with measurement.

2. A gate valve shall be installed in the discharge pipe near the pumping well.

Page 145: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652

All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Step Drawdown Testing

Phase 1B – Well Drilling & Raw Water Piping 02864 - 4

3. A calibrated flow meter capable of measuring flow rates from 500 gpm to 3,000 gpm shall

be installed in the discharge pipe prior to the gate valve and according to manufacturer’s

specifications to ensure meter accuracy.

C. During all testing, Contractor shall record discharge rates and water levels in wells at

predetermined times as set by the Engineer and Contractor. The frequency of measurement will

meet or exceed the SJRWMD’s suggested schedule for conducting APTs (Applicant’s

Handbook Consumptive Use Application, Appendix D). For this purpose, the pump shall be

operated without interruption, at no more than 5% fluctuation in the designated rate of

discharge, during the full period of the step tests as directed by the Engineer.

D. Sand content shall be determined from a pumping and sampling procedure conducted during the

pump test. It is the responsibility of the Contractor to secure prior written approval from the

Engineer of any changes in the sand content testing method.

E. The Contractor shall provide continuous oversight during the 8 hour to 10 hour step drawdown

tests to ensure continuous operation of the pump.

F. Water quality samples will be collected during the step test as described in the Water Quality

Analysis Section 02863.

END OF SECTION

Page 146: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Seeding and GrassingPhase 1B – Well Drilling & Raw Water Piping 02930 - 1

SECTION 02930SEEDING AND GRASSING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish all labor, materials, equipment and incidentals required and place loam, finish grade, apply lime and fertilizer, hydraulically apply seed and mulch and maintain all seeded areas as shown on the Drawings and as specified in the JEA Water and Wastewater Standards (January 2016 or latest), Grassing – Section 441, and as specified herein, including all areas disturbed and all existing lawn areas.

1.02 RELATED WORK

A. Site Preparation is included in Section 02100.

B. Earthwork is included in Section 02200.

END OF SECTION

Page 147: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

© 2016 CDM Smith 6103-112652All Rights Reserved June 2016

West Nassau Regional Water Treatment Plant Seeding and GrassingPhase 1B – Well Drilling & Raw Water Piping 02930 - 2

THIS PAGE INTENTIONALLY LEFT BLANK

Page 148: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

APPENDIX A

GEOTECHNICAL REPORT

Page 149: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

FINAL Report of Geotechnical Exploration For

JEA West Nassau Regional Water Treatment Plant – Phase 1B

MAE Project No. 0011-0015

May 6, 2016

Prepared for:

Prepared by:

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone (904) 519-6990 Fax (904) 519-6992

Page 150: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

8936 Western Way, Suite 12 Jacksonville, Florida 32256 Phone: (904)519-6990 Fax: (904)519-6992

May 6, 2016 Mr. David A. Rasmussen, P.E. CDM Smith, Inc. 8381 Dix Ellis Trail, Suite 400 Jacksonville, Florida 32256 Reference: FINAL Report of Geotechnical Exploration

JEA West Nassau Regional Water Treatment Plant – Phase 1B Nassau County, Florida MAE Project No. 0011-0015

Dear Mr. Rasmussen: Meskel & Associates Engineering, PLLC has completed a geotechnical exploration for the subject project. Our work was performed in general accordance with our revised proposal dated October 22, 2015. The purpose of the geotechnical exploration was to evaluate the general subsurface conditions within the area of the proposed Phase 1B improvements to the existing Water Treatment Plant to provide recommendations for foundation support and design, and site preparation. This report has been revised from the Draft report dated March 21, 2016 based on comments dated April 7, 2016 that were emailed from CDM on April 14, 2016. This report supersedes our previous report in its entirety.

In summary, the soil borings encountered generally fine sands with silt (SP-SM) and silty fine sands (SM) throughout the depths of the borings. These encountered soils appear to be adaptable for support of the proposed structures. Site preparation recommendations include clearing and stripping of existing surficial organic materials, compaction of the underlying subgrade soils, and placement and compaction of suitable structural fill in controlled lifts. The purpose of these recommendations is to provide a more uniform subgrade for support of the structures, which reduces the potential for excessive settlement.

We appreciate this opportunity to be of service as your geotechnical consultant on this phase of the project. If you have any questions, or if we may be of any further service, please contact us.

Sincerely, MESKEL & ASSOCIATES ENGINEERING, PLLC MAE FL Certificate of Authorization No. 28142

_______________________________________ _______________________________________ P. Rodney Mank, P.E. Antoinette (Tina) D. Meskel, P.E. Principal Engineer Principal Engineer Licensed, Florida No. 41986 Licensed, Florida No. 56999 Distribution: Mr. David Rasmussen, P.E. – CDM Smith, Inc. 2 copies; 1 pdf

rodney
Text Box
P. Rodney Mank, State of Florida, Professional Engineer, License No. 41986 This item has been electronically signed and sealed by P. Rodney Mank, P.E. on 05/06/2016 using a Digital Signature. Printed copies of this document are not considered signed and sealed and the signature must be verified on any electronic copies.
Page 151: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | i

TABLE OF CONTENTS

Subject Page No. 1.0 PROJECT INFORMATION ................................................................................................................ 1

1.1 Project Description ..................................................................................................................................... 1

1.2 Site Observations ......................................................................................................................................... 1

2.0 REVIEW OF SOIL SURVEY MAP..................................................................................................... 2

3.0 FIELD EXPLORATION ...................................................................................................................... 2

3.1 SPT Borings .................................................................................................................................................... 2

4.0 LABORATORY TESTING .................................................................................................................. 3

5.0 GENERAL SUBSURFACE CONDITIONS ........................................................................................ 3

5.1 General Soil Profile ..................................................................................................................................... 3

5.2 Groundwater Level ..................................................................................................................................... 4

5.3 Seasonal High Groundwater Level ....................................................................................................... 4

6.0 DESIGN RECOMMENDATIONS ...................................................................................................... 4

6.1 General ............................................................................................................................................................. 4

6.2 Water Storage Tank Foundation Design Recommendations .................................................... 5

6.3 Sodium Hypochlorite Storage Tank & High Service Pump Building Foundation Design Recommendations ...................................................................................................................................... 6

6.4 Structure Slabs-On-Grade ........................................................................................................................ 7

6.5 Site Seismic Classification ........................................................................................................................ 7

7.0 SITE PREPARATION AND EARTHWORK RECOMMENDATIONS ........................................ 8

7.1 Clearing and Stripping ............................................................................................................................... 8

7.2 Temporary Groundwater Control ........................................................................................................ 8

7.3 Compaction .................................................................................................................................................... 9

7.4 Survey of Existing Structures ................................................................................................................. 9

7.5 Structural Backfill and Fill Soils............................................................................................................. 9

7.6 Foundation Areas ..................................................................................................................................... 10

8.0 QUALITY CONTROL TESTING .................................................................................................... 10

9.0 REPORT LIMITATIONS ................................................................................................................. 10

Page 152: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | ii

FIGURES

Figure 1. Site Location Plan

Figures 2-2A. Boring Location Plans

Figures 3-5. Generalized Soil Profiles

APPENDICES Appendix A. Soil Boring Logs

Field Exploration Procedures

Key to Boring Logs

Key to Soil Classification

Appendix B. Summary of Laboratory Test Results

Laboratory Test Procedures

Page 153: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 1

1.0 PROJECT INFORMATION

1.1 Project Description

The site of the West Nassau Water Treatment Plant (WTP) is located at 77040 Robert E. Williams Drive in Yulee, Nassau County, Florida. The general site location is shown on Figure 1.

Project information was provided to us by Mr. Jeremy O’Neal and Mr. David Rasmussen, P.E of CDM Smith. This information included the planned layout of the new construction and the existing site conditions. We also received a copy of the 30 Percent Preliminary Design Report, prepared by CDM dated March 2016. Based on the provided information and our discussions, it is our understanding the proposed Phase 1B improvements will include construction of the following:

Ground Storage Tank. The 0.75-million gallon storage tank will have a diameter of 80 feet with prestressed concrete walls and a metal framed dome cover. The floor will be a cast-in-place concrete slab-on-grade, 4 inches thick.

High Service Pump Building. This metal-framed structure is approximately 53 feet by 64 feet in plan dimension, with a cast-in-place concrete floor slab. We have assumed the structure loads will be supported by turned down edges along the perimeter of the structure, as well as a thickened footing near the center of the structure running along the long axis.

Sodium Hypochlorite Storage Tank. This approximately 10-foot diameter tank will have a storage volume of 6,500 gallons. It will sit within the north half of a cast-in-place concrete slab, approximately 25 feet by 49 feet in plan area. The southern half of the slab will contain a similar tank in the future. We have assumed the slab will be 6 inches thick and will have turned-down edges along the slab perimeter and will be thickened below the tank location.

Emergency Power Generator Pad. The pad will measure approximately 16 feet by 26 feet in plan dimension. We have assumed the pad will be a cast-in-place concrete slab, approximately 3 feet in thickness.

Transformer Pad. We have assumed the pad will be 10 feet square, and will be a cast-in-place concrete slab approximately 6 to 12 inches in thickness.

Production Well No. 2. A new production well is planned east of the WTP site. A raw water line, not included in our scope of work, will connect the well to the WTP.

If actual project information varies from these conditions, then the recommendations in this report may need to be re-evaluated. Any changes in these conditions should be provided so the need for re-evaluation of our recommendations can be assessed prior to final design.

1.2 Site Observations

At the time of our field exploration, the WTP site was covered with what appeared to be a maintained grass cover. Site grading appeared to be slightly downward towards the southwest, which was confirmed with the survey information shown on the 30 Percent Plans. The surface soils were generally dry to moist, and no standing water was observed within the project area. The production well no. 2 site was moderately to heavily wooded in the area of the soil boring. The surface soils were observed to be firm and dry at the time of our field exploration. An existing stormwater pond was located east of the well site.

Page 154: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 2

2.0 REVIEW OF SOIL SURVEY MAP

Based on a report from the Web Soil Survey for Nassau County Florida, as prepared by the U.S. Department of Agriculture Natural Resource Conservation Service, the predominate soil map unit within the WTP and production well project areas is the Sapelo-Leon fine sand. Characteristics of this map unit as reported in the Soil Survey are shown below.

Map Unit Symbol – Name Drainage Class Hydrologic

Group Depth to Water

Table

22 – Sapelo-Leon fine sand Poorly Drained B/D, A/D 6 to 18 inches

The "Water table" above refers to a saturated zone in the soil which occurs during specified months, typically occurring during the summer wet season. Estimates of the upper limit shown in the Web Soil Survey are based mainly on observations of the water table at selected sites and on evidence of a saturated zone, namely grayish colors (redoximorphic features) in the soil. A saturated zone that lasts for less than a month is not considered a water table. The low value and a high value indicate the range of this attribute for the soil component.

3.0 FIELD EXPLORATION

A field exploration program was performed from February 25 to March 1, 2016. The boring locations were determined by us and shown on a copy of a site plan received from CDM. The borings were located in the field by our field crew using taped measurement from existing site features as shown on the Site Plan. Once the borings were located, JEA was notified so that they could determine if there were any conflicts with existing utilities. A copy of the yard piping plan was used to show the boring locations at the WTP site on the Boring Location Plan - WTP site, Figure 2. A separate plan received from CDM was used to show the boring location on the Boring Location Plan – Production Well No. 2, Figure 2A. The locations as shown on Figure 2 and Figure 2A should be considered approximate.

3.1 SPT Borings

A total of ten Standard Penetration Test (SPT) borings were drilled for the project. Nine borings (B-1 through B-9) were located at the WTP site within or near the planned improvements. Boring B-10 was located near the site of the new production well location.

The borings within the proposed Storage Tank area (B-1 through B-4) were advanced to depths of 30 and 60 feet below existing grade. The borings for the Sodium Hypochlorite Tank (B-5) and the High Service Pump building (B-6 and B-7) were advanced to a depth of 20 feet below existing grade. The boring for the emergency generator pad (B-8) was advanced to a depth of 20 feet, and the boring for the transformer pad (B-9) was advanced to a depth of 10 feet below existing grade. Boring B-10, located at the production well site, was advanced to a depth of 20 feet below existing grade.

All of the SPT borings were performed in general accordance with the methodology outlined in ASTM D 1586. In some cases, additional split-spoon samples were obtained in very loose/soft soils where the SPT “N”-value was less than 4. Split-spoon soil samples recovered during performance of the borings were visually classified in the field, and representative portions of the samples were

Page 155: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 3

transported to our laboratory for classification and testing. Each boring was grouted from bottom to top with a cement grout upon completion. A summary of the field procedures used for the SPT borings is included in Appendix A.

4.0 LABORATORY TESTING

Representative soil samples obtained from the soil borings were visually classified by a geotechnical engineer in our laboratory utilizing the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. A Key to the Soil Classification System is included in Appendix A.

Quantitative laboratory testing was performed on selected samples of the soils encountered during the field exploration. The purpose of the testing was to better define their composition, and to provide data for correlation to their anticipated strength and compressibility characteristics. The laboratory testing determined the following soil physical characteristics:

The natural moisture content,

The percent passing the US Sieve No. 200 (percent fines), and

Atterberg limits

The results of the laboratory testing are shown in the Summary of Laboratory Test Data table included in Appendix B. Also, these test results are shown on the Generalized Soil Profiles (Figures 3 through 5), and on the soil boring logs included in Appendix A at the respective depths from which the samples were recovered.

5.0 GENERAL SUBSURFACE CONDITIONS

5.1 General Soil Profile

Graphical presentation of the generalized subsurface conditions is presented on the Generalized Soil Profiles, Figures 3 through 5. Detailed boring logs are included in Appendix A. When reviewing the Profiles and boring logs, it should be understood that the subsurface soil conditions will vary between the boring locations.

Generally, the soil borings located within the WTP site encountered relatively uniform subsurface conditions across the project area. The borings encountered a surficial topsoil layer ranging in thickness from approximately 2 to 5 inches. Below the topsoil layer, the borings encountered loose to medium dense fine sands with silt (SP-SM) and silty fine sands to depths of approximately 8 to 12 feet below the existing ground surface. Borings B-2, B-3 and B-4 encountered a 1.5 to 2-foot layer of clayey fine sands (SC) within this general stratum between depths of approximately 6 and 8 feet. This general sand stratum was underlain by very loose to loose fine sands with silt (SP-SM) and silty fine sands (SM) to a depth of approximately 18 feet below existing grade. Boring B-9 (transformer pad) was terminated within these soils.

The very loose to loose sands were underlain by medium dense to dense fine sands with silt (SP-SM). These slightly silty sands continued to the terminating depths of Borings B-2 through B-4 (30 feet) and B-5 through B-8 (20 feet). Boring B-1 (center of ground storage tank) encountered these medium dense to dense sands to a depth of approximately 52 feet, where they were underlain by hard to soft weathered limestone to the terminating depth of 60 feet below existing grade.

Page 156: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 4

The boring located in the area of production well number 2 (Boring B-10) encountered a 6-inch topsoil layer, underlain by very loose to loose fine sands with silt (SP-SM) and silty fine sands (SM) to a depth of approximately 4 feet below existing grade. Below these very loose to loose sands, the boring encountered fine sands with silt (SP-SM) that ranged in relative density from loose to dense. These sands continued to the terminating depth of 20 feet below existing grade.

5.2 Groundwater Level

The groundwater table was encountered at each of the boring locations and measured at the time of drilling. The groundwater table at the boring locations within the WTP site varied between 3 and 3.8 feet below the existing ground surface. The groundwater table at the production well number 2 location (Boring B-10) was measured at a depth of approximately 1.5 feet below existing grade.

It should be anticipated that the groundwater level will fluctuate due to seasonal weather changes, surface water runoff patterns, construction operations, and other interrelated factors. The depth to the measured groundwater level is shown on the attached Generalized Soil Profiles (Figures 3 through 5), and on the soil boring logs.

5.3 Seasonal High Groundwater Level

In estimating the seasonal high groundwater level (SHGL) within the project area, a number of factors are taken into consideration including antecedent rainfall, soil redoximorphic features (i.e., soil mottling), stratigraphy (including presence of hydraulically restrictive layers), vegetative indicators, effects of development, and relief points such as drainage ditches, low-lying areas, etc.

Based on our interpretation of the current site conditions and the boring logs, we estimate the SHGL within the WTP project area to be generally 2 to 2.5 feet below the existing ground surface. We estimate the SHGL at the production well site to be approximately 6 inches to one foot below the existing ground surface. It should be understood that it is likely that current development and site use has altered the historical SHGL at the WTP site. Similarly, the existing stormwater pond to the east of the production well site may have altered the historical SHGL. Our estimate of the SHGL at both sites is solely based on our measured groundwater levels at the time of our exploration, the time of year during which these levels were measured, and the correlation of the encountered subsurface conditions with the soil map unit profile provided in the Soil Survey. The site drainage engineer should be consulted to determine how much current site activity has affected the SHGL within both project areas.

It is possible that groundwater levels may exceed the estimated SHGL as a result of significant or prolonged rains. Therefore, we recommend that design drawings and specifications account for the possibility of groundwater level variations, and construction planning should be based on the assumption that such variations will occur.

6.0 DESIGN RECOMMENDATIONS

6.1 General

The following evaluation and recommendations are based on the provided project information as presented in this report, the results of the field exploration and laboratory testing performed, and the construction techniques recommended in Section 6.0 below. If the described project conditions are incorrect or changed after this report, or if subsurface conditions encountered during

Page 157: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 5

construction are different from those reported, then MAE should be notified so that these recommendations can be re-evaluated and revised, if necessary. We recommend that MAE review the foundation plans and earthwork specifications to verify that the recommendations in this report have been properly interpreted and implemented.

6.2 Water Storage Tank Foundation Design Recommendations

We understand that the prestressed concrete tank will be supported on a 4-inch thick concrete slab-on-grade. Based on the results of our exploration, we consider the subsurface conditions at the site adaptable for support of the proposed Water Storage Tank structure when constructed on a properly designed floor slab system. Provided the site preparation and earthwork construction recommendations outlined in Section 6.0 of this report are performed, the following parameters may be used for foundation design.

Based on the given tank diameter of 80 feet and the tank volume of 0.75 million gallons, we calculate the maximum water height to be 20 feet. Therefore, we estimate the maximum load applied to the subgrade soils by 20 feet of stored water to be on the order of approximately 1,300 pounds per square foot (psf), not including any elevating fill. The maximum allowable soil contact pressure should be limited to 1,500 psf to keep settlement of the tank structure within the limits as estimated below.

The tank slab may bear in either the compacted suitable existing site soils (i.e., the fine sand with silt (SP-SM) soil as encountered in the borings) or within compacted structural fill. The bearing level soils, after compaction, should exhibit densities equivalent to 98 percent of the modified Proctor maximum dry density (ASTM D 1557), to a depth of at least two feet below the slab bearing level.

6.2.1 Settlement Estimates

Post-construction settlements of the tank structure will be influenced by several interrelated factors, such as (1) subsurface stratification and strength/compressibility characteristics; (2) the bearing level, applied load, and resulting bearing pressure beneath the tank; and (3) site preparation and earthwork construction techniques used by the contractor. The settlement estimates presented below are based on the results of our field exploration at the site, laboratory test results, and the use of the site preparation/earthwork construction techniques as recommended in this report. Any deviation from these recommendations could result in an increase in the estimated post-construction settlements of the structures.

The soil borings encountered predominately sandy soils within the expected stress zone of influence for the tank structure. Therefore, we expect the majority of settlement to occur in an elastic manner and fairly rapidly during construction and initial filling of the tank. Using the estimated maximum load of the tank to the subgrade soils, and the field and laboratory test data that we have correlated to geotechnical strength and compressibility characteristics of the subsurface soils, we estimate the total settlement of the tank structure at the tank center to be on the order of 2 inches. Differential settlements result from differences in applied bearing pressures and variations in the compressibility characteristics of the subsurface soils. Because of the general uniformity of the subsurface conditions, and assuming the recommended site preparation and earthwork construction techniques outlined in Section 6.0 are followed, we estimate that the differential settlement between the center and perimeter of the tank will be on the order of 1 to 1.25 inches.

Page 158: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 6

We recommend that piping, tank nozzles, and other attachments be designed with adequate consideration for the anticipated settlement.

6.3 Sodium Hypochlorite Storage Tank & High Service Pump Building Foundation Design Recommendations

Based on the results of our exploration, we consider the subsurface conditions to be adaptable for support of the proposed structures when each are constructed on properly designed shallow foundation systems. Provided the site preparation and earthwork construction recommendations outlined in Section 7.0 of this report are performed, the following parameters may be used for foundation design.

6.3.1 Bearing Pressure

The maximum allowable net soil bearing pressure for use in turned-down edge monolithic slab or thickened portion of the slab design should not exceed 3,000 psf. Net bearing pressure is defined as the soil bearing pressure at the foundation bearing level in excess of the natural overburden pressure at that level. The foundations should be designed based on the maximum load that could be imposed by all loading conditions.

6.3.2 Foundation Size

The minimum width recommended for the turned down edge portion of a monolithic slab or the thickened portion bearing on the subgrade soils is 16 inches. Even though the maximum allowable soil bearing pressure may not be achieved, these width recommendations should control the size of the foundations.

6.3.3 Bearing Depth

The exterior turned down edge of the monolithic slab or the thickened portion should bear at a depth of at least 12 inches below the adjacent final grades to provide confinement to the bearing level soils. It is recommended that stormwater be diverted away from the building exterior to reduce the possibility of erosion beneath the exterior footings.

6.3.4 Bearing Material

The turned down edges of the monolithic slabs may bear in either the compacted suitable existing site soils (i.e., the fine sand with silt (SP-SM) soil as encountered in the borings or compacted structural fill. The bearing level soils for the spread footings and turned down edges of the monolithic slabs, after compaction, should exhibit densities equivalent to 95 percent of the modified Proctor maximum dry density (ASTM D 1557), to a depth of at least one foot below the foundation bearing levels.

6.3.5 Settlement Estimates

Post-construction settlements of the structures will be influenced by several interrelated factors, such as (1) subsurface stratification and strength/compressibility characteristics; (2) footing size, bearing level, applied loads, and resulting bearing pressures beneath the foundations; and (3) site preparation and earthwork construction techniques used by the contractor. Our settlement

Page 159: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 7

estimates for the structure are based on the use of site preparation/earthwork construction techniques as recommended in Section 6.0 of this report. Any deviation from these recommendations could result in an increase in the estimated post-construction settlements of the structure.

Due to the sandy nature of the soils within the expected influence of the foundations, we expect the majority of settlement to occur in an elastic manner and fairly rapidly during construction. Using the recommended maximum bearing pressure, the supplied structural details, and the field and laboratory test data that we have correlated to geotechnical strength and compressibility characteristics of the subsurface soils, we estimate that total settlements of the structures could be on the order of one inch or less.

Differential settlements result from differences in applied bearing pressures and variations in the compressibility characteristics of the subsurface soils. Because of the general uniformity of the subsurface conditions and the recommended site preparation and earthwork construction techniques outlined in Section 6.0, we anticipate that differential settlements of the structures should be one-half inch or less.

6.4 Structure Slabs-On-Grade

The monolithic slabs for the Sodium Hypochlorite Storage Tank and High Service Pump structures, as well as the slabs for the generator and transformer pads, can be constructed as slabs-on-ground, provided unsuitable materials are removed and replaced with compacted structural fill as outlined in Section 6.0. It is recommended that the slab bearing soils for any climate controlled areas be covered with an impervious membrane to reduce moisture entry and floor dampness. A 6-mil thick plastic membrane is commonly used for this purpose. Care should be exercised not to tear large sections of the membrane during placement of reinforcing steel and concrete. In addition, we recommend that a minimum separation of 2 feet be maintained between the finished floor levels and the estimated SHGL.

A modulus of subgrade reaction of 200 pci can be used for design of concrete slabs bearing on sandy soils compacted to 98 percent of the modified Proctor maximum dry density (ASTM D 1557, AASHTO T-180) value.

These parameters are based on a clean sand subgrade (SP, SP-SM) with an average angle of internal friction (ɸ) of 30 degrees (cohesion = 0) and a total unit weight (γ) of 115 pounds per cubic foot (pcf). This assumes that the subgrade soils are compacted in accordance with the recommendations presented below.

6.5 Site Seismic Classification

The 2006 International Building Code (IBC), Section 1613 Earthquake Loads – Site Ground Motion, indicates that the Maximum Considered Earthquake Ground Motion Contours of Spectral Response vary across Florida as follows:

0.2-Second Period Spectral Response Acceleration: (Figure 1613.5.(1)): Contour 5 (South Florida) to Contour 15 (Northern Florida) 1-Second Period Spectral Response Acceleration (Figure 1613.5.(2)): Contour 2 (South Florida) to Contour 6 (Northern Florida)

In comparison, some of the most earthquake prone areas of the United States, including in the

Page 160: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 8

Charleston area of South Carolina and central Mississippi River Valley area, contours for categories 1 and 2 above vary from 150 to 200 and 30 to 100, respectively.

Specifically for the project site, based on a review of the 2006 IBC, Section 1613, the seismic classifications for the subsurface materials as encountered at the boring locations were estimated as shown below.

Site Classification: D, Stiff Soil Profile: The Site Classification was determined based on an average N-value (standard penetration resistance, N) for the site of N=14 based on the results of boring B-1 (1)

Earthquake Spectral Response Acceleration at Short Periods: Ss = 15%g (as determined in Section 1613.5.1) ( 2)

Earthquake Spectral Response Acceleration at 1-second Period: Sl = 6%g (as determined in Section 1613.5.1) (3)

7.0 SITE PREPARATION AND EARTHWORK RECOMMENDATIONS

Site preparation as outlined in this section should be performed to provide more uniform foundation bearing conditions and reduce the potential for post-construction settlements of the planned structures.

7.1 Clearing and Stripping

Prior to construction, the location of existing underground utility lines within the construction area should be established. Provisions should then be made to relocate interfering utilities to appropriate locations. It should be noted that, if underground pipes are not properly removed or plugged, they may serve as conduits for subsurface erosion, which may subsequently lead to excessive settlement of overlying structures.

The "footprint" of the proposed structures, plus a minimum additional margin of 5 feet, should be stripped of all surface vegetation, stumps, debris, organic topsoil, or other deleterious materials. During grubbing operations, roots with a diameter greater than 0.5-inch, stumps, or small roots in a concentrated state, should be grubbed and completely removed.

Based on the results of the soil borings, it should be anticipated that about 2 to 5 inches of soils containing significant amounts of organic materials (roots, grasses) will be encountered across the WTP site, and up to 6 inches of topsoil at the production well site. The actual depths of unsuitable soils and materials should be determined by MAE using visual observation and judgment during earthwork operations. Organic materials removed from the structure areas can be stockpiled and used subsequently in areas to be grassed.

7.2 Temporary Groundwater Control

The groundwater level was encountered at depths varying from approximately 3 to 3.8 feet below the existing ground surface at the WTP site, and at 1.5 feet at the production well site, at the time of our exploration. Based on our understanding of the planned construction, it is possible that control

1 IBC, 2006: Table 1613.5.2 – Site Class Definitions, Based on an average N-Value of N=14 for the site 2 IBC, 2006: Figure 1613.5(1) – 0.2 second response acceleration (5% of critical damping) 3 IBC, 2006: Figure 1613.5(2) – 1.0 second response acceleration (5% of critical damping)

Page 161: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 9

of groundwater may be necessary. Should groundwater control measures become necessary, the dewatering method should be determined by the contractor. We recommend that the groundwater control measures, if necessary, maintain the groundwater level at least 2 feet below the compacted surface and remain in place until compaction of the existing soils is completed. The site should be graded to direct surface water runoff from the construction area.

7.3 Compaction

After completing the clearing and stripping operations, and after installing the temporary groundwater control measures if required, the exposed surface area should be compacted with a vibratory drum roller having a minimum static, at-drum weight, on the order of 10 tons. Due to the proximity of the existing structures at the WTP site, compaction should be done with the roller operating in the static, non-vibratory mode. Typically, the material should exhibit moisture contents within ±2 percent of the modified Proctor optimum moisture content (ASTM D 1557) during the compaction operations. Compaction should continue until densities of at least 98 percent of the modified Proctor maximum dry density (ASTM D 1557) have been achieved within the upper two feet of the compacted natural soils at the site for the proposed tank. This may require that the upper 12 inches of the soils be removed to allow compaction of the lower one-foot of the subgrade soil. Once compaction is achieved, the excavated soils should be placed and compacted. The stripped subgrade soils for the remaining structures should be compacted to 98 percent of their maximum dry density within the upper one foot.

Should the bearing level soils experience pumping and soil strength loss during the compaction operations, compaction work should be immediately terminated. The disturbed soils should be removed and backfilled with dry structural fill soils, which are then compacted, or the excess moisture content within the disturbed soils should be allowed to dissipate before recompacting.

7.4 Survey of Existing Structures

Care should be exercised to avoid damaging any nearby structures while the compaction operation is underway. Prior to commencing compaction, occupants of adjacent structures should be notified, and the existing conditions of the structures should be documented with photographs and survey Compaction should cease if deemed detrimental to adjacent structures, and Meskel & Associates Engineering should be contacted immediately. We recommend that vibration monitoring be performed on existing structures during the entire use of any vibratory equipment at the site.

It is recommended that the vibratory roller remain a minimum of 75 feet from existing structures. Within this zone, use of a track-mounted bulldozer or a vibratory roller, operating in the static mode, is recommended. If such methods are used, then it may be necessary to excavate the top foot of soil subgrade, following site clearing, and compact the underlying soils to the specified level of compaction, followed by re-placement and compaction of the excavated soil, to achieve the 2-foot zone of compacted subgrade soil below the structures.

7.5 Structural Backfill and Fill Soils

Any structural backfill or fill required for site development should be placed in loose lifts not exceeding 12 inches in thickness and compacted by the use of the above described vibratory drum roller. The lift thickness should be reduced to 8 inches if the roller operates in the static mode or if track-mounted compaction equipment is used. If hand-held compaction equipment is used, the lift thickness should be further reduced to 6 inches.

Page 162: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 10

Structural fill is defined as a non-plastic, inorganic, granular soil having less than 12 percent material passing the No. 200 mesh sieve and containing less than 4 percent organic material. The fine sands and fine sands with silt, without roots, as encountered in the borings, are suitable as fill materials and, with proper moisture control, should densify using conventional compaction methods. It should be noted that soils with more than 12 percent passing the No. 200 sieve will be more difficult to compact, due to their nature to retain soil moisture, and may require drying. Typically, the material should exhibit moisture contents within ±2 percent of the modified Proctor optimum moisture content (ASTM D 1557) during the compaction operations. Compaction should continue until densities of at least 98 percent of the modified Proctor maximum dry density (ASTM D 1557) have been achieved within each lift of the compacted structural fill.

7.6 Foundation Areas

After satisfactory placement and compaction of the required structural fill, the foundation areas may be excavated to the planned bearing levels. The bearing level soils for spread footings and the turned down edges for monolithic slabs, after compaction, should exhibit densities equivalent to 98 percent of the modified Proctor maximum dry density (ASTM D 1557), to a depth of one foot below the bearing level. The bearing level soils for the generator and transformer pads should exhibit densities of 98 percent of the modified Proctor maximum dry density following compaction, to a depth of one foot below the bearing level. For confined areas, such as the footing excavations, any additional compaction operations can probably best be performed by the use of a lightweight vibratory sled or roller having a total weight on the order of 500 to 2,000 pounds.

8.0 QUALITY CONTROL TESTING

For all structures, a representative number of field in-place density tests should be made in the upper one foot of compacted natural soils, in each lift of compacted backfill and fill, in the upper 12 inches of compacted subgrade soil in the foundation areas. The density tests are considered necessary to verify that satisfactory compaction operations have been performed. We recommend density testing be performed at one location for every 2,000 square feet of building or slab area, with a minimum of one location per structure.

9.0 REPORT LIMITATIONS

This report has been prepared for the exclusive use of CDM Smith and the JEA for specific application to the design and construction of the JEA West Nassau Regional Water Treatment Plant Phase 1B improvements project. Our work for this project was performed in accordance with generally accepted geotechnical engineering practice. No warranty, express or implied, is made.

The analyses and recommendations contained in this report are based on the data obtained from the borings performed for the JEA West Nassau Water Treatment Plant Phase 1B improvements project. This testing indicates subsurface conditions only at the specific locations and times, and only to the depths explored. These results do not reflect subsurface variations that may exist away from the boring locations and/or at depths below the boring termination depths. Subsurface conditions and groundwater levels at other locations may differ from conditions occurring at the tested locations. In addition, it should be understood that the passage of time may result in a change in the conditions at the tested locations. If variations in subsurface conditions from those described in this report are observed during construction, the recommendations in this report must

Page 163: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

JEA W. Nassau Regional WTP Phase 1B MAE Final Report No. 0011-0015

8936 Western Way, Suite 12 Jacksonville, Florida 32256

Phone: (904)519-6990 Fax: (904)519-6992

Page | 11

be re-evaluated.

The scope of our services did not include any environmental assessment or testing for the presence or absence of hazardous or toxic materials in the soil, groundwater, or surface water within or beyond the subject site. Any statements made in this report, and/or notations made on the generalized soil profiles or boring logs, regarding odors or other potential environmental concerns are based on observations made during execution of our scope of services and as such are strictly for the information of our client. No opinion of any environmental concern of such observations is made or implied. Unless complete environmental information regarding the site is already available, an environmental assessment is recommended.

If changes in the design or location of the structures occur, the conclusions and recommendations contained in this report may need to be modified. We recommend that these changes be provided to us for our consideration. MAE is not responsible for conclusions, interpretations, opinions or recommendations made by others based on the data contained in this report.

Page 164: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

Figures _____________________________________________________________________________________

Page 165: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

Site Location Map

PREPARED BY PROJECT NAME

West Nassau Regional WTP Phase 1B Yulee, Florida

REFERERENCE SCALE

Delorme XMap 7.0 NTS PREPARED FOR MAE PROJECT NO. FIGURE NO.

CDM Smith, Inc. 0011-0015 1

N

Approximate Site

Location

Page 166: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652
Page 167: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652
Page 168: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

0

5

10

15

20

25

30

35

40

45

50

55

60

65

Legend

CDM Smith, Inc.

MAE PROJECT NO.

BY DESCRIPTION DATE BY DESCRIPTION

SHEET TITLE:

PROJECT NAME:

Natural Moisture Content (%)

DATE

3/17/2016 0011-0015

% Passing No. 200 U.S. Standard SieveDepth to Groundwater at Time of Drilling

N

FIGURE NO.

Generalized Soil Profiles

3

Depth (ft)D

epth

(ft

)

w

BT

DATE:

-200

Standard Penetration Resistance,Blows/Foot

Unified Soil Classification System(SP)Topsoil Fine Sand with Silt Silty Fine Sand

0

5

10

15

20

25

30

35

40

45

50

55

60

65

Limestone Clayey Fine Sand

West Nassau Regional WTP Phase 1BYulee, Florida

Boring Terminated at Depth Below ExistingGrade

FL Certificate of Authorization No. 281428936 Western Way, Suite 12, Jacksonville, FL 32256

Sampler advanced by weight of hammerWOH

1/18"

Loss of drilling fluid circulationbegan at 53.5' and continuedto terminating depth (60').

Indicates 1 Hammer blows drove splitspoon sampler 18 inches.

13

10

12

11

7

2

3

3

6

14

23

18

21

16

6

24

23

Topsoil (3")

Medium dense, Dark grayish brown to grayishbrown to dark brown fine SAND with silt, poorlygraded. (SP-SM)

Medium dense to loose, Light grayish brown siltyfine SAND, trace clay, poorly graded. (SM)

Medium dense to loose, Gray to dark gray fineSAND with silt, poorly graded. (SP-SM)

Hard to soft, Gray Weathered Limestone.

Very loose, Gray to dark gray fine SAND withsilt, poorly graded. (SP-SM)

50/1"

Loose, Gray to dark gray silty fine SAND, poorlygraded. (SM)

BT @ 60'.Date Drilled: 2/25/2016

Boring Grouted Upon Termination

BT @ 30'.Date Drilled: 2/26/2016

Boring Grouted Upon Termination

Medium dense, Dark gray fine SAND with silt,poorly graded. (SP-SM)

11

14

7

9

6

1

3

WOH

4

15

23

Topsoil (3")Medium dense, Dark grayish brown to dark grayfine SAND with silt, few root fragments, poorlygraded. (SP-SM)Loose, Brown fine SAND with silt, poorly graded.(SP-SM)Medium dense, Grayish brown to yellowish brownclayey fine SAND, poorly graded. (SC)

Very loose to loose, Gray silty fine SAND, poorlygraded. (SM)

Loose, Gray silty fine SAND, trace clay, poorlygraded. (SM)

BT @ 30'.Date Drilled: 2/26/2016

Boring Grouted Upon Termination

5

13

6

5

5

2

3

4

33

16

Topsoil (3")

Loose to medium dense, Dark grayish brown tograyish brown to brown fine SAND with silt, poorlygraded. (SP-SM)

Loose, Grayish brown to yellowish brown clayeyfine SAND, poorly graded. (SC)

Very loose to loose, Gray to dark gray silty fineSAND, poorly graded. (SM)

Dense to medium dense, Light gray to yellowishbrown to gray fine SAND with silt, poorly graded.(SP-SM)

1/18"

Loose, Gray silty fine SAND, trace clay, poorlygraded. (SM)

WOH

9

12

9

6

6

1

2

4

9

30

WOH

Topsoil (2")

Medium dense, Dark grayish brown to dark brownfine SAND with silt, poorly graded. (SP-SM)

Loose, Grayish brown clayey fine SAND, poorlygraded. (SC)

Loose, Gray silty fine SAND, trace clay, poorlygraded. (SM)

BT @ 30'.Date Drilled: 2/26/2016

Boring Grouted Upon Termination

Loose to medium dense to dense, Dark gray togray fine SAND with silt, poorly graded. (SP-SM)

Very loose, Gray to dark gray silty fine SAND,poorly graded. (SM)

1/18"

N

B-1

N

B-2

N

B-3

N

B-4

P. RODNEY MANK, P.E. P.E. NO.: 41986

w = 25-200 = 8

w = 30-200 = 9

w = 28-200 = 15

w = 33-200 = 17

w = 24-200 = 26

w = 30-200 = 13

w = 28-200 = 18

w = 27-200 = 6

Page 169: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

0

2

4

6

8

10

12

14

16

18

20

22

0

2

4

6

8

10

12

14

16

18

20

22

Legend

CDM Smith, Inc.

MAE PROJECT NO.

BY DESCRIPTION DATE BY DESCRIPTION

SHEET TITLE:

PROJECT NAME:

Natural Moisture Content (%)

DATE

3/17/2016 0011-0015

% Passing No. 200 U.S. Standard SieveDepth to Groundwater at Time of Drilling

N

FIGURE NO.

Generalized Soil Profiles

4

Depth (ft)D

epth

(ft

)

w

BT

DATE:

-200

Standard Penetration Resistance,Blows/Foot

Unified Soil Classification System(SP)Topsoil Fine Sand with Silt Silty Fine Sand

West Nassau Regional WTP Phase 1BYulee, Florida

Boring Terminated at Depth Below ExistingGrade

FL Certificate of Authorization No. 281428936 Western Way, Suite 12, Jacksonville, FL 32256

11

7

6

10

2

3

2

5

11

Topsoil (3")

Medium dense, Dark grayish brown to dark brownfine SAND with silt, trace clay. (SP-SM)

Loose to medium dense, Grayish brown to brownto yellowish brown silty fine SAND, few clay, poorlygraded. (SM)

Very loose to loose, Light gray silty fine SAND,trace clay, poorly graded. (SM)

Very loose to loose to medium dense, Dark grayfine SAND with silt, poorly graded. (SP-SM)

8

11

5

9

2

2

2

3

4

12

Topsoil (5")

Very loose, Light gray silty fine SAND, trace clay,poorly graded. (SM)

Very loose to loose, Gray silty fine SAND, poorlygraded. (SM)

Loose to medium dense, Dark gray to gray fineSAND with silt, poorly graded. (SP-SM)

7

9

3

8

2

2

6

9

Topsoil (4")

Loose to medium dense, Dark gray to dark brownto brown fine SAND with silt, poorly graded.(SP-SM)

Very loose, Light gray silty fine SAND, trace clay,poorly graded. (SM)

Very loose, Gray silty fine SAND, poorly graded.(SM)

Loose to medium dense, Gray fine SAND with silt,poorly graded. (SP-SM)

BT @ 20'.Date Drilled: 2/29/2016

Boring Grouted Upon Termination

BT @ 20'.Date Drilled: 2/29/2016

Boring Grouted Upon Termination

BT @ 20'.Date Drilled: 3/1/2016

Boring Grouted Upon Termination

WOH

Medium dense, Gray to dark gray to dark brown tobrown fine SAND with silt, poorly graded. (SP-SM)

Loose to medium dense, Light gray to yellowishbrown to gray silty fine SAND, few clay, poorlygraded. (SM)

Loose, Dark brown to brown fine SAND with silt,poorly graded. (SP-SM)

Loose to medium dense, Grayish brown toyellowish brown to light gray silty fine SAND, fewclay, poorly graded. (SM)

WOH Sampler advanced by weight of hammer

N

B-5

N

B-6

N

B-7

P. RODNEY MANK, P.E. P.E. NO.: 41986

w = 24-200 = 26LL = NPPI = NP

w = 29-200 = 10

w = 24-200 = 32

w = 29-200 = 14

Page 170: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

0

2

4

6

8

10

12

14

16

18

20

22

0

2

4

6

8

10

12

14

16

18

20

22

Legend

CDM Smith, Inc.

MAE PROJECT NO.

BY DESCRIPTION DATE BY DESCRIPTION

SHEET TITLE:

PROJECT NAME:

Natural Moisture Content (%)

DATE

3/17/2016 0011-0015

% Passing No. 200 U.S. Standard SieveDepth to Groundwater at Time of Drilling

N

FIGURE NO.

Generalized Soil Profiles

5

Depth (ft)D

epth

(ft

)

w

BT

DATE:

-200

Standard Penetration Resistance,Blows/Foot

Unified Soil Classification System(SP)Topsoil Fine Sand with Silt Silty Fine Sand

West Nassau Regional WTP Phase 1BYulee, Florida

Boring Terminated at Depth Below ExistingGrade

FL Certificate of Authorization No. 281428936 Western Way, Suite 12, Jacksonville, FL 32256

1

5

17

13

19

6

31

Topsoil (6")Very loose, Dark gray fine SAND with silt, poorlygraded. (SP-SM)Very loose, Very dark brown fine SAND with silt,trace organic fines, poorly graded. (SP-SM)

Loose, Grayish brown silty fine SAND, few clay,poorly graded. (SM)

Medium dense, Grayish brown fine SAND with silt,poorly graded. (SP-SM)

Loose to dense, Gray to dark gray fine SAND withsilt, poorly graded. (SP-SM)

10

6

5

7

2

3

2

4

18

Topsoil (5")

Loose, Light brown fine SAND with silt, poorlygraded. (SP-SM)

Loose, Gray to yellowish brown silty fine SAND,few clay, poorly graded. (SM)

Loose, Gray silty fine SAND, trace clay, poorlygraded. (SM)

Very loose to loose, Light gray to gray silty fineSAND, poorly graded. (SM)

Very loose to loose to medium dense, Dark gray toyellow fine SAND with silt, poorly graded. (SP-SM)

7

5

5

8

5

Topsoil (5")

Loose, Dark grayish brown to dark gray fine SANDwith silt, poorly graded. (SP-SM)

Loose, Light brown to yellowish brown fine SANDwith silt, poorly graded. (SP-SM)

Loose, Gray to yellowish brown silty fine SAND,few clay, poorly graded. (SM)

Medium dense, Light gray silty fine SAND, poorlygraded. (SM)

Loose, Light grayish brown fine SAND with silt,poorly graded. (SP-SM)

Medium dense, Dark gray to grayish brown fineSAND with silt, poorly graded. (SP-SM)Medium dense, Dark brown fine SAND with silt,poorly graded. (SP-SM)

1/12"

BT @ 20'.Date Drilled: 3/1/2016

Boring Grouted Upon Termination

BT @ 10'.Date Drilled: 2/29/2016

Boring Grouted Upon Termination

BT @ 20'.Date Drilled: 3/1/2016

Boring Grouted Upon Termination

1/12" Indicates 1 Hammer blow drove splitspoon sampler 12 inches.

N

B-10

N

B-8

N

B-9

P. RODNEY MANK, P.E. P.E. NO.: 41986

w = 27-200 = 13

Page 171: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

Appendix A _____________________________________________________________________________________

Page 172: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

25

30

28

13

10

12

11

7

2

3

3

3678

3466

3578

4566

4433

1122

1212

1

2

3

4

5

6

7

8

9

8

9

15

SP-SM

SM

SP-SM

SM

Topsoil (3")

Medium dense, Dark grayish brown to grayishbrown to dark brown fine SAND with silt, poorlygraded.

Medium dense to loose, Light grayish brown siltyfine SAND, trace clay, poorly graded.

Very loose, Gray to dark gray fine SAND with silt,poorly graded.

Loose, Gray to dark gray silty fine SAND, poorlygraded.

COMPLETED 2/25/16DATE STARTED 2/25/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Ground Storage Tank (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

(Continued Next Page)

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-1PAGE 1 OF 3

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

0 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

1/18"1

21

WOH

WOH-Sampler advanced by weight of hammer only.1/18" Indicates 1 hammer blows drove split spoonsampler 18 inches. END OF DAY ---AT TIME OF DRILLING 3 ft 5 in

Page 173: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

6

14

23

18

21

1243

3410

81013

5711

6813

10

11

12

13

14

SM

SP-SM

Loose, Gray to dark gray silty fine SAND, poorlygraded.

Medium dense to loose, Gray to dark gray fineSAND with silt, poorly graded.

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

(Continued Next Page)

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

25

30

35

40

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-1PAGE 2 OF 3

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

0 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

END OF DAY ---AT TIME OF DRILLING 3 ft 5 in

Page 174: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

6

24

23

742

261113

15320

16

17

18

RE

CO

VE

RY

%(R

QD

)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

45

50

55

60

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-1PAGE 3 OF 3

NOTES

19

GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

0 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

END OF DAY ---AT TIME OF DRILLING 3 ft 5 in

Bottom of borehole at 60 feet.Boring Grouted upon Termination.

SP-SMMedium dense to loose, Gray to dark gray fineSAND with silt, poorly graded.

Hard to soft, Gray Weathered Limestone.

Loss of drilling fluidcirculation began at 53.5'and continued toterminating depth (60').

50/1" 50/1"

50/1" Indicates 50 hammer blows drove split spoonsampler 1 inch.

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)

153511

16

Page 175: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

33

11

14

7

9

6

1

3

4

4566

3595

3344

2455

2332

1122

1222

1

2

3

4

5

6

7

8

9

17

SP-SM

SP-SM

SC

SM

SM

Topsoil (3")

Medium dense, Dark grayish brown to dark grayfine SAND with silt, few root fragments, poorlygraded.

Loose, Brown fine SAND with silt, poorly graded.

Medium dense, Grayish brown to yellowish brownclayey fine SAND, poorly graded.

Loose, Gray silty fine SAND, trace clay, poorlygraded.

Very loose to loose, Gray silty fine SAND, poorlygraded.

COMPLETED 2/26/16DATE STARTED 2/26/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Ground Storage Tank (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

(Continued Next Page)

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-2PAGE 1 OF 2

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

1 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

WOHWOH

12

1/12"

1/12" Indicates 1 hammer blow drove split spoonsampler 12 inches.

WOH-Sampler advanced by weight of hammer only.

END OF DAY ---AT TIME OF DRILLING 3 ft 7 in

Page 176: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

15

23

587

81112

10

11

SM

SP-SM

Very loose to loose, Gray silty fine SAND, poorlygraded.

Medium dense, Dark gray fine SAND with silt,poorly graded.

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

25

30

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-2PAGE 2 OF 2

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

1 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

END OF DAY ---AT TIME OF DRILLING 3 ft 7 in

Bottom of borehole at 30 feet.Boring Grouted upon Termination.

Page 177: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

24

5

13

6

5

5

2

3

4

2236

5586

2333

2233

3232

1111

2122

3132

1

2

3

4

5

6

7

8

9

26

SP-SM

SC

SM

SM

Topsoil (3")

Loose to medium dense, Dark grayish brown tograyish brown to brown fine SAND with silt, poorlygraded.

Loose, Grayish brown to yellowish brown clayeyfine SAND, poorly graded.

Loose, Gray silty fine SAND, trace clay, poorlygraded.

Very loose to loose, Gray to dark gray silty fineSAND, poorly graded.

COMPLETED 2/26/16DATE STARTED 2/26/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Ground Storage Tank (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

(Continued Next Page)

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-3PAGE 1 OF 2

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

1 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

11/18"

1/8" Indicates 1 hammer blow drove split spoonsampler 18 inch.

AT TIME OF DRILLING 3 ft 10 in END OF DAY ---

30 13

Page 178: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

33

16

121320

5610

10

11

SM

SP-SM

Very loose to loose, Gray to dark gray silty fineSAND, poorly graded.

Dense to medium dense, Light gray to yellowishbrown to gray fine SAND with silt, poorly graded.

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

25

30

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-3PAGE 2 OF 2

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

1 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

AT TIME OF DRILLING 3 ft 10 in END OF DAY ---

Bottom of borehole at 30 feet.Boring Grouted upon Termination.

Page 179: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

27

9

12

9

6

6

2

2366

3579

4453

3333

4244

2112

1

2

3

4

5

6

7

8

9 6

SP-SM

SC

SM

SM

SP-SM

Topsoil (2")

Medium dense, Dark grayish brown to dark brownfine SAND with silt, poorly graded.

Loose, Grayish brown clayey fine SAND, poorlygraded.

Loose, Gray silty fine SAND, trace clay, poorlygraded.

Very loose, Gray to dark gray silty fine SAND,poorly graded.

Loose to medium dense to dense, Dark gray togray fine SAND with silt, poorly graded.

COMPLETED 2/26/16DATE STARTED 2/26/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Ground Storage Tank (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

(Continued Next Page)

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-4PAGE 1 OF 2

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

1 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

28 18WOH

WOH

WOHWOH

1/12"

1/12"1/12"

WOH-Sampler advanced by weight of hammer only.1/12" Indicates 1 hammer blow drove split spoonsampler 12 inches. END OF DAY ---AT TIME OF DRILLING 3 ft 7 in

Page 180: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

4

9

30

2222

345

81317

10

11

12

SP-SMLoose to medium dense to dense, Dark gray togray fine SAND with silt, poorly graded.

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

25

30

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-4PAGE 2 OF 2

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:1

1 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

END OF DAY ---AT TIME OF DRILLING 3 ft 7 in

Bottom of borehole at 30 feet.Boring Grouted upon Termination.

Page 181: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

24

29

NP

11

7

6

10

2

3

2

5

11

3477

3344

4332

3467

2111

2211

2322

738

1

2

3

4

5

6

7

8

9

26

10

NP

SP-SM

SP-SM

SM

SM

SP-SM

Topsoil (3")

Medium dense, Dark grayish brown to dark brownfine SAND with silt, trace clay.

Loose, Dark brown to brown fine SAND with silt,poorly graded.

Loose to medium dense, Grayish brown to brownto yellowish brown silty fine SAND, few clay, poorlygraded.

Very loose to loose, Light gray silty fine SAND,trace clay, poorly graded.

Very loose to loose to medium dense, Dark grayfine SAND with silt, poorly graded.

COMPLETED 2/29/16DATE STARTED 2/29/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Sodium Hypochlorite Tank (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-5PAGE 1 OF 1

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:2

8 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

Bottom of borehole at 20 feet.Boring Grouted upon Termination.

1/12" Indicates 1 hammer blow drove split spoonsampler 12 inches. AT TIME OF DRILLING 3 ft 6 in END OF DAY ---

1/12"

21

Page 182: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

24

8

11

5

9

2

2

2

3

4

12

2355

4565

2234

3454

2111

1111

2213

2221

121012

1

2

3

4

5

6

4

8

9

10

32

SP-SM

SM

SM

SM

SP-SM

Topsoil (5")

Medium dense, Gray to dark gray to dark brown tobrown fine SAND with silt, poorly graded.

Loose to medium dense, Light gray to yellowishbrown to gray silty fine SAND, few clay, poorlygraded.

Very loose, Light gray silty fine SAND, trace clay,poorly graded.

Very loose to loose, Gray silty fine SAND, poorlygraded.

Loose to medium dense, Dark gray to gray fineSAND with silt, poorly graded.

COMPLETED 2/29/16DATE STARTED 2/29/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Power Generator Pad (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-6PAGE 1 OF 1

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:2

8 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

1/12"

23

1/12" Indicates 1 hammer blow drove split spoonsampler 12 inches.

Bottom of borehole at 20 feet.Boring Grouted upon Termination.

END OF DAY ---AT TIME OF DRILLING 3 ft 0 in

Page 183: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

1

2

3

4

5

6

7

8

9

29

7

9

3

8

2

2

6

9

1347

2456

2124

2354

1111

1111

2332

454

14

SP-SM

SM

SM

SM

SP-SM

Topsoil (4")

Loose to medium dense, Dark gray to dark brownto brown fine SAND with silt, poorly graded.

Loose to medium dense, Grayish brown toyellowish brown to light gray silty fine SAND, fewclay, poorly graded.

Very loose, Light gray silty fine SAND, trace clay,poorly graded.

Very loose, Gray silty fine SAND, poorly graded.

Loose to medium dense, Gray fine SAND with silt,poorly graded.

COMPLETED 3/1/16DATE STARTED 3/1/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION High Service Pump Bldg (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-7PAGE 1 OF 1

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:2

8 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

WOH

3

WOH

WOH-Sampler advanced by weight of hammer only.

Bottom of borehole at 20 feet.Boring Grouted upon Termination.

AT TIME OF DRILLING 3 ft 5 in END OF DAY ---

Page 184: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

27

10

6

5

7

2

3

2

4

18

2555

3333

1232

2342

1112

1212

1113

1224

481013

1

2

3

4

5

6

7

8

9

10

13

SP-SM

SP-SM

SP-SM

SM

SM

SM

SP-SM

Topsoil (5")

Medium dense, Dark gray to grayish brown fineSAND with silt, poorly graded.

Medium dense, Dark brown fine SAND with silt,poorly graded.

Loose, Light brown fine SAND with silt, poorlygraded.

Loose, Gray to yellowish brown silty fine SAND,few clay, poorly graded.

Loose, Gray silty fine SAND, trace clay, poorlygraded.

Very loose to loose, Light gray to gray silty fineSAND, poorly graded.

Very loose to loose to medium dense, Dark gray toyellow fine SAND with silt, poorly graded.

COMPLETED 3/1/16DATE STARTED 3/1/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION High Service Pump Bldg (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-8PAGE 1 OF 1

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:2

8 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

1/12"

1/12"1/12"

Bottom of borehole at 20 feet.Boring Grouted upon Termination.

1/12" Indicates 1 hammer blow drove split spoonsampler 12 inches. END OF DAY ---AT TIME OF DRILLING 3 ft 0 in

Page 185: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-9PAGE 1 OF 1

7

5

5

8

5

2344

2233

1234

2356

2324

1

2

3

4

5

SP-SM

SP-SM

SM

SM

SP-SM

Topsoil (5")

Loose, Dark grayish brown to dark gray fine SANDwith silt, poorly graded.

Loose, Light brown to yellowish brown fine SANDwith silt, poorly graded.

Loose, Gray to yellowish brown silty fine SAND,few clay, poorly graded.

Medium dense, Light gray silty fine SAND, poorlygraded.

Loose, Light grayish brown fine SAND with silt,poorly graded.

COMPLETED 2/29/16DATE STARTED 2/29/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Transformer Pad (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:2

8 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

Bottom of borehole at 10 feet.Boring Grouted upon Termination.

END OF DAY ---AT TIME OF DRILLING 3 ft 3 in

Page 186: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

1

5

17

13

19

6

31

2236

59810

56712

59109

333

91318

1

2

3

4

5

6

7

SP-SM

SP-SM

SM

SP-SM

SP-SM

Topsoil (6")Very loose, Dark gray fine SAND with silt, poorlygraded.Very loose, Very dark brown fine SAND with silt,trace organic fines, poorly graded.

Loose, Grayish brown silty fine SAND, few clay,poorly graded.

Medium dense, Grayish brown fine SAND with silt,poorly graded.

Loose to dense, Gray to dark gray fine SAND withsilt, poorly graded.

COMPLETED 3/1/16DATE STARTED 3/1/16

DRILLING CONTRACTOR MAE, PLLC

LOGGED BY P.R.Young CHECKED BY P.R.Mank GROUND ELEVATION HAMMER TYPE Automatic

DRILLING METHOD Standard Penetration Test

BORING LOCATION Production Well No. 2 Site (See Boring Location Plan)

MO

IST

UR

EC

ON

TE

NT

(%

)

PLA

ST

ICIT

YIN

DE

X

GR

AP

HIC

LOG

N-V

ALU

E

BLO

W C

OU

NT

S

REMARKS

SA

MP

LE D

EP

TH

NU

MB

ER

PO

CK

ET

PE

N.

(tsf

)R

EC

OV

ER

Y %

(RQ

D)

FIN

ES

CO

NT

EN

T (

%)

LIQ

UID

LIM

IT

US

CS

MATERIAL DESCRIPTION

DE

PT

H (

ft)

0

5

10

15

20

OR

GA

NIC

CO

NT

EN

T (

%)

BORING B-10PAGE 1 OF 1

NOTES GROUND WATER LEVELS

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

NE

W M

AE

LO

G U

SC

S B

OR

ING

LO

CA

TIO

N-E

OD

- N

EW

TE

MP

LAT

E 7

-30-

12.G

DT

- 3

/17/

16 1

3:2

8 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

WE

ST

NA

SS

AU

RE

GIO

NA

L W

TP

PH

AS

E 1

B.G

PJ

Meskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

1

13

Bottom of borehole at 20 feet.Boring Grouted upon Termination.

END OF DAY ---AT TIME OF DRILLING 1 ft 5 in

Page 187: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

FIELD EXPLORATION PROCEDURES

Standard Penetration Test (SPT) Borings

The Standard Penetration Test (SPT) boring(s) were performed in general accordance with

the latest revision of ASTM D 1586, “Penetration Test and Split-Barrel Sampling of Soils.”

The borings were advanced by rotary drilling techniques. A split-barrel sampler was

inserted to the borehole bottom and driven 18 to 24 inches into the soil using a 140 pound

hammer falling an average of 30 inches per hammer blow. The number of hammer blows

for the final 12 inches of penetration (18” sample) or for the sum of the middle 12 inches of

penetration (24” sample) is termed the “penetration resistance, blow count, or N-value.”

This value is an index to several in-situ geotechnical properties of the material tested, such

as relative density and Young’s Modulus.

After driving the sampler, it was retrieved from the borehole and representative samples of

the material within the split-barrel were containerized and sealed. After completing the

drilling operations, the samples for each boring were transported to the laboratory where

they were examined by our engineer in order to verify the field classification.

Page 188: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

KBL-USCS-Auto

K E Y T O B O R I N G L O G S – U S C S

S o i l C l a s s i f i c a t i o n

Soil classification of samples obtained at the boring locations is based on the Unified Soil Classification System (USCS). Coarse grained soils have more than 50% of their dry weight retained on a #200 sieve. Their principal descriptors are: sand, cobbles and boulders. Fine grained soils have less than 50% of their dry weight retained on a #200 sieve. They are principally described as clays if they are plastic and silts if they are slightly to non-plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency.

BORING LOG LEGEND Symbol Description

N Standard Penetration Resistance, the number of blows required to advance a standard spoon sampler 12" when driven by a 140-lb hammer dropping 30".

WOR Split Spoon sampler advanced under the weight of the drill rods

WOH Split Spoon sampler advanced under the weight of the SPT hammer

50/2” Indicates 50 hammer blows drove the split spoon 2 inches; 50 Hammer blows for less than 6-inches of split spoon driving is considered “Refusal”.

(SP) Unified Soil Classification System

-200 Fines content, % Passing No. 200 U.S. Standard Sieve

w Natural Moisture Content (%)

OC Organic Content (%)

LL Liquid Limit

PI Plasticity Index

NP PP

Non-Plastic Pocket Penetrometer in tons per square foot (tsf)

MODIFIERS

RELATIVE DENSITY (Coarse-Grained Soils)

Relative Density N-Value * SECONDARY CONSTITUENTS

Very Loose Less than 3

(Sand, Silt or Clay)

Loose 3 to 8

Trace Less than 5%

Medium Dense 8 to 24

With 5% to 12%

Dense 24 to 40

Sandy, Silty or Clayey 12% to 35%

Very Dense Greater than 40

Very Sandy, Very Silty or Very Clayey 35% to 50%

CONSISTENCY (Fine-Grained Soils)

ORGANIC CONTENT

Consistency N-Value * Trace 2% or less

Very Soft Less than 1

With 3% to 5%

Soft 1 to 3

Organic Soils 5% to 20%

Firm 3 to 6

Highly Organic Soils (Muck) 20% to 75%

Stiff 6 to 12

PEAT Greater than 75%

Very Stiff 12 to 24

Hard Greater than 24

MINOR COMPONENTS

(Shell, Rock, Debris, Roots, etc.)

RELATIVE HARDNESS (Limestone) Trace Less than 5%

Relative Hardness N-Value *

Few 5% to 10%

Soft Less than 50

Little 15% to 25%

Hard Greater than 50

Some 30% to 45%

* Using Automatic Hammer

Page 189: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

Prefix: G = Gravel, S = Sand, M = Silt, C = Clay, O = Organic Suffix: W = Well Graded, P = Poorly Graded, M = Silty, L = Clay, LL < 50%, H = Clay, LL > 50%

Unified Soil Classification System (USCS) (from ASTM D 2487)

Major Divisions Group

Symbol Typical Names

Coarse-Grained Soils More than 50% retained on the 0.075 mm (No. 200) sieve

Gravels 50% or more of coarse fraction retained on the 4.75 mm (No. 4) sieve

Clean Gravels

GW Well-graded gravels and gravel-sand mixtures, little or no fines

GP Poorly graded gravels and gravel-sand mixtures, little or no fines

Gravels with Fines

GM Silty gravels, gravel-sand-silt mixtures

GC Clayey gravels, gravel-sand-clay mixtures

Sands 50% or more of coarse fraction passes the 4.75 (No. 4) sieve

Clean Sands

SW Well-graded sands and gravelly sands, little or no fines

SP Poorly graded sands and gravelly sands, little or no fines

Sands with Fines

SM Silty sands, sand-silt mixtures

SC Clayey sands, sand-clay mixtures

Fine-Grained Soils More than 50% passes the 0.075 mm (No. 200) sieve

Silts and Clays Liquid Limit 50% or less

ML Inorganic silts, very fine sands, rock four, silty or clayey fine sands

CL Inorganic clays of low to medium plasticity, gravelly/sandy/silty/lean clays

OL Organic silts and organic silty clays of low plasticity

Silts and Clays Liquid Limit greater than 50%

MH Inorganic silts, micaceous or diatomaceous fine sands or silts, elastic silts

CH Inorganic clays or high plasticity, fat clays

OH Organic clays of medium to high plasticity

Highly Organic Soils PT Peat, muck, and other highly organic soils

Page 190: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

Appendix B _____________________________________________________________________________________

Page 191: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

B-1 3 5 8 25

B-1 7 16 9 30

B-1 9 20 15 28

B-2 7 16 17 33

B-3 4 7 26 24

B-3 6 14 13 30

B-4 6 14 18 28

B-4 9 20 6 27

B-5 4 7 26 24 NP NP NP

B-5 7 13 10 29

B-6 5 5 32 24

B-7 6 11 14 29

B-8 5 9 13 27

Sample NoBorehole %<#200Sieve

WaterContent

(%)

OrganicContent

(%)

LiquidLimit

PlasticLimit CommentsPlasticity

Index ClassificationUSCS

DATE.

SUMMARY OF LABORATORYTEST RESULTS

3/17/2016

Approx.Depth

PROJECT NAME West Nassau Regional WTP Phase 1B

PROJECT LOCATION Yulee, Florida CLIENT CDM Smith, Inc.

PROJECT NO. 0011-0015

LAB

SU

MM

AR

Y_M

AE

_ALL

PR

OJE

CT

S -

GIN

T S

TD

US

LA

B.G

DT

- 3

/17/

16 1

0:4

1 -

F:\G

INT

\GIN

T F

ILE

S\P

RO

JEC

TS

\001

1-0

015\

LA

B_W

ES

T N

AS

SA

U R

EG

ION

AL

WT

P P

HA

SE

1B

.GP

JMeskel & Associates Engineering, PLLCFL Certificate of Authorization No. 281428936 Western Way, Suite 12Jacksonville, FL 32256P: (904)519-6990 F: (904)519-6992

---

---

---

--- ---

---

---

---

Note: "---" Untested Parameter

---

---

---

--- ---

---

---

---

---

--- ---

--- ---

---

---

---

---

--- ---

--- ---

---

---

---

---

--- ---

--- ---

---

---

---

---

--- ---

--- ---

---

---

---

---

SP-SM

SP-SM

SM

SM

SC

SM

SM

SP-SM

SM

SP-SM

SM

SM

SM

Page 192: ISSUED FOR BID SPECIFICATIONS TECHNICAL 6103-112652

LABORATORY TEST PROCEDURES

Percent Fines Content

The percent fines or material passing the No. 200 mesh sieve of the sample tested was

determined in general accordance with the latest revision of ASTM D 1140. The percent

fines are the soil particles in the silt and clay size range.

Natural Moisture Content

The water content of the tested sample was determined in general accordance with the

latest revision of ASTM D 2216. The water content is defined as the ratio of “pore” or “free”

water in a given mass of material to the mass of solid material particles.

Atterberg Limits

The Atterberg Limits consist of the Liquid Limit (LL) and the Plastic Limit (PL). The LL and

PL were determined in general accordance with the latest revision of ASTM D 4318. The LL

is the water content of the material denoting the boundary between the liquid and plastic

states. The PL is the water content denoting the boundary between the plastic and semi-

solid states. The Plasticity Index (PI) is the range of water content over which a soil

behaves plastically and is denoted numerically by the difference between the LL and the

PL. The water content of the sample tested was determined in general accordance with the

latest revision of ASTM D 2216. The water content is defined as the ration of “pore” or

“free” water in a given mass of material to the mass of solid material particles.