HomeMy WebLinkAboutPR 21853: REMEDIATION AND MITIGATION OF 12 LIFT STATIONS, MK CONSTRUCTORS City of
tirort rthu.—
7eeus
www.POrtArthurTx.gov
INTEROFFICE MEMORANDUM
Date: March 23, 2021
To: The Honorable Mayor and City Council
Through: Ronald Burton, City Manager
From: Donald Stanton, Interim Director of Utilities
RE: PR 21853-Award of Remediation and Mitigation of the Twelve (12) Lift
Stations to BDS Constructors, LLC dba MK Constructors
Introduction:
The intent of this Agenda Item is to seek the City Council's authorization for the City Manager
to enter into a contract with BDS Constructors, LLC dba MK Constructors of Vidor, Texas for
the construction phase services of the remediation and mitigation of the twelve(12) lift stations
damaged by Hurricane Harvey,for an amount not to exceed$1,278,248.00. Funding is available
in Account No. 147-2300-901.83-00, Sewer System.
Background:
On August 27, 2017, Hurricane Harvey caused massive flooding on the Texas coast. Twelve
(12) Lift Stations were damaged due to Hurricane Harvey and are in need of remediation and
mitigation. The lift stations are the following:
1. 3rd Avenue Lift Station
2. 9th Avenue Lift Station
3. 46th Street Lift Station
4. 58th Street Lift Station
5. Operations Center Lift Station
6. El Vista Lift Station
7. Lakeside Lift Station
8. Montrose Lift Station
9. West Port Arthur Road Lift Station
10. Roosevelt Avenue Lift Station
11. Aero Drive Lift Station
12. Taft Avenue Lift Station
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
City of
rrrt rtltu
www.PortArthurTx.gov
Council passed Resolution 19-309, which authorized Arceneaux, Wilson & Cole, LLC of Port
Arthur, Texas to design and oversee the project and recommend a bidder for award of the
construction phase of the remediation and mitigation project.
Budget Impact:
The construction phase of the twelve (12) lift stations damaged by Hurricane Harvey is not to
exceed$1,278,248.00.Funding is available in Account No. 147-2300-901.83-00,Sewer System.
Recommendation:
It is recommended that City Council authorize the City Manager to enter into a contract with
BDS Constructors, LLC dba MK Constructors of Vidor, Texas for the construction phase
services of twelve (12) lift stations damaged by Hurricane Harvey, for an amount not to exceed
$1,278,248.00, as discussed and/or outline above.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
P. R. No. 21853
3/23/21 bw
Page 1 of 3
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO ENTER INTO A CONTRACT BETWEEN THE CITY OF
PORT ARTHUR AND BDS CONSTRUCTORS, LLC DBA
MK CONSTRUCTORS OF VIDOR, TEXAS FOR
CONSTRUCTION PHASE SERVICES OF THE
REMEDIATION AND MITIGATION OF THE TWELVE (12)
LIFT STATIONS DAMAGED BY HURRICANE HARVEY,
FOR AN AMOUNT NOT TO EXCEED $1,278,248.00; FUNDS
ARE AVAILABLE IN ACCOUNT NO. 147-2300-901.83-00,
SEWER SYSTEM.
WHEREAS,on August 27,2017,Hurricane Harvey caused massive flooding on the Texas
coast; and,
WHEREAS,twelve (12) Lift Stations were damaged due to Hurricane Harvey and are in
need of remediation and mitigation; and,
WHEREAS, per Resolution 19-309, City Council approved Arceneaux, Wilson & Cole,
LLC as the engineers for the Lift Station Remediation and Mitigation Project for the twelve (12)
lift stations damaged by Hurricane Harvey; and,
WHEREAS, the Purchasing Division advertised in the Port Arthur News for competitive
sealed bids on January 16, 2021 and January 23, 2021. The City has received two (2) bids, which
were opened on Wednesday, March 3, 2021; and,
WHEREAS, BDS Constructors, LLC dba MK Constructors of Vidor, Texas was the
lowest responsible bidder for this service as shown in the bid tabulation(attached hereto as Exhibit
"A") for an amount not to exceed$1,278,248.00; and,
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR:
THAT,the facts and opinions in the preamble are true and correct; and,
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
P. R. No. 21853
3/23/21 bw
Page 2 of 3
execute a contract with BDS Constructors, LLC dba MK Constructors of Vidor, Texas for the
construction phase services of the remediation and mitigation of the twelve (12) lift stations
damaged by Hurricane Harvey, for an amount not to exceed $1,278,248.00 in substantially the
same form as Exhibit"B"; and,
THAT,funds are available in 147-2300-901.83-00, Sewer System; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City
Council.
READ,ADOPTED AND APPROVED THIS day of , 2021 at a
Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote:
AYES: Mayor
Councilmembers:
NOES:
Thurman"Bill" Bartie
Mayor
ATTEST: APPROVED AS TO FORM:
0/(1
Sherri Bellard Valecia Tizeno
City Secretary City Attorney
P. R. No. 21853
3/23/21 bw
Page 3 of 3
APPROVED FOR ADMINISTRATION: APPROVED FOR FUNDING:
►� J n
Ronald Burton Kandy Daniel
City Manager Interim Director of Finance
/I L&
Donnie Stanton Cli n Williams, CPPB
Interim Director of Utilities Purchasing Manager
EXHIBIT A
(Bid Tabulation)
"IX
.8 I I I I kV
ARCENEAUX WILSON &COLE
March 22, 2021
Mr. Donald Stanton
City of Port Arthur
Assistant Director of Utilities
444 4th Street
Port Arthur, Texas 77640
RE.. AWARD OF CONTRACTS for
PIONEER PARK LIFT STATION REHABILITATION and
LIFT STATION REMEDIA TION&MI TIGA TION
AWC Job No. CPA-970 & CPA-975
Mr. Stanton:
On March 3, 2021 the City of Port Arthur received four (4) sealed bids for Pioneer
Park Lift Station Rehabilitation and two (2) sealed bids for Lift Station
Remediation & Mitigation in Port Arthur, Texas. The bids were opened at 3:15 pm
and the results read aloud in the public bid opening.
The bids were checked for errors and tabulated. Bidders submitted all required
documentation as requested. It was found that MK Constructors of Vidor, Texas
submitted the lowest responsive bid for both projects. The Total Amount Bid
(base bid with alternate items) for Pioneer Park Lift Station Rehabilitation was
$774,065.00and the Total Amount Bid (base bid) for Lift Station Remediation &
Mitigation was $9,278,248.00. A copy of each Bid Tabulation is enclosed for your
information.
We have reviewed the low bidding contractor's qualifications and references and
feel they are qualified to complete both projects. Through discussion with the
City, it has been agreed to award both contracts to MK CONSTRUCTORS: Pioneer
Park Lift Station Rehabilitation for the Total Amount Bid (base bid with alternate
409.724.7888
2901 Turtle Creek Dr.,Suite 320
Port Arthur,TX 77642 Engineering Surveying
awceng.com F-16194 1C194049
Alt
smut
items) in the amount of Seven Hundred Seventy-Four Thousand Sixty-Five Dollars
and Zero Cents ($774,065.00), and Lift Station Remediation & Mitigation for the
Total Amount Bid (base bid) in the amount of One Million Two Hundred Seventy-
Eight Thousand Two Hundred Forty-Eight Dollars and Zero Cents (51,278,248.00).
Should you have any questions or require additional information, please contact
our office.
ARCENEAUX WILSON& COLE LLC
TEXAS REGISTERED ENGINEERING FIRM F-16194
Keith Zotzky, P. ., FM
Attached.
Pioneer Park Lift Station Rehabilitation Bid Tabulation
Lift Station Remediation&Mitigation Bid Tabulation
'�= BID TABULATION
For
liar 8
Lift Station Remediation & Mitigation
MAIARCENEAUX WILSON&COLE To Serve
The City of Port Arthur
Job No.: CPA-970
BIDS OPENED: March 03, 2021 at 3:15 P.M.
MK CONSTRUCTORS BRYSTAR CONTRACTING INC.
VIDOR,TX BEAUMONT,TX
Item Base Bid Items Qty. Unit Price Amount Unit Price Amount
1 MOBILIZATION 1 $ 37,068.00 $ 37,068.00 $ 50,000.00 $ 50,000.00
2 3RD AVENUE LIFT STATION IMPROVEMENTS 1 $ 4,044.00 $ 4,044.00 $ 5,000.00 $ 5,000.00
3 9TH AVENUE LIFT STATION IMPROVEMENTS 1 $ 141,175.00 $ 141,175.00 $ 144,000.00 $ 144,000.00
4 46TH STREET LIFT STATION IMPROVEMENTS 1 $ 160,732.00 $ 160,732.00 $ 214,000.00 $ 214,000.00
5 58TH STREET LIFT STATION IMPROVEMENTS 1 $ 83,151.00 $ 83,151.00 $ 93,000.00 $ 93,000.00
OPERATIONS CENTER LIFT STATION
6 IMPROVEMENTS 1 $ 119,314.00 $ 119,314.00 $ 151,000.00 $ 151,000.00
7 EL VISTA LIFT STATION IMPROVEMENTS 1 $ 144,779.00 $ 144,779.00 $ 167,000.00 $ 167,000.00
8 LAKESIDE LIFT STATION IMPROVEMENTS 1 $ 123,175.00 $ 123,175.00 $ 134,000.00 $ 134,000.00
9 MONTROSE LIFT STATION IMPROVEMENTS 1 $ 140,538.00 $ 140,538.00 $ 142,000.00 $ 142,000.00
WEST PORT ARTHUR ROAD LIFT STATION
10 IMPROVEMENTS 1 $ 118,055.00 $ 118,055.00 $ 142,000.00 $ 142,000.00
ROOSEVELT AVENUE LIFT STATION
11 IMPROVEMENTS 1 $ 114,123.00 $ 114,123.00 $ 120,000.00 $ 120,000.00
12 AERO DRIVE LIFT STATION IMPROVEMENTS 1 $ 87,285.00 $ 87,285.00 $ 105,000.00 $ 105,000.00
13 TAFT AVENUE LIFT STATION IMPROVEMENTS 1 $ 4,809.00 $ 4,809.00 $ 6,000.00 $ 6,000.00
SUB-TOTAL BASE BID ITEMS $ 1,278,248.00 $ 1,473,000.00
TOTAL AMOUNT BID (BASE BID) $ 1,278,248.00 $ 1,473,000.00
ARCENEAUX WILSON & COLE LLC =P�� pp T•FN`I
TEXAS REGISTERED EN INEERIIN � �=I I y:`•'• �I, �s*�t
iN
0 BRIAN K.ZOTZKY
��_; #�I.o• 124808 ..*,�
IIFs 4ICENO..•%+
KEITH ZOTZ ' , 'E, CFM ,x����.��N o /c., /2v2/
USDOT Number MC/MX Number Name
Enter Value: 2445022 Company Snapshot
BDS CONSTRUCTORS LLC
Search USDOT Number: 2445022
ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating
Other Information for this
Carriers:If you would like to update the following ID/Operations information.please complete and submit form MCS-150 which can Carrier
be obtained online or from your State FMCSA office.If you would like to challenge the accuracy of your company's safety data,you
can do so using FMCSA's DataQs system. V SMS Results
Licensing&Insurance
Carrier and other users:FMCSA provides the Company Safety Profile(CSP)to motor carriers and the general public interested in
obtaining greater detail on a particular motor carrier's safety performance then what is captured in the Company Snapshot.To obtain a CSP please visit the CSP
order page or call(800)832-5660 or(703)280-4001 (Fee Required).
For help on the explanation of individual data fields,click on any field name or for help of a general nature go to SAFER General Help.
The information below reflects the content of the FMCSA management information systems as of 03/22/2021.Carrier VMT Outdated.
faLtvj5p . CARRIER
Operating Status: ACTIVE Out of Service Date: None
Legal Name: BDS CONSTRUCTORS LLC
DBA Name: MK CONSTRUCTORS
Physical Address:
Phone:
Mailing Address:
USDOT Number: 2445022 State Carrier ID Number:
MC/MX/FF NumbertsU DUNS Number: 37-648-690
Power Units: 4 Drivers: 3
MCS-150 Form Date: 01/14/2020 MCS-150 Mileage TearL 70,000(2017)
Operation Classification:
Auth.For Hire Priv.Pass.(Non- State Gov't
Exempt For Hire business) Local Gov't
x Private(Property) Migrant Indian Nation
Priv.Pass. U.S.Mail
(Business) Fed.Gov't
Carrier Operation:
X Interstate Intrastate Only Intrastate Only
(HM) (Non-HM)
Cargo Carried:
X General Freight Liquids/Gases Chemicals
Household Goods Intermodal Cont. Commodities Dry Bulk
x Metal:sheets.coils.rolls Passengers Refrigerated Food
Motor Vehicles x Oilfield Equipment Beverages
Drive/Tow away Livestock Paper Products
Logs.Poles.Beams, Grain,Feed.Hay Utilities
Lumber Coal/Coke Agricultural/Farm
x Building Materials Meat Supplies
Mobile Homes Garbage/Refuse X Construction
x Machinery.Large US Mail Water Well
Objects
Fresh Produce
ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating
US Inspection results for 24 months prior to:03/22/2021
Total Inspections:5
Total IEP Inspections:0
Note:Total inspections may be less than the sum of vehicle,driver,and hazmat inspections.Go to Inspections Help for further information.
Inspections:
Inspection Type Vehicle Driver Hazmat IEP
Inspections 5 5 0 0
Out of Service 1 0
Out of Service% 20% 0% ' % 0%
Nat'l Average% 20.71% 5.22% 4.44% N/A
of DATE 02/26/2021'
*OOS rates calculated based on the most recent 24 months of inspection data per the latest monthly SAFER Snapshot.
Crashes reported to FMCSA by states for 24 months prior to:03/22/2021
Note:Crashes listed represent a motor carriers€TM's involvement in reportable crashes,without any determination as to responsibility.
Crashes:
AM* Fatal lejmy Tow Total
Crashes 0 0 0 0
ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating
Canadian Inspection results for 24 months prior to:03/22/2021
Total inspections:0
Note:Total inspections may be less than the sum of vehicle and driver inspections.Go to Inspections Help for further information.
Inspections:
Inspection Type Vehicle Driver
Inspections 0 0
Out of Service 0 0
Out of Service% 0% 0%
Crashes results for 24 months prior to:03/22/2021
Note:Crashes listed represent a motor carriers€TMs involvement in reportable crashes,without any determination as to responsibility.
Crashes:
Type Fatal Injury Tow Total
Crashes 0 0 0 0
ID/Operations I Inspections/Crashes In US I Inspections/Crashes In Canada I Safety Rating
The Federal safety rating does not necessarily reflect the safety of the carrier when operating in intrastate commerce.
Carrier Safe Rating;
The rating below is current as of:03/22/2021
Review Information:
Rating Date: None Review Date: None
Rating: None Type: None
SAFER Home I Feedback I Privacy Policy I USA.gov I Freedom of Information Act(FOIA)I Accessibility I OIG Hotline I Web Policies and Important Links I Plug-ins
Federal Motor Carrier Safety Administration
'�a� 1200 New Jersey Avenue SE,Washington,DC 20590-1-800-832-5660•TT(1-800-877-8339-Field Office Contacts
EXHIBIT B
(Contract)
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
FOR CONSTRUCTION OF
Repair Twelve Lift Stations
Damaged By Harvey
City of Port Arthur
PORT ARTHUR, TEXAS
JOB NO.CPA-970
CONTRACT NO. 1
CITY OF PORT ARTHUR'S BID NO.P21-20
City of Port Arthur
JEFFERSON COUNTY, TEXAS
JANUARY 2021
i g
%*. " * I/
/*- .*/
BRIAN K. ZOTZKY
I11- 124808II .�
11; i'CENSE .
O.+?�
\�S ONA E ,v
' / /2 /2U2U
TEXAS
REGISTERED ENGINEERING FIRM
F-16194
ARCENEAUX WILSON& COLE LLC
Engineers * Surveyors * Planners
PORT ARTHUR, TEXAS
MANDATORY PRE-BID CONFERENCE
A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and
prospective bidders for Repair of Twelve Lift Stations Damaged By Harvey on January 26,
2021 at 1:30 p.m. at the Water Service Center located 111 H. O. Mills Road, Port Arthur,
Texas.
The purpose of the Pre-Bid Conference is to make certain that the scope of work is fully
understood,to answer any questions,to clarify the intent of the Contract Documents, and to resolve
any problems that may affect the project construction.No addendum will be issued at this meeting,
but subsequent thereto,the Purchasing Manager, if necessary, will issue an addendum(s)to clarify
the intent of the Contract Documents.
THURMAN BILL BARTIE,MAYOR , ' RONALD BURTON
CHARLOTTE MOSES,MAYOR PRO TEM City of �. CITY MANAGER
COUNCIL MEMBERS: Ale/ SHERRI BELLARD,TRMC
INGRID HOLMES — CITY SECRETARY
CAL JONES o r t r t h u r
THOMAS KINLAW,III. VAL TIZENO
KENNETH MARKS Texas CITY ATTORNEY
DONALD FRANK,SR.
JANUARY 25, 2021
INVITATION TO BID
REPAIR TWELVE LIFT STATIONS DAMAGED BY HARVEY
DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, February 3, 2021. (The clock located in the City Secretary's office will be the official
time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, February 3, 2021 in the City Council
Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P21-020
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Bid or Scope of Work should be directed in writinj to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williamsAportarthurtx.gov
Purchasing Division/Finance Department J Purchasing Manager,Clifton Williams,CPPB
P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and
Specifications are for your convenience in submitting bids for the enclosed referenced services
for the City of Port Arthur.
Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be
placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of
the envelope.
ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE
OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed
ITB submittal arrives at the above location by specified deadline regardless of delivery method
chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted.
Clifton Williams, CPPB
Purchasing Manager
INVITATION TO BID
Repair 12 Lift Stations Damaged By Harvey
(To be Completed ONLY IF YOU DO NOT BID)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY
RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will
be reinstated upon request.
In the event you desire not to submit a bid,we would appreciate your response regarding the
reason(s).Your assistance in completing and returning this form in an envelope marked with
the enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
INVITATION TO BID
HAULING & RECYCLING OF SCRAP METAL & WHITE GOODS
(To be Completed ONLY IF YOU DO NOT BID)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY
RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you
will be reinstated upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding
the reason(s). Your assistance in completing and returning this form in an envelope
marked with the enclosed bid would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
Table of Contents
RETURN
SECTION TITLE WITH BID
A. CONSTRUCTION CONTRACT AGREEMENT
B. ADVERTISEMENT FOR BIDS
C. INFORMATION TO BIDDERS
• GENERAL INFORMATION
• FEDERAL CLAUSES
D. SPECIFICATION
• CIVIL SPECS
• ELECTRICAL SPECS
E. BID PROPOSAL YES
F. BID BOND YES
G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES
LINE 1 AND SIGN/DATE LINE 7)
H. PAYMENT BOND
I. INSURANCE
J. PERFORMANCE BOND
K. HOUSE BILL 89 VERIFICATION YES
L. NON-COLLUSION AFFIDAVIT YES
M. AFFIDAVIT PAGE YES
N. SB 252 YES
O. WAIVER AND INDEMNIFICATION YES
P. DBE DOCUMENT YES
Q. CERTIFICATE OF SUBSTANTIAL COMPLETION
DRAWINGS
SECTION A
CONTRACT TO REPAIR TWELVE LIFT STATIONS
DAMAGED BY HURRICANE HARVEY
THIS AGREEMENT,made this day of , 2021, by and between the
City of Port Arthur, a municipal corporation organized under the laws of the State of Texas,
BDS CONSTRUCTORS, LLC dba MK CONSTRUCTORS of Vidor, Texas a(n) Corporation
herein after called "CONTRACTOR".
WITNESSETH: That for and in consideration of the payment terms, conditions and agreements
set forth herein, OWNER and CONTRACTOR agree as follows:
1. The term of this Contract shall be 210 days from the start date on Notice to Proceed.
2. The Contractor will perform work as stated in the Contract Documents.
3. During the term of this Contract, the Contractor will furnish at his own expense all of the
materials, supplies, tools, equipment, labor and other services necessary to connection
therewith, excepting those supplies specifically not required of Contractor in the
Specifications.
4. The CONTRACTOR agrees to perform all the work described in the specifications and
contract documents and to comply with the terms for the amount of$1,278,248.00
5. The term"Contract Documents"means and includes the following:
a) Agreement
b) General Information
c) Federal Clauses
d) Specification
e) Bid
f) Addenda
g) Payment Bond
h) Performance Bond
i) Notice of Award
j) Notice to Proceed
6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors and assigns.
7. IN WITNESS WHEREOF,the parties hereto have executed, or caused to be executed by their
duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an
original on the date first written above.
Page 1 of 2
Signed on the day of , 2021.
CITY OF PORT ARTHUR
BY:
Ronald Burton, City Manager
ATTEST:
Sherri Bellard, City Secretary
Signed on the day of , 2021.
BDS CONSTRUCTORS, LLC
dba MK CONSTRUCTORS
BY:
PRINT NAME:
TITLE:
WITNESS:
PRINT NAME:
Page 2 of 2
SECTION B
CITY OF PORT ARTHUR, TEXAS
ADVERTISEMENT FOR BIDS
Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at
the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas
77641 no later than 3:00 p.m., Wednesday, February 3, 2021 and all bids received will
thereafter be opened and read aloud at 3:15 P.M., on Wednesday, February 3, 2021 in the City
Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described
as:
1. PIONEER PARK LIFT STATION REHABILITATION
2. REPAIR TWELVE LIFT STATIONS DAMAGED BY HARVEY
Bids received after the deadline stated above, regardless of method of delivery, will not be
considered and returned unopened.
Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,
444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can
also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or
www.publicpurchase.com.
MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, JANUARY 26,
2021 AT 1:30 P.M. AT WTER SERVICE CENTER, 111 H. O. MILS ROAD, PORT
ARTHUR, TEXAS
The City of Port Arthur reserves the right to reject any and all bids and to waive
informalities.
Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall
not award a contract to a company that is in arrears in its obligations to the City.
02Sa
Cliftdrf Williams, CPPB
Purchasing Manager
FIRST PUBLICATION: January 16, 2021
SECOND PUBLICATION: January 23, 2021
IV
City of y -CITY OF PORT ARTHUR,TEXAS
61
�t,^llri.ii ,�i
P)rt rthu" ADDENDUM NO. ONE (1)
Terns
January 25,2021
BID FOR: Repair Twelve Lift Stations Damaged By Harvey
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
The Pre-Bid and Bid.Opening Dates have changed to the following
1. Notice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the Office of
the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00
p.m., Wednesday, February 10, 2021 and all bids received will thereafter be opened and read aloud at 3:15
P.M., on Wednesday, February 10, 2021 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,
Texas for certain services briefly described as:
2. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, FEBRUARY 2, 2021 AT 1:30
P.M. AT WTER SERVICE CENTER, 111 H. O. MILS ROAD,PORT ARTHUR,TEXAS
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
ILa1dEcc.a/2.6t-
Cliffen Williams, CPPB
Purchasing Manager
SI B.1 21
Signature of Proposer Date
Zzis Eu)cz\-rul±-ou Mpe-L.
Company Vendor Name
ya t..4
city of
-CITY OF PORT ARTHUR,TEXAS
or rihuz
ADDENDUM NO. TWO(2)
Texas
February 8,2021
BID FOR: Repair Twelve Lift Stations Damaged By Harvey
The following clarifications, amendments,deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
The Pre-Bid and Bid Opening Dates have changed to the following
I. Notice is hereby given that sealed bids, addressed to the City of Port Arthur,will be received at the Office of
the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00
p.m., Wednesday, February 17, 2021 and all bids received will thereafter be opened and read aloud at
3:15 P.M., on Wednesday, February 17, 2021 in the City Council Chambers, 5th Floor, City Hall, Port
Arthur, Texas for certain services briefly described as:
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
rL !fell
Cli n Williams,CPPB
Purchasing Manager
,b112J
ignature of Proposer Date
b-Th LLC .c-cm-s
\m-c±( s)
Company Vendor Name
-CITY OF PORT ARTHUR,TEXAS
cm.ef
't
40
2rt r{h;qcr"� ADDENDUM NO. THREE (3)
rex=
February 14,2021
BID FOR: Repair Twelve Lift Stations Damaged By Harvey
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change'the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. Notice is hereby given that sealed bids, addressed to the City of Port Arthur,will be received at the Office of
the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00
p.m., Wednesday, February 24, 2021 and all bids received will thereafter be opened and read aloud at
3:15 P.M., on Wednesday, February 24, 2021 in the City Council Chambers, 5th Floor, City Hall, Port
Arthur,Texas for certain services briefly described as:
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Clifton Williams, CPPB
Purchasing Manager
)1C1Y\-VC.—Q -- ,„B)3)2 1
Signature of Proposer Date
Luc - la_ f .. cns\ tu_c_I-a&
Company Vendor Name
Y
Crypt-~- -CITY OF PORT ARTHUR,TEXAS
arr rthict ADDENDUM NO. FOUR(4)
Texas
February 19,2021
BID FOR: Repair Twelve Lift Stations Damaged By Harvey
The following clarifications,amendments,deletions, additions,revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter
stated and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. Notice is hereby given that sealed bids,addressed to the City of Port Arthur, will be received at the Office of
the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00
p.m., Wednesday, March 3, 2021 and all bids received will thereafter be opened and read aloud at 3:15
P.M., on Wednesday, March 3, 2021 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,
Texas for certain services briefly described as:
2. Another addendum will follow with revision to the plans addressing questions that were asked.
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
CliClew,illiams.CPPB
Purchasing Manager
Z)\9)\2-
•
Signature of Proposer Date
bCATSIttaat) Lac c9�.6X - Cdns4 UC+
Company Vendor Name
SECTION C
GENERAL INFORMATION:
Bidders are cautioned to read the information contained in this ITB carefully and to
submit a complete response to all requirements and questions as directed.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
`Proposal" shall be equivalent.
AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with
these specifications. The City reserves the right to award on the basis of the Lowest and Most
Responsive Bid in accordance with the laws of Texas, to waive any formality or irregularity,
and/or to reject any or all proposals.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
WITHDRAWAL OF BID: The bidder may withdraw its bid by submitting written request, over
the signature of an authorized individual, to the Purchasing Division any time prior to the
submission deadline. The bidder may thereafter submit a new bid prior to the deadline.
Modification or withdrawal of the bid in any manner, oral or written, will not be considered if
submitted after the deadline.
CONFLICT OF INTEREST: No public official shall have interest in this contract, in
accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C,
Chapter 171.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest
Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added
Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure
of certain information concerning persons doing business or seeking to do business with the City
of Port Arthur, including affiliations and business and financial relationships such persons may
have with City of Port Arthur officers. The form can be can be located at the Texas Ethics
Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a
response to this ITB, you acknowledge that you have been notified of the requirements of
Chapter 176 of the Texas Local Government Code and you are representing that you in
compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If
you have concerns about whether Chapter 176 of the Texas Local Government Code
applies to you or the manner in which you must comply, you should consult an attorney.
The following are the current City Council and City Employees who are anticipated to either
recommend or
ETHICS: Public employees must discharge their duties impartially so as to assure fair,
competitive access to governmental procurement by responsible contractors. Moreover, they
should conduct themselves in such a manner as to foster public confidence in the integrity of the
City of Port Arthur's procurement organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow
the City's Code of Ethics.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A
prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder
must meet the following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or
warranty service required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB will be made by addenda no
later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing
authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City
assumes no responsibility for the proposer's failure to obtain and/or properly submit any
addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be
rejected. It is the vendor's responsibility to check for any addendums that might have been
issued before bid closing date and time. All addenda will be numbered consecutively,
beginning with 1.
PRICES: The bidder should show in the bid both the unit price and total amount, where
required, of each item listed. In the event of error or discrepancy in the mathematics, the unit
price shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Utility
Operations, P.O. Box 1089, Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of
the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt
Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment
is due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port
Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas
and the City Attorney concerning any portion of these requirements.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances, rules, orders, regulations and codes of the federal, state and local governments
relating to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to
assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein otherwise expressly specified, necessary or proper to perform and
complete all the work required by this Contract, in accordance with the provisions of this
Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of
a detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of
capability, performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the
purpose involved.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color,
or national origin, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and
supplying material or service to the Contractor, or any sub-contractors for work under this
contract, if this is deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor
or permit any sub-contractor to perform any work included in this Contract until he has received
from the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract, whether the operations be
by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts any of them may be liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each
person/$1,000,000 per occurrence; and,
b. Property Damage $1,000,000 per occurrence regardless of contract amount;
and,
c. Professional Liability: $1,000,000.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all
information required(including names of insurance agency, contractor and insurance companies,
and policy numbers, effective dates and expiration dates) and to date and sign and do all other
things necessary to complete and make into valid certificates of insurance and pertaining to the
above listed items, and before commencing any of the work and within the time otherwise
specified, Contractor shall file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any
respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
should contain a provision that coverage afforded under the policies will not be altered, modified
or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the
execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed
cannot be issued within such period, the time may be extended by mutual agreement between
OWNER and CONTRACTOR.
DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters
into a contract with the City, meeting the conditions according to Texas Local Government Code
Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not
required unless there is a contract between the vendor and the City of Port Arthur. Do not
submit this form unless you receive an award letter from the City.
PUBLIC INSPECTION OF BIDS: The City strictly adheres to the Texas Public Information
Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes,
regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not
available for public inspection until after the contract award. If the Bidder has notified the City,
in writing, that the Bidl Document contains trade secrets or confidential information, the City
will generally take reasonable steps to prevent disclosure of such information, in accordance with
the Public Information Act. This is a statement of general policy only, and in no event shall the
City be liable for disclosure of such information by the City in response to a request, regardless
of the City's failure to take any such reasonable steps, even if the City is negligent in failing to
do so.
AMBIGUITY: Any ambiguity in the Bid Document as a result of omission, error, lack of clarity
or non-compliance by the Bidder with specifications, instructions and all conditions shall be
construed in the favor of the City.
ADDITIONAL INFORMATION: City may request any other information necessary to
determine Bidder's ability to meet the minimum standards required by this ITB.
CHANGE ORDER
(a) The Contracting Officer may at any time, and without notice to the sureties, if
any, by a written order, make changes within the general scope of this contract in
any one or more of the following: (is) drawings, designs, or specifications; (ii)
extending term of contract; and (iii) equitable adjustment in price/time of
performance. If any such change causes an increase or decrease in the Contractor's
cost of, or the time required for, the performance of any part of the work under this
contract, whether changed or not changed by the order, an equitable adjustment shall
be made in the contract price or delivery schedule, or both, and the contract shall be
modified in writing accordingly.
(b) Any notice of intent to assert a claim for adjustment under this clause must be asserted
by the Contractor within 30 days from the date of receipt of the Contracting Officer's
written order; provided, however, that later notice shall not bar the Contractor's claim if
the Contractor can demonstrate that the City was not prejudiced by the delay in
notification. In no event shall any claim be asserted after final payment.
SECTION J
Document A312TM 2010
Performance Bond
CONTRACTOR: SURETY:
(Name, legal slants and address) (Name, legal status and principal place
of business)
This document has important ega
consequences.Consultation with
an attorney is encouraged with
OWNER: respect to its completion or
(Name,legal slants and address) modification.
Any singular reference to
Contractor,Surety,Owner or
other party shall be considered
CONSTRUCTION CONTRACT plural where applicable.
Amount:
Description:
/Ncnno and location)
BOND
Date:
(Not earlier than Construction Contract Date)
Amount:
Modifications to this Bond: 0 None 0 See Section 16
CONTRACTOR AS PRINCIPAL SURETY
(..ompany: (C'utparate Sea/) Company: (C'orporuie Sectl)
Signature: Signature:
Name Name
and Title: and Title:
(Any additional signatures appear on the last page of this Performance Bond.)
(FOR INFORMATION ONLY-- Name, address and telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE:
(Architect, Engineer or other party:)
AIA Document A312".—2010 Performance Bond.Copyright e)2010 by The American Institute of Architects.All rights reserved.WARNING:This
init. Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA'Document,
or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the taw.To
report copyright wolatx;rs of AIA Contract Documents,e-mail The American institute of Architects legal counsel,copyrght@aia.org. nano
§1 The Contrac:or and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors
and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference.
§2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under
this Bond,except when applicable to participate in a conference as provided in Section 3.
§3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise
after
.1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring
a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among
the Owner,Contractor and Surety to discuss the Contractor's performance. If the Owner does not
request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice,
request such a conference. If the Surety timely requests a conference,the Owner shall attend.Unless
the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten
(l0)business days of the Surety's receipt of the Owner's notice. If the Owner,the Contractor and the
Surety agree.the Contractor shall be allowed a reasonable time to perform the Construction Contract,
but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor
Default;
.2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety;
and
.3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the
Construction Contract to the Surety or to a contractor selected to perform the Construction Contract.
§4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure
to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to
the extent the Surety demonstrates actual prejudice.
§5 When the Owner has satisfied the conditions of Section 3.the Surety shall promptly and at the Surety's expense
take one of the following actions:
§5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract:
§5.21Indertake to perform and complete the Construction Contract itself,through its agents or independent
contractors;
§5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for
performance and completion ol'the Construction Contract,arrange for a contract to be prepared for execution by the
Owner and a contractor selected with the Owner's concurrence,to he secured with performance and payment bonds
executed by a qualified surety equivalent to the bonds issued oil the Construction Contract,and pay to the Owner the
amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as
a result of the Contractor Default;or
§5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable
promptness under the circumstances:
.1 After investigation,determine the amount for which it may be liable to the Owner and,as soon as
practicable after the amount is determined,make payment to the Owner;or
.2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial.
§6 II'the Surety does not proceed as provided in Section 5 with reasonable promptness.the Surety shall he deemed to
be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety
demanding that the Surety perform its obligations under this Bond,and the Owner shall he entitled to enforce any
remedy available to the Owner. If the Surety proceeds as provided in Section 5,4,and the Owner refuses the payment
or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any
remedy available to the Owner.
AIA Document A312 -2010 Performance Bond.Copyright cfl 2010 by The American Institute of Architects.All rights reserved.WARNING This
Init. AIA"Document is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or distribution of this AIA'Document, 2
or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To
report copyright violations of AlA Contract Documents,a-mail The American Institute of Architects'legal counsel.copynght@aia crg.
§7 If the Surety elects to act under Section 5.1,5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not
be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the
Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the
Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication, for
.1 the responsibilities of the Contractor for correction of defective work and completion of the
Construction Contract;
.2 additional legal,design professional and delay costs resulting from the Contractor's Default,and
resulting from the actions or failure to act of the Surety under Section 5;and
.3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual
damages caused by delayed performance or non-performance of the Contractor.
§8 If the Surety elects to act under Section 5.1.5.3 or 5.4.the Surety's liability is limited to the amount of this Bond.
§9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the
Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such
unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its
heirs,executors,administrators.successors and assigns.
§10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to
related subcontracts,purchase orders and other obligations.
§11 Any proceeding, legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in
the location in which the work or part of the work is located and shall be instituted within two years after a declaration
of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety
retlises or fails to perform its obligations under this Bond,whichever occurs first. If the provisions of this Paragraph
are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of
the suit shall be applicable.
§12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page
on which their signature appears.
§13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where
the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be
deemed incorporated herein. When so furnished,the intent is that this Bond shall he construed as a statutory bond and
not as a common law bond.
§14 Definitions
§14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction
Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received
or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is
entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction
Contract.
§14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page,
including all Contract Documents and changes made to the agreement and the Contract Documents_
§14.3 Contractor Default. Failure of the Contractor.which has not been remedied or waived,to perform or otherwise to
comply with a material term of the Construction Contract.
§14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required
under the Construction Contract or to perform and complete or comply with the other material terms of the
Construction Contract.
§14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor.
§15 if this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond
shall he deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
AIA Document A3121"—20'10 Performance Bond.Copyright 02010 by The American Institute of Architects.Ail rights reserved.WARNING:This
init. AMA"Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA Document, 3
or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To
report copyright violations of AIA Contract Documents.e-mail The American Institute of Architects'legal counsel,copyright@aia.erg
§16 Modifications to this bond arc as follows:
(Sjiuce is provided helun (r,r additional signatures o1 added parties, other than those appearing an the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (('orporate Seal) Company: ((•orporute Seul)
Signature: Signature:
Name and Title: Name and Title:
Address Address
Init. AMA Document A312'"'—2010 Performance Bond.Copyright ND 20t0 by The American Institute of Architects.All rights reserved.WARNING This
AIA'Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA'Document, 4
or any portion of it.may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law,To
1 report copyright violations of AIA Contract Documents,e-mail The American institute of Architects'legal counsel.copyright) aia org.
SECTION K
House Bill 89 Verification
1, 1 ul tbn _ (Person name), the undersigned
representative (hereafter referred to as "Representative") of
,,
(company or business name, hereafter referred to
as "Business Entity"), being an adult over the age of eighteen (18) years of age. after
being duly sworn by the undersigned notary, do hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business
Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of Port
Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business
activities with, or otherwise taking any action that is intended to penalize, inflict economic
harm on, or limit commercial relations specifically with Israel, or with a person or entity
doing business in Israel or in an Israeli-controlled territory, but does not include an action
made for ordinary business purposes.
SIGNATURE OF REPRESENTATIVE
SUBSC ORN TO Bff QRE ME, the undersigned authority, on this
day of l , 20
Notary Public -
�' CARRIE EVE VINCENT
r} ' '\ Notary ID#128955139
9 pJ My Commission Expires
cov t0' April 13, 2024
SECTION L
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the
firm bidding this project has violated the antitrust laws of this State, codified at Section
15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor
communicated directly or indirectly the bid made to any competitor or any other person
engaged in the same line of business, nor has the signatory or anyone acting for the firm,
corporation or institution submitting a bid committed any other act of collusion related to
the development and submission of this bid proposal.
Signature:
Printed Name: E
yclswin
Title:
Company: MI—nr-vM:W
Date: �3 1
grCRIBED and sworn to before me the and r aut rity by t e 1'CLOAfrl
on behalf of said bidder.
,k.a °ue CARRIE EVE VINCENT Notary Public in and for the
�`� Notary ID#128955139 State of Texas
0.,„WAI r My Commission Expires',r April S3,2024My commission expires; 1-, )2L_,
SECTION M
AFFIDAVIT
All pages in Offeror's Responses containing statements. letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The u ersigned offers and agrees to one of the.following:
i
l hereby certify that I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due:
I hereby certify that.I do have outstanding debts with the City of Port Arthur and agree to
pay said debts prior to execution of this agreement, I further agree to pay succeeding debts as they
become due.
I hereby certify that.I do have outstanding debts with the City of Port Arthur and agree to
enter into an.agreement for the payment of said debts. I further agree to pay succeeding debts as
they become due.
? 5 ._CLir 1\v c—�( Ls—Q— 6— _ ram... C-ccrr4McdS
Firm Name ` Date \'�1
•
` '
Authorized
�Siggnatu�re ` Title
Tiitl / Q(1
cq - rAn9
Name(please print) Telephone
=(\(Y\Uk .P MC* CISIT \N‘C • CCSW1
Email
STATE: ( G
\/--
COUNTY: ( UUl
t—aTh
SUBSCRIBED AND SWORN to before me by the" above_ named l
on this the 3r6 day 411),Cla,20�.
\\
Notary Public
RETURN THIS.AFFIDAVIT.AS.PART OF THE BID PROPOSAL
L=47., VINCENT28955139on Expires,2024
SECTION N
SB 252
CHAPTER 2252 CERTIFICATION
,the undersigned and representative
of C iM
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 2252,Section 2232,152 and Section 2252.153,certify that the company named above is not
listed on the website of the Comptroller of the State of Texas concerning the listing of companies
that are identified under Section 806.051,Section 807.051 or Section 2253.153. I further certify that
should the above-named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas which do business with Iran,Sudan or any Foreign
Terrorist Organization,I will immediately notify the City of Port Arthur Purchasing Department.
Name of Company Representative(Print)
Signature of Company Representative
\P1
Date
SECTION 0
WAIVER AND INDEMNIFICATION
Each Proposer/Offeror must sign this waiver and indemnification clause to be considered for evaluation.
By submitting a proposal,each Proposer agrees to waive any claim it has,or may
have, against the Owner,the Architect/Engineer, and their respective employees, arising
out of or in any way connected with the administration,evaluation or recommendation of
any proposal; requirements under the contract documents; acceptance or rejection of
any proposals; and award of any contract. This waiver is to be construed as broadly as
possible and includes any and all causes of action the Proposer may now have, or that
may arise in the future, that relate to the proposal process or the award of a contract,
against the Owner and or Architect/Engineer for their action(s), or inaction(s)including,
but not limited to, causes of action for negligence, sole negligence, intentional tort,
violation of a state or federal statute,violation of the state or federal constitution,
injunctive relief, quo warranto proceeding,declaratory judgement and any other request
for relief,whether at law or In equity. If a claim is brought against the Owner and/or
Architect/Engineer by Proposer or anyone else as a result of Proposer's proposal,
Proposer agrees to indemnify Owner and/or Architect/Engineer for any and all money
damages,attorney's fees,cost of suit, or any claim for damages that are measured in
dollars and cents. Further, Proposer agrees to indemnify and pay ail expenses incurred
in defending such litigation, including but not limited to, attorney's fees, cost of court,
expert witness fees and expenses, hourly cost of Owner's and/or Architect's/Engineer's
employee's time spent on the suit,whether directly or indirectly related to the litigation,
and any cost or expense incurred by, directly or indirectly, Owner and/or the
Architect/Engineer as long as such cost can be measured in dollars and cents. This
paragraph is intended by the parties to meet the"Express Negligence Rule"as set out in
the Texas Supreme Court opinion of Ethyl Corp. v. Daniel Construction Co.,725 SW2d
705(Tex. 1987). The parties to this contract stipulate that the consideration for this
paragraph is sufficient and confess its adequacy herein.
The undersigned represents that this Proposal is made in good faith,without fraud,collusion or
connection of any kind with arty other Offeror of the same work:that they are competing in their own
interest and in their own oehalf,without connection or obligation to any undisclosed person;that no other
person has any interest in regard to all conditions pertaining to the proposal and in regard to the place
where it is to be submitted;that they have made their own examination of the request for proposal and
from it have made this proposal.
Firm Name: l_�L lam\UC±` e `_'U'C- 6rECI-j -2M"-"CIS\
Date: c 1 2i L
r
Address: r-pak ( ^ \2 V\QQUN 1)(1L6 `o
Legal Signature: ------
Type/Print Name and Position with Offeror:
SECTION P
THURMAN BILL BARTIE,MAYOR RONALD BURTON
CHARLOTTE MOSES,MAYOR PRO TEM City of y: CITY MANAGER
COUNCIL MEMBERS: // SHERRI BELLARD,TRMC
' INGRID HOLMES CITY SECRETARY
CAL JONES o r s
THOMAS KINLAW,III. VAL TIZENO
KENNETH MARKS xas CITY ATTORNEY
DONALD FRANK,SR.
DBE DOCUMENT
By signing this document the contractor is acknowledging that an attempt for DBE participation will he
provided in this contract.
If a subcontractor is required to meet that goal,the following will be done to make a good faith effort to hire a
minority business(DBE).
1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on
solicitation lists. 2 C.F .R. § 200.321 (b)(l ).
2. Solicitations.Must assure that it solicits small and minority businesses and women's business
enterprises whenever they are potential sources. 2 C.F.R. §200.321(b)(2).
•
3.Dividing Requirements. Must divide total requirements,when economically feasible, into smaller tasks or
quantities to permit maximum participation by small and minority businesses and women's business
enterprises.2 C.F.R. §200.321(b)(3).
4.Delivery Schedules. Must establish delivery schedules, where the requirement permits,which
encourage participation by small and minority businesses and women's business enterprises.
2 C.F.R. §200.321 (b)(4).
5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the
Small Business Administration and the Minority Business Development Agency of the Department of
Commerce. 2 C.F.R. § 200.321(b)(5).
_C` t .1Wn (printed name of signatory)
—ram ((signature and date) 3 i�
SECTION Q
1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES
The Owner and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the Federal Government,the Federal Government is not a party to this contract and shall not be subject
to any obligations or liabilities to the Owner,Contractor,or any other party(whether or not a party to that contract)
pertaining to any matter resulting from the underlying contract.
It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject
to its provisions.
(printe Y name of signatory)
(signature and date)
2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS
31 U.S.C. 3801 et seq.
Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31
U.S.C. § 3801 et seq., "Administrative Remedies for False Claims and Statements,"apply to its actions pertaining
to this Project.Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and
accuracy of any statement it has made, it makes, it may make,or causes to be made,pertaining to the underlying
contract for which this contract work is being performed. In addition to other penalties that may applicable,
the Contractor further acknowledges that if it makes,or causes to be made, a false, fictitious, or fraudulent claim,
statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the
Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems
appropriate.
111 k _ 1.3ro
(printed name of signatory)
(signature and date)
3.ACCESS TO RECORDS AND REPORTS
The following access to records requirements apply to this contract:
(1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert
name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their
authorized representatives access to any books, documents, papers, and records of the Contractor which are
directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions.
(2)The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy
excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to
construction or other work sites pertaining to the work being completed under the contract."
k .
(printed name of signatory)
(" - t_ I��- � - S-
(signature and date)
4. EQUAL EMPLOYMENT OPPORTUNITY
29 CFR Part 1630,41 CFR Parts 60 et seq.
During the performance of this contract,the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or
national origin.The contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during
employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the
following:Employment,upgrading,demotion,or transfer;recruitment or recruitment advertising;layoff or termination;rates of pay or
other forms of compensation;and selection for training,including apprenticeship.The contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination
clause.
(2)The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor,state that all qualified
applicants will receive considerations for employment without regard to race,color,religion,sex,or national origin.
(3)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or
other contract or understanding, a notice to be provided advising the said labor union or workers'representatives of the contractor's
commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for
employment.
(4)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules,regulations,and
relevant orders of the Secretary of Labor.
(5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules,
regulations,and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records,and accounts by the
administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and
orders.
(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,
regulations,or orders,this contract may be canceled,terminated,or suspended in whole or in part and the contractor may be declared
ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in
Executive Order 11246 of September 24, 1965,or by rule,regulation,or order of the Secretary of Labor,or as otherwise provided by
law.
(7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs(1)
through(7) in every subcontract or purchase order unless exempted by rules, regulations,or orders of the Secretary of Labor issued
pursuant to section 204 of Executive Order 11246 of September 24,1965,so that such provisions will be binding upon each subcontractor
or vendor.The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct
as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor
becomes involved in,or is threatened with,litigation with a subcontractor or vendor as a result of such direction by the administering
agency the contractor may request the United States to enter into such litigation to protect the interests of the United States."
(printed name of signatory)
(signature and date)
5. GOVERNMENT-WIDE SUSPENSION AND DEBARMENT
By signing and submitting its bid or proposal,the bidder or proposer agrees to comply with the following:
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the
contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its
affiliates (defined at 2 C.F.R. § 180.905)are excluded(defined at 2 C.F.R. § 180.940) or disqualified(defined at
2 C.F.R. § 180.935).
(2)The contractor must comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C and must include
a requirement to comply with these regulations in any lower tier covered transaction it enters into.
(3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later
determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C,
in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the
Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.
3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.
The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered
transactions.
(printed name of signatory)
(signature and date)
6.CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
29 CFR § 5.5(b)
(1)Overtime requirements -No contractor or subcontractor contracting for any part of the contract work
which may require or involve the employment of laborers or mechanics shall require or permit any such laborer
or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half
times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages-In the event of any violation of the clause set
forth in paragraph(1)of this section the contractor and any subcontractor responsible therefor shall be liable for
the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for
liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards,employed in violation of the clause set forth in paragraph(1) of this
section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in
excess of the standard workweek of forty hours without payment of the overtime wages required by the clause
set forth in paragraph (1)of this section.
(3) Withholding for unpaid wages and liquidated damages—The Owner shall,upon its own action or upon
written request of an authorized representative of the Department of Labor,withhold or cause to be withheld,
from any moneys payable on account of work performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract
subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such
sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for
unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2)of this section.
(4) Subcontracts-Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs
(1) through(4) of this section and also a clause requiring the subcontractors to include these clauses in any lower
tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1)through(4) of this section.
(printed name of signatory)
(signature and date)
7. LOBBYING
Byrd Anti-Lobbying Amendment,31 U.S.C. § 1352 (as amended)
Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier
certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any agency, a member of
Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining
any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any
lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such
disclosures are forwarded from tier to tier up to the recipient.
APPENDIX A,44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants,Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge, that:
1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress,
an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding
of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of
any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract,grant, loan,or cooperative agreement.
2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer
or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,
grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL,
"Disclosure Form to Report Lobbying," in accordance with its instructions.
3) The undersigned shall require that the language of this certification be included in the award documents
for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans, and
cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by 31,U.S.C. § (as amended by the Lobbying Disclosure Act of 1995). Any person who
fails to the required certification shall be subject to a civil penalty of not less than$10,000 and not more than
$100,000 for each such failure.
The Contractor,\\ 0r`0-rvv—�, certifies or affirms the truthfulness and accuracy of each statement of
its certification and disclosure, if any_ In addition, Contractor understands and agrees that the provisions of 31
U.S.C. § 3801 et seq apply to this certification and disclosure, if any.
Executed this S day of 1\ r✓l ,20
By 1 ' --
Signature of Bidder/Contractor/Subcontractor's Authorized Official
hrl
Printed Name of Bidder/Contractor/Subcontractor's Authorized Official
vP
Title of Authorized Official
8.CLEAN AIR
42 U.S.C. §7401 et seq.
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air
Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Owner and
understands and agrees that the Owner will, in turn,report each violation as required to assure notification to the
State of Texas,Federal Emergency Management
Agency, and the appropriate Environmental Protection Agency Regional Office.
Contractor also agrees to include these requirements in each subcontract exceeding$150,000 financed in whole
or in part with Federal assistance provided by FEMA.
(printed name of signatory)
(signature and date)
9.CLEAN WATER REQUIREMENTS
33 U.S.C. 1251 et seq.
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal
Water Pollution Control Act,as amended, 33 U.S.C. 1251 et seq.Contractor agrees to report each violation to the
Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure
notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental
Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract
' exceeding$150,000 financed in whole or in part with Federal assistance provided by FEMA.
(printed name of signatory)
(signature and date)
10. PROCUREMENT OF RECOVERED
MATERIALS
42 U.S.C. 6962
(1) In the performance of this contract, the Contractor shall make maximum use of products containing
recovered materials that are EPA-designated items unless the product cannot be acquired—
(i) Competitively within a timeframe providing for compliance with the contract performance schedule;
(ii)Meeting contract performance requirements; or
(iii)At a reasonable price.
(2) Information about this requirement, along with the list of EPA-designate items,is available at EPA's
Comprehensive Procurement Guidelines web site,https://www.epa.gov/smm/comprehensive- procurement-
guideline-cpg-program.
(printed name of signatory)
(signature and date)
11.DEPARTMENT OF HOMELAND SECURITY SEAL,LOGO, AND FLAGS
The contractor shall not use the DHS seal(s), logos, crests,or reproductions of flags or likenesses of DHS agency
officials without specific FEMA pre-approval
(printed name of signatory)
`I'' HI r S—2/
(signature and date)
12.COMPLIANCE WITH FEDERAL LAW,REGULATIONS,AND EXECUTIVE ORDERS
This is an acknowledgement that FEMA financial assistance will be used to fund the contract only.The contractor
will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and
directives.
(printed name of signatory)
(signature and date)
SECTION D
10/13/2005
ITEM NO. A2001 —CLEARING AND GRUBBING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Remove and dispose of trees, stumps, brush, roots, logs, vegetation, rubbish,
and other objectionable matter from project area. Project area is defined as all
easements and that portion of street rights-of-way necessary to allow construction of
the facilities proposed in this Contract, including those areas needed for disposal of
excess excavated material.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
PART 2 - PRODUCTS
Not required for this Item.
PART 3 - EXECUTION
3.01 CONSTRUCTION METHODS
A. Clear and grub trees, stumps, brush, roots, logs, vegetation, and rubbish within project
area except trees, shrubs, and other landscape features designated to remain, and
protect same against damage and trim when necessary. Clear stump holes of refuse
and loose earth; backfill and compact to density of surrounding ground.
B. On embankment areas, remove stumps, roots, and objectionable materials to a depth of
one foot below existing natural ground surface.
C. Dispose of all refuse from clearing operation off site. Obtain required permits from
various governmental agencies involved. Bury no refuse on Owner's property. On
areas other than embankment, remove stumps and roots to depth of two feet below
natural ground.
D. For pavement construction, strip grasses to a depth 2-inches below existing grade and
spoil off site.
3.02 MEASUREMENT AND PAYMENT
A. No separate pay for work performed under this Item except as indicated below.
Include cost of same in Contract price bid for work of which this is a component part.
A2001 - 1/2
10/13/2005
B. Proposal will indicate if clearing and grubbing is a pay item. If so, measure by acre or
lump sum as indicated in PROPOSAL.
C. Pay for"Clearing and Grubbing" at Contract price bid as measured. Such payment to
be full compensation for work as described herein.
A2001 -2/2
8/03/2004
ITEM NO. A2002 - SITE GRADING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Within the limits indicated, or in areas where existing grade is altered, strip
existing topsoil to 6-inch depth and stockpile in approved areas for subsequent
replacement. Remove and dispose of all vegetation, roots, and waste material.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
PART 2 - PRODUCTS
2.01 MATERIALS
Fill: Use approved excess excavation or borrow material. Borrow from approved
source, excavate, and clean up borrow area. Reuse of material stripped from borrow
site is not allowed unless specifically indicated on PLANS.
PART 3 - EXECUTION
3.01 GENERAL
Maintain surface drainage on site during construction.
3.02 CONSTRUCTION
A. Fill Under Structures and Roads: Place dirt fill in 8-inch maximum layers (loose
measure) and compact at or near optimum moisture to at least 95 percent AASHTO
Standard T-99-74 density. Place fill to subgrade elevation without addition of topsoil.
Where fill to subgrade elevation is less than 6 inches, scarify existing ground to a
depth of 6 inches and compact as specified herein.
B. Site Fill: Place approved fill within 4 inches of finish grade shown on all areas not
covered by structures or roads. Fill in 10-inch maximum layers (loose measured) and
compact at or near optimum moisture to at least 90 percent AASHTO Standard
T-99-74 density, unless otherwise shown on PLANS.
A2002 - 1/2
8/03/2004
C. Topsoil: Place topsoil over areas within limits shown on PLANS. After substantial
completion of construction, grade site 4 inches lower than finished grade on all
unpaved areas. Clear ground surface of all foreign materials, then place 4 inches of
topsoil to bring site to smooth finished grade indicated.
D. Waste: Waste stripped materials from within limits indicated. Spread waste material
over designated area, dress by blading, and slope to provide drainage.
E. Final Cleanup: Level washes, ruts, depressions, and mounds to give areas smooth
finish.
3.03 MEASUREMENT AND PAYMENT
No separate payment for work performed under this Item. Include cost of same in
Contract price bid for work of which this is a component part.
A2002 - 2/2
08/02/2004
ITEM NO. 2003 — STRUCTURAL EXCAVATION AND BACKFILL
PART 1 —GENERAL
1.01 DESCRIPTION
A. Extent of Work
1. This Item governs excavation for placing structures except pipe sewers, disposal
of such excavated material, and backfilling around completed structures to the
level of original ground or finished grade.
2. Work to include all necessary pumping or bailing, sheeting, drainage,
construction, and removal of any required cofferdams.
3. Unless otherwise provided, work to provide for removal of old structures or
portions thereof, trees, and all other obstructions necessary to the proposed
construction.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
1.02 QUALITY ASSURANCE
A. Unless specified on PLANS or approved otherwise by Engineer, structural excavation
to be designated as follows:
1. Width and Length: From vertical plane outside structure line equal to thickness of
footing or slab.
2. Depth: From bottom of footing or slab to finished ground line or natural ground
line, whichever is lower in elevation.
4. When caissons are provided, excavation not permitted outside outer faces or
caissons.
1.03 DEFINITIONS
A. Cofferdam is a temporary or removable structure to keep surrounding earth, water, or
both out of excavation, and may be earth, timber, steel, concrete, or combination
thereof.
B. Caisson is a permanent part of the substructure, which sinks gradually into place as
material is excavated within the area protected by its sidewalls. It may be either open
well type or pneumatic type caisson.
A2003 - 1/4
08/02/2004
PART 2 —EXECUTION
2.01 CONSTRUCTION METHODS
A. General
1. Excavate to lines and depths indicated on PLANS or designated by Engineer.
Excavate below bottom of structural slab elevation shown for seal slab when
required.
2. Furnish supports for piping and structures within excavated area at no additional
cost to Owner.
3. When requested, sample soil in accordance with ASTM testing standards to
determine classification and strength of subgrade material. Sampling and testing
to be by approved testing lab. Notify Engineer of test results immediately.
Maximum depth of soundings not to exceed 5-feet below proposed footing grade,
and to be made when foundation excavation is substantially complete.
4. Where necessary to increase or decrease footing depths, change details of
structure as directed.
5. Do not disturb excavation bottom if structure rests on excavated surface other
than rock. Remove foundation material to final grade just before placement of
structure or seal slab.
6. When excavating rock or other hard material, cut to level, stepped, or serrated
surface and remove loose material from excavation. Clean out seams and fill with
concrete or approved structural fill prior to time of footing placement.
7. Protect excavations from rainfall and surface water. If supporting soil is exposed
to adverse wet or dry conditions, excavate deeper and/or wider to sound material
at no additional cost to Owner. Prior to such activity, notify Engineer.
8. Store excavated material used for future backfill in piles at locations convenience
for rehandling, and locate so as not to interfere with other work. Locate edge of
stockpile no closer to excavation than 1'/2 times the excavation depth.
9. Provide site drainage and/or groundwater control to protect excavations. Use site
grading, cofferdams, ditches, and/or other means to prevent surface water from
flowing into excavations or ponding on areas where foundations or pavement will
be located. Maintain continuous groundwater and surface water control until
structure is complete and ground surface has been brought to final grade.
B. Cofferdams and Caissons
1. Cofferdam to be complete with bracing and necessary pumps, well points, or
other procedures to control groundwater and surface water intrusion.
2. Place caisson by one or more of the following methods:
a. Interior dredging.
b. Addition of weight by increasing wall thickness, when permitted by
Engineer.
c. Addition of removable loads.
d. Use of water or air jets.
A2003 - 2/4
08/02/2004
e. Use of pile driving equipment for steel shell caissons with suitable driving
rig.
3. Provide cofferdams, when required, to allow for construction, removal of forms,
and observation.
4. Types and clearances of cofferdams or caissons which affect character of finished
work to be submitted for approval. All other details and design are responsibility
of Contractor.
5. When required, submit drawings showing proposed method of ground and surface
water control, and cofferdam or caisson construction.
6. Extend sheet pile cofferdams and caissons below bottom of footings sufficiently
to prevent "blow outs", and provide adequate bracing and make as watertight as
practicable.
7. When foundation piling are driven inside cofferdams or caissons, excavate below
footing grade to allow for swell of ground during driving operations. Dewater
excavation and remove foundation material to exact footing grade after driving
piles, before placing seal slab. Backfilling to compensate for excavation below
grade not permitted. Fill such areas with concrete; at time seal slabs are placed.
8. Adjust cofferdams or caissons, which tilt or move laterally. Report such
movement to Engineer immediately.
9. Unless otherwise provided, remove cofferdams after completion of construction
so as not to disturb or mar structure.
C. Pumping or Bailing
1. Pump or bail from interior of cofferdam or caisson, outside of forms. Avoid
movement of water through or along concrete being placed.
2. Do not pump or bail during concrete placement, or for minimum of 24 hours
thereafter, unless from suitable sump separated from concrete by watertight wall.
3. Do not pump or bail to dewater cofferdam or caisson for minimum of 36 hours
after seal slab has been set.
D. Structural Backfilling
1. Backfill excavated areas as soon as such backfill will not interfere with progress
of work.
2. Unless otherwise indicated, compact backfill mechanically in loose lifts not
exceeding 8-inches.
3. Unless otherwise specified in PLANS and TECHNICAL SPECIFICATIONS or
in soils report, backfill to be selected backfill, as approved by Engineer, with a
Plasticity Index (PI) of less than 20 and compacted with mechanical tamps to 90
percent of the Standard Proctor maximum dry density (ASTM D-698) at 0 to +2
percent wet of the optimum moisture content.
4. Do not place backfill against walls for minimum of 7 days after structure has been
in place.
5. Place backfill against walls of partially completed structure only after observation
by Engineer.
A2003 - 3/4
08/02/2004
6. Prevent wedge action of backfill against structure, and step or serrate slopes
bounding excavation. Do not use heavy or intense compaction against structure.
Backfill within 5-feet of structure to be subjected to light but full compaction.
7. Unless otherwise authorized, perform backfill in presence of Engineer.
2.02 MEASUREMENT AND PAYMENT
A. No separate measurement and payment for work performed under this Item, including
soil sampling if requested, except as indicated below. Include cost of same in Contract
unit prices bid for work of which this is a component part.
B. Measure "Extra Structural Excavation", when approved by Engineer, by cross-section
method in its original position. Pay for "Extra Structural Excavation" at Contract unit
price bid per cubic yard. Payment is full compensation for sheeting, bracing,
dewatering, backfill, and all other work necessary to excavate additional material.
A2003 - 4/4
08/03/2004
ITEM NO. A2013 — STRIPPING AND SITE GRADING
PART 1 —GENERAL
1.01 DESCRIPTION
A. Scope: Furnish necessary equipment and labor to remove vegetation and rubbish and
place approved excess roadway excavation in conformity with lines, grades,
dimensions, and details shown on PLANS.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
PART 2—PRODUCTS
2.01 MATERIALS
A. Fill: Use approved excess excavated material from roadway construction or borrow
material. Where necessary to borrow material, borrow from approved source,
excavate, and clean up borrow area. Material stripped from borrow site not to be
reused unless specifically designated on PLANS.
PART 3 —EXECUTION
3.01 GENERAL
A. Maintain surface drainage on site during construction. Remove unsatisfactory fill
material and waste vegetation from jobsite and dispose.
3.02 CONSTRUCTION
A. Fill Under Roadway: Remove muck and spongy materials from road subgrade. Place
fill in maximum 8-inch lifts, measured loose, and compact to minimum 95 percent
Standard Proctor Density (AASHTO Standard T-99-83).
B. Site Fill: Place approved fill material in project area outside of road ROW in
accordance with site grading plan. Grade to drain. When fill exceeds 4-inches, place
fill in maximum 8-inch lifts, measured loose, and compact to minimum 90 percent
Standard Proctor Density(AASHTO Standard T-99-83).
C. Waste: Waste vegetation and unsuitable fill material to become property of Contractor
and removed from jobsite.
A2013 - 1/2
08/03/2004
D. Final Clean-up: Level washes, ruts, depressions, and mounds to give areas smooth
finish.
3.03 MEASUREMENT AND PAYMENT
A. Stripping and site grading to be measured by lump sum and paid for at Contract price
bid for"Stripping and Site Grading".
A2013 - 2/2
08/03/2004
ITEM NO. A3001 — SPOT SODDING
PART 1 —GENERAL
1.01 SCOPE OF WORK
A. Sod areas not covered by structures, sidewalks, or roads within project area with St.
Augustine or Ormond Bermuda grass as specified on PLANS or preceding Special
Provision.
B. PLANS indicate limits and type of sod to be used.
1.02 WORK SPECIFIED ELSEWHERE
A. Fertilizer, if required, indicated by Special Provision to this Item.
PART 2—PRODUCTS
2.01 MATERIALS
A. Use sod blocks approximately square containing not less than nine (9) square inches of
live grass material, free from noxious weeds or other grasses. Provide sufficient moist
earth in each block to maintain growth. Plant sod which has been excavated for this
project within three (3) days.
PART 3 —EXECUTION
3.01 PLACEMENT
A. After grading operations and fertilizer application, when required, have been
completed, plant sod blocks at intervals of 18-inches, in rows 18-inches apart,
staggered to provide at least one (1) sod block to each 2'/2 square feet of area to be
sodded. Top of sod to match finish grade elevations and in no case more than '/2-inch
below. Water sodded areas at frequent intervals and maintain sodded areas in good
condition until final acceptance of work.
3.02 MEASUREMENT AND PAYMENT
A. No separate payment for work performed under this Item. Include cost of same in
Contract price bid for items of which this work is a component part.
A3001 - 1/1
Std. 08/03/2004
ITEM NO. A3002—COMPACTED SAND FILL UNDER STRUCTURES
PART 1 —GENERAL
1.01 DESCRIPTION
A. Scope: Furnish, place, and compact sand fill under structures within limits shown on
PLANS.
PART 2—PRODUCTS
2.01 MATERIALS
A. Clean sand or clean bank sand free from clay and clay lumps, shale, loam, organic
matter, excessive amounts of salt, and other deleterious materials. Sand with
maximum Plasticity Index of 7 and with not more than 40 percent passing a No. 200
sieve. Water, if used to aid compaction, to be clean and fresh.
PART 3 —EXECUTION
3.01 INSTALLATION
A. Construction: Excavate or strip to depth as indicated on PLANS or as directed by
Engineer. Compact subgrade to minimum dry density of 95 percent of maximum in
accordance with ASTM D698-78 by making several passes with flat-wheeled or
vibratory roller to uniformly dense soils and to ensure that localized weak and
compressible zones are not present. Shape surface to receive sand fill as shown on
PLANS. Place in 8-inch maximum lifts, measured loose, and compact with
pneumatic-tired or vibratory roller. In confined areas, compact with mechanical tamps.
Compact soils at or near optimum moisture content to a minimum dry density of 95
percent of maximum in accordance with ASTM D698-78. "Waterflooding" to obtain
required compaction not permitted. After compacting, shape surface area to grade
indicated. Make at least one (1) density test per lift.
3.02 MEASUREMENT AND PAYMENT
A. No separate payment for work performed under this Item, including density testing,
except as indicated below. Include cost of same in Contract price bid for work of
which this is a component part.
B. "Extra Compacted Sand Fill", when authorized, to be measured by cross-section
method in its compacted position and paid for at Contract unit price bid per cubic yard.
Payment under this bid item is limited to compacted sand fill as may be required in
excess of amount shown on PLANS.
A3002 - 1/1
08/03/2004
ITEM NO. A3004— SEEDING
PART 1 —GENERAL
1.01 DESCRIPTION
A. Scope: Seeding and fertilizing of areas not covered by structures, sidewalks, or roads
within the project area. Project area is indicated on PLANS or by Special Provision.
When shown on PLANS, provide soil retention protection.
PART 2 —PRODUCTS
2.01 MATERIALS
A. Seeds: Conform to requirements of U.S. Department of Agriculture Rules and
Regulations as set forth in Federal Seed Act and Texas Seed Law. Use seed, which
has been treated with an approved fungicide. Container labels to show purity and
germination, and name and type of seed. Planting date, type, and rate of application as
follows.
Rate of Application
Type in Pounds per Acre Planting Date
1. Unhulled Bermuda Grass 20 January 1 to April 1
2. Hulled Bermuda Grass 12 April 1 to October 1
3. Mix Bermuda and Rye in
Following Proportions: October 1 to January 1
Unhulled Bermuda Grass 12
Rye Grass (Gulf) 200
B. Fertilizer: Use pellet or granular fertilizer with analysis of 16 percent nitrogen, 20
percent phosphoric acid, and zero percent potash (or 10-10-5) unless otherwise
required. Determine percent by methods of Association of Official Agricultural
Chemists. Container labels to show analysis. Powdered or caked fertilizer not
permitted.
C. Straw Mulch: Use straw of oat or rice stems, prairie grass, bermuda grass, or other
approved straw. Do not use straw containing Johnson grass or other noxious weeds
and foreign materials.
D. Fiber Mat: Fiber mat to consist of machine-produced mat or wood fibers, with
consistent thickness throughout blanket. Use blanket with topside of netted twisted
A3004 - 1/3
08/03/2004
kraft paper having high wet strength, or biodegradable extruded plastic mesh. Use
blanket of weight from 0.7 pound per square yard to 1.0 pound per square yard.
E. Paper Mesh: Use paper mesh consisting of knitted construction of yarn with uniform
openings interwoven with strips of biodegradable paper, furnished in rolls with
suitable protection for outdoor storage. Use paper mesh of weight from 0.2 pound per
square yard to approximately 0.5 pound per square yard.
F. Wire Staples: As recommended by fiber mat or paper mesh manufacturer.
PART 3 —EXECUTION
3.01 CONSTRUCTION METHODS
A. GENERAL
Fertilizing and Seeding: After area(s) to receive fertilizing and seeding has been
completed to lines, grades, and sections shown on PLANS, apply fertilizer at uniform
average rate of 500 pounds per acre. Thoroughly mix upper 3-inches of topsoil with
fertilizer until a uniform mixture of fertilizer and topsoil is obtained. Sprinkle areas to
be seeded with water, using fine spray to avoid washing or erosion of soil. Broadcast
seed with sowing equipment at rate specified above, using care to obtain uniform
distribution. After broadcasting, lightly rake seeds into soil to a depth not to exceed
'/2-inch. Complete seeding by rolling with roller developing 15 to 25 pounds per inch
of tread. Keep seeded areas moist for a period of ten (10) days immediately following
placement. When watering seeded areas, use fine spray to percent erosion of seeds or
soil. Reseed any areas damaged by erosion. Do not apply seeds when weather is too
windy or other adverse conditions exist.
B. Straw Mulch Soil Retention Blanket
1. Fertilizing and Seeding: After ditch or slope has been completed to lines, grades,
and cross-sections shown on PLANS, apply fertilizer and seed as per "A." above.
When seed and fertilizer are to be distributed as water slurry, mixture to be
applied within thirty(30)minutes after all components are placed in equipment.
2. Mulch Application: Immediately upon completion of planting of seed and
fertilizing, spray straw mulch uniformly over the area at the rate of 1'/2 to 2 tons of
hay or 2'/2 tons of straw per acre. Equip mulching machine to inject asphaltic
material into straw uniformly as it leaves the equipment, at the rate of 0.05 to 0.10
gallon of asphalt per square yard of mulched area. When watering seeded areas,
use fine spray to prevent erosion for any reason. Mulching operation to follow
seeding and fertilizing immediately in continuous operation.
C. Fiber Mat or Paper Mesh Soil Retention Blanket
1. Fertilizing and Seeding: See `B.1" above.
A3004 - 2/3
08/03/2004
2. Fiber Mat or Paper Mesh Installation: Place fiber mat or paper mesh within 24-
hours after seeding operations have been completed. Prior to placing, clear area
to be covered of all rocks or clods over 1%-inches in diameter and all sticks or
other foreign material which will prevent close contact of the blanket with the
soil. Area to be smooth and free of ruts or other depressions.
a. If, as a result of a rain, prepared seedbed becomes crusted or eroded, or if
eroded places, ruts, or depressions exist for any reason, rework soil until
smooth and reseed such areas. After area has been properly prepared, lay
fiber mat or paper mesh flat, smooth, and loosely, without stretching or
crimping material.
b. Apply materials with lengths running parallel to the flow of water. Where
more than one width is required, butt or overlap edges as required by
manufacturer.
c. Hold material in place by means of wire staple driven into soil at 90° angle to
surface. Staple material along each edge and in grid pattern with minimum
3-foot centers each way as recommended by manufacturer. In ditches and on
slopes,provide additional stapling as recommended by manufacturer.
3.02 MEASUREMENT AND PAYMENT
A. Fertilizing and Seeding: Measure by the acre or lump sum as indicated in
PROPOSAL. Payment for work under this Item will be made at Contract price for
"Seeding", which price to be full compensation for all fertilizer, seed, equipment,
materials, and labor necessary for fertilizing and seeding.
B. Straw Mulch Seeding: Measure by the square yard as indicated in the PROPOSAL.
Payment for work under this Item to be made at the Contract price for "Straw Mulch
Seeding", which price to be full compensation for all fertilizer, seed, straw mulch,
equipment, materials and labor necessary for fertilizing and seeding.
C. Fiber Mat Seeding: Measure by the square yard as indicated in the PROPOSAL.
Payment for work under this Item to be made at the Contract price for "Fiber Mat
Seeding", which price to be full compensation for all fertilizer, seed, fiber mat,
equipment, materials, and labor necessary for fertilizing and seeding.
D. Paper Mesh Seeding: Measure by the square yard as indicated in the PROPOSAL.
Payment for work under this Item to be made at the Contract price for "Paper Mesh
Seeding", which price to be full compensation for all fertilizer, seed, paper mesh,
equipment, materials, and labor necessary for fertilizing and seeding.
A3004 - 3/3
08/03/2004
ITEM NO. A3007 — REMOVING OLD STRUCTURES
PART 1 —GENERAL
1.01 DESCRIPTION
Remove and dispose of old structures, or portions of old structures, as shown on
PLANS, and include all excavation and backfill to complete the removal hereinafter
described.
PART 2 — PRODUCTS
Not applicable to this Item.
PART 3 —EXECUTION
3.01 METHOD OF REMOVAL
A. Culverts or Sewers: Unless otherwise shown on PLANS, remove pipe and
appurtenances by careful excavation of all dirt on top and sides in such a manner that
pipe will not be damaged.
B. Concrete Structures: Remove concrete structures or concrete portions of structures in
sizes not larger than one cubic foot.
1. Concrete portions of structures below the permanent ground line, which will not
interfere in any manner with the proposed construction, may be left in place, but
removal to be carried at least 2-feet below the permanent ground line and nearly
squared off. Cut off reinforcement close to the concrete.
C. Steel Structures: Dismantle steel structures or steel portions of structures in sections as
determined by Engineer. Sections to be of such weight and dimensions as to permit
convenient handling, hauling, and storing if material is to be reused or salvaged.
Remove rivets and bolts connecting steel railing members, steel beams of beam spans,
and steel stringers of truss spans by cutting the heads with a "cold cut", and punching
or drilling from the hole, or by such other method as will not injure members for reuse
if material is to be reused or salvaged, and will meet approval of the Engineer.
Removal of rivets and bolts from connections of truss members, bracing members, and
other similar members in the structure not required unless specifically called for on the
PLANS or Special Provisions, and Contractor to have the option of dismantling these
members by flame-cutting the members immediately adjacent to the connections.
Flame-cutting not permitted, however, when shown on PLANS or when Special
Provision calls for the structure unit to be salvaged in such a manner as to permit re-
A3007 - 1/3
08/03/2004
erection. In such case, carefully matchmark all members with paint in accordance
with diagram furnished by Engineer prior to dismantling, and remove all rivets and
bolts from the connections in the manner specified in the first portion of this
paragraph.
D. Timber Structures: Remove timber structures or timber portions of structures in such
manner as to damage the timber as little as possible for further use. Remove all bolts
and nails from such lumber as deemed salvable by Engineer.
1. Unless otherwise shown on PLANS, Contractor may remove entirely, or cut off
timber piles at a point not less than 2-feet below ground line.
E. Brick or Stone Structures: Remove brick or stone structures or stone portions of
structures in sizes not larger than one cubic foot.
1. Portions of such structures below the permanent ground line, which will not in
any manner interfere with the proposed construction, may be left in place, but
removal to be carried at least 2-feet below the permanent ground line, and neatly
squared off
3.02 SALVAGE
A. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable
for reuse, and all structural steel to be carefully placed in neat piles at convenient
loading points which will not interfere with traffic or construction. Unless designated
points shown on PLANS, all other materials deemed salvable by the Owner to be
removed by Contractor and neatly piled at convenient loading points on site at no cost
to Owner. All of these materials to be the property of Owner.
1. I-beams, stringers, etc., specified to be dismantled without damage for reuse, and
all steel members matchmarked and dismantled for reuse, to be blocked off the
ground in an upright position to protect the members against further damage.
2. Materials, other than structural steel, deemed non-salvable become the property of
the Contractor, to be moved off the site by Contractor, and disposed of in a
satisfactory manner.
3. Where temporary structure is necessary for a detour adjacent to the present
structure, Contractor will be permitted to use the material in the old structure for
the detour structure, but he is to dismantle and stack, or dispose of material as
required above, as soon as new structure is complete.
3.03 BACKFILL
A. Backfill all excavation made in connection with this Item, and all openings below
natural ground line caused by removal of old structures or portions thereof, to the level
of original ground line, unless otherwise shown on PLANS.
1. Place that portion of the backfill which will support any portion of the structure,
roadbed, or embankment as required for placing structural backfill and
embankment. In places inaccessible to blading and rolling equipment, use
A3007 - 2/3
08/03/2004
mechanical or hand tamps, or rammers to obtain the required density comparable
with adjacent undisturbed material.
3.04 MEASUREMENT AND PAYMENT
A. Measurement: Work as provided for by this Item to be measured as each individual
structure to be removed, except that pipe sewers may be measured as each structure, or
may be measured by the linear foot. When measured by either method, removal to
include all appurtenances thereto.
B. Payment: Work as prescribed for in this Item to be paid for at unit price bid per each
for "Removing Old Structures, Small", or "Removing Old Structures (Pipe)", per each
structure or per linear foot, which price to be full compensation for all work, labor,
tools, equipment, excavation, backfilling, materials, and incidentals necessary to
complete the work.
A3007 - 3/3
Std. 08/03/2004
ITEM NO. A3030—HYDRO-MULCH SEEDING
PART 1 —GENERAL
1.01 DESCRIPTION
A. Scope: The work covered by this Item consists of furnishing all plant, labor, materials,
equipment, supplies, supervision, and tools, and performing all work necessary for
topsoiling, smoothing, seeding, fertilizing, watering, maintenance, and clean-up of all
areas disturbed during construction, all in accordance with the drawings and
TECHNICAL SPECIFICATIONS.
B. General: The hydro-mulch seeding operations, together with all other necessary related
work, to conform to the requirements specified in this Item. The area to be hydro-
mulch seeded to be noted on PLANS.
PART 2—PRODUCTS
2.01 MATERIALS
A. Seed: All seed must meet the requirements of U.S. Department of Agriculture Rules
and Regulations as set forth in Federal Seed Act and Texas Seed Law. Type of seed,
purity and germination requirements, rate of application, and planting dates are as
follows:
APPLICATION RATE POUNDS
TYPE PER ACRE PLANTING DATE
1. Hulled Common Bermuda Grass
98/88 40
Unhulled Common Bermuda Grass January 1 to April 15
98/88 40
Annual Rye Grass (Gulf) 50
2. Hulled Common Bermuda Grass
98/88 40 April 15 to October 1
3. Hulled Common Bermuda Grass
98/88 40
Unhulled Common Bermuda Grass October 1 to January 1
98/88 40
Annual Rye Grass (Gulf) 30
A3030 - 1/2
Std. 08/03/2004
B. Fertilizer: Fertilizer to be water soluble with analysis of 10 percent nitrogen, 20
percent phosphoric acid, and 10 percent potash. Rate of application to be 750 pounds
per acre except during the periods of April 15 through September 1, when the rate to
be reduced to 600 pounds per acre.
C. Mulch: Mulch to be virgin wood cellulose fiber made from whole wood chips. Within
the fiber mulch material, at least 20 percent of the fibers will be 10.7 mm in length and
0.27 mm in diameter. Rate of application to be 2,000 pounds per acre. Soil stabilizers
such as Terra Type III (or approved equal) to be applied at a rate of 40 pounds per acre
on side slopes and "Terra Tack I" (or approved equal) to be applied at a rate of 40
pounds per acre in the flatter, upper portions of channel areas.
PART 3 —EXECUTION
3.01 MAINTENANCE
The hydro-mulch seeding to be adequately watered until established. Any areas
damaged by erosion or areas that do not have acceptable turfing to be reseeded.
3.02 MEASUREMENT AND PAYMENT
Measure by lump sum as indicated in PROPOSAL. Payment for work under this Item
will be made at Contract price for "Hydro-Mulch Seeding", which price to be full
compensation for all fertilizer, seed, equipment, materials, and labor necessary for
fertilizing and seeding.
A3030 - 2/2
08/03/2004
ITEM NO. A3031 —PLANTING
PART 1 —GENERAL
1.01 DESCRIPTION
Scope: Installing plant materials in properly excavated planting pits, backfilling
planting pits and planting beds, staking plant materials, applying weed prevention to
planted areas, furnishing and installing mulch as indicated on PLANS or by Special
Provision. Contractor Maintenance, planting warranty and replacement provisions
apply.
PART 2—PRODUCTS
2.01 MATERIALS
A. Plants: Conform to requirements of the U.S. Department of Agriculture Rules and
Regulations in accordance with all applicable laws, codes and regulations, and provide
for all inspections and permits required by Federal, State and local authorities in
furnishing, transporting and installing materials.
B. Reference Standards:
1. "Grades and Standards", latest edition, Texas Association of Nurserymen
Specifications, Austin, Texas 78704.
2. "Outstanding Texas Landscape Plants", latest edition Texas Association of
Nurserymen, Austin, Texas 78745-6621.
C. Source—Quality Control:
1. Plants shall be subject to inspection and approval by Engineers.
2. Substitutions of plant materials will not be permitted unless authorized in writing
by Engineers. If proof is submitted that any plant specified is not obtainable, a
proposal will be considered for use of the nearest equivalent size or variety. Such
proof shall be substantiated and submitted in writing to Engineer twenty (20) days
prior to start of work under this Section.
D. Quality:
1. Plants shall be typical of their species and variety; have normal growth habits; be
sound, healthy, vigorous and free from insect pests, plant diseases, injuries and
after-effects thereof.
2. All plants shall conform to minimum requirements of the American Standard of
Nursery Stock (current edition) and shall equal or exceed the measurements
specified in the plant list which are minimum acceptable sizes.
3. Plants shall be measured before pruning with branches in normal position.
Pruning shall not be done prior to delivery or planting except by approval.
A3031 - 1/6
08/03/2004
4. All plants shall have a minimum of 12-inch ball for every caliper inch.
5. All multi-trunk plants shall have a minimum of three (3) full, substantial trunks or
as specified.
6. All suckers and small branches shall be trimmed off.
E. Shape: All plant materials shall be full (heavy) of branch, substantial spread and
balanced in shape. Head of trees shall be full and branches shall be well formed.
Trees having thin heads or unbalanced shape will not be accepted.
2.02 TOPSOIL
A. Taken from that stockpiled on site; additional topsoil, if required, shall be approved by
the Engineer before delivery to the site.
1. Shall not be stripped, collected or deposited while wet.
2. Shall be natural friable, fertile soil possessing characteristics of representative
productive soils in the vicinity.
3. Shall be without admixture of subsoil.
4. Clean and reasonably free of clay lumps, stones, roots or similar substances over
1" in diameter.
5. Ph of 6.5 to 7.0.
6. Shall be free of toxic substances which may be harmful to plant growth.
7. Shall be free of Nutgrass or other noxious weeds or grass seed.
2.03 SAND
Shall be free of Nutgrass, other noxious weeds and impurities. Sharp sand shall be of
same size as normally used in masonry construction.
2.04 GRIT
Composted pine bark, free of debris,weeds, and grass.
2.05 SOIL BACKFILL
Planting shall be done in backfill mix composed of the following: 1/3 grit, 1/3 sand
and 1/3 topsoil, or 2/3 grit and 1/3 topsoil by volume thoroughly mixed.
2.06 STAKING MATERIALS— Shall be as follows:
A. Tree Stakes—2"x 2"Cedar Stakes or Treated Southern Pine.
B. Ties—Black Rubber Tire tie or other as approved.
2.07 TREE PAINT: Tree Kote, Cabot tree paint or equal.
A3031 - 2/6
08/03/2004
2.08 WATER: Furnished by Owner. Contractor is responsible for all containers, hoses,
etc., that may be required.
2.09 PRE-EMERGENCE WEED CONTROL: Eptam as manufactured by Greenlight
Product Company, San Antonio, Texas.
2.10 MULCH
A. Shredded Pine Bark — Shall be the product of standard stripping of bark from pine
trees for timber or pulp manufacturing. Bark shall be shredded in a manner where
large pieces are at a minimum. The mulch shall be free of debris.
PART 3 - EXECUTION
3.01 INSTALLATION OF NURSERY GROWN STOCK
A. Layout: Stake each tree and major shrub and outline of shrub beds. Engineer will
check location of plants in the field and shall adjust if necessary.
B. Excavation: For planting in old beds or unprepared soil.
1. Dig the hole twice as wide and only as deep as the root ball. Digging deeper
results in loose soil under the root ball, causing the root ball to settle too deep into
the hole later.
2. Remove excavated material from the plant pit area. The native soil portion of this
excavated material may be used as the topsoil portion of the backfill mixture.
3.02 DRAINAGE OR OBSTRUCTIONS
A. The Engineer shall be notified in writing of any obstructions which would prove
detrimental to drainage of plant pit or placement of plants.
3.03 PREPARING PLANT MATERIALS FOR PLANTING
A. Canned stock shall be removed carefully after cans have been cut on two sides with
approved cutter. Do not use spade to cut cans. Do not lift or handle container plants
by tops, stems or trunks at any time.
B. Do not bind or handle any plant with wire or rope at any time so as to damage bark or
break branches. Lift and handle plants only from bottom of ball.
C. Ball and burlap (B&B) plants shall have firm balls of earth. Plants moved with a ball
will not be accepted if the ball is cracked or broken before or during planting
operations.
D. If container grown shrubs have girdled roots, scarify sides of root mass.
A3031 - 3/6
08/03/2004
E. INSTALLATION OF PIT PLANTED MATERIALS
A. Fill plant pits with soil mix to compacted depth to receive plant root ball, so top of root
ball is one inch (1") above finished grade.
B. Scarify the walls and bottom of all plant pits immediately prior to the placement of
plant and backfill mix. The Contractor shall remove all glazing caused by an auger or
mechanical hole digger.
C. For boxed material, break vertical bands and remove top and bottom of container.
Carefully lower plant into pit with backhoe or approved method and adjust elevation.
Cut horizontal bands and remove sides. Prune away girdled roots. Carefully fill pit
and compact by watering in to support root ball.
D. Place B&B plants carefully in the prepared planting pit. Do not disturb root ball or
untie twine or roping until backfill settlement is complete and tree is staked, if
applicable. Fill planting pit by flooding each eight (8) inches or backfill for balls
greater than 24 inches in diameter.
E. Smooth planted areas to conform to specified grades after full settlement has occurred.
Contractor shall bear final responsibility for proper surface drainage of planted areas.
Any discrepancy in the drawings or specifications, obstructions on the site, or prior
work done by another party which Contractor feels precludes establishing proper
drainage, shall be brought to the attention of the Engineer in writing.
F. Form saucer with three (3) inch high berm around trees twenty-four (24) inches wider
than ball diameter.
G. Water all plants immediately after planting.
H. Apply pre-emergent weed control material in areas to receive mulch.
I. Spread mulch in required areas to the compacted depth of three (3) inches.
3.04 INSTALLATION OF BED PLANTED MATERIALS
A. Install steel edging where shown. Anchor with steel stakes spaced not more than three
feet (3') o.c. or as often as necessary to have smooth radius or straight tangent. Drive
stake to one inch (1") below top of edging on inside of bed.
B. Fill all groundcover beds with plant bed mix to finished grade (compacted) plus two
inches (2").
A3031 - 4/6
08/03/2004
C. Excavate in planting mix for individual plant and install as required. Set plant plumb
and brace rigidly in position until planting soil mix has been tamped solidly around the
ball and roots.
D. Water thoroughly, saturating root ball, eliminating all air pockets. Top of root ball
shall be slightly above finished grade.
E. Smooth planting areas to conform to specified grades after full settlement has
occurred. Contractor shall bear final responsibility for proper surface drainage of
planted areas.
F. Water all plants immediately again after planting.
G. Apply pre-emergent weed control material over entire area to receive mulch.
H. Mulch all shrub and tree beds with shredded bark to three inches (3") thick.
3.05 PRUNING
A. Prune containerized plants only at time of planting and according to standard
horticultural practice to preserve the natural character of the plant. Prune by removing
entangled branching and by removing crotches. Avoid removing branch tips wherever
possible. Pruning to be done under supervision of the Engineer.
B. Remove all dead wood, suckers and broken or badly bruised branches. Use only
clean, sharp tools.
C. Prune B&B material as may be directed by Engineer by removing a percentage of
interior branching proportional to the root loss during digging (up to 1/3).
D. Paint cuts over 3/4 inch diameter with tree paint, covering all exposed, living tissue.
3.06 STAKING
A. All trees are to be staked by the Contractor, who will be responsible for material
remaining plumb and straight for all given conditions for one year from Substantial
Completion. Tree support shall be done as outlined below.
B. Staking shall be completed immediately after planting.
C. Stake all trees under three (3) inches caliper in accordance with the following:
Tree Caliper at 6" Grade No. Stakes Stake Size
To l3/% inch 2 2" x2" x8'
2 inch to 3 inch 2 2" x 2" x 10'
A3031 - 5/6
08/03/2004
D. Stakes to be located paralleled to buildings and as close to the main trunk as is
practical, avoiding root injury. Stakes shall be driven at least 18 inches into
undisturbed ground.
E. Tie tree to stake using approved tree tie. Tie shall be located midway within tree
crown or at a location approximately 2/3 of the overall height of the tree. Locate tie
just above major side branch in order to deter slippage. Nail rubber ties to stake using
two (2) roofing nails at each end of tie. Cut off any remaining stake after total
securement to within two (2) inches of upper tree tie.
F. Locate second stake opposite first. Secure with one tie opposite upper tie at first stake.
G. Auxiliary stem stakes shipped with trees shall be secured at eight (8) inch intervals to
within six (6) inches of top of stake.
3.07 COORDINATION
Coordinate with other contractors to enable work to proceed in a timely and efficient
manner.
3.09 CLEAN UP
As work progresses, all work areas are to be kept neat and clean. All debris and
extraneous material shall be removed from work site prior to final acceptance.
3.10 INSPECTIONS
Written requests for inspections shall be made seven (7) days prior to anticipated
inspection date. Inspections are for the purpose of establishing the maintenance
period.
PART 4—MEASUREMENT AND PAYMENT
A. Plants, backfill, mulch and steel edging will be measured by the units specified on the
Bid Schedule. All other items are subsidiary to the bid items of which they are a part
and no separate measurement will be made.
B. Payment will be made according to the bid price for the measured units specified on
the Bid Schedule inclusive of all subsidiary items.
A3031 - 6/6
Std. 08/03/2004
ITEM NO. A3032—MAINTENANCE AND WARRANTY
PART 1 —GENERAL
1.01 DESCRIPTION
Scope of work includes Warranty Period, Maintenance Period, and Commencement
Date.
1.02 COMMENCEMENT DATE
A. Contractor is responsible for all maintenance from the date of signing of contract until
the end of the maintenance period. The Date of Commencement for the Warranty
Period and Maintenance Period shall be the date of the Notice of Substantial
Completion issued jointly by the Engineer and the Owner.
B. The Contractor shall be responsible for maintaining all work in accordance with
specified maintenance requirements including security during the interim phase
between construction and completion.
C. Warranty Period shall expire on the specified anniversary date of the Notice of
Substantial Completion.
1.03 WARRANTY PERIOD
A. Hardscape— Twelve (12) months.
B. Planting—Twelve (12) months.
1.04 MAINTENANCE PERIOD: Thirty (30) days.
1.05 POLICING OF AREA FOR DEBRIS
A. Specified maintenance shall include, without exception, regular clean up and removal
from the site of cans, excess soil, paper, dead animals and miscellaneous debris.
A3032- 1/1
Std. 08/03/2004
ITEM NO. A3034 - STORM WATER POLLUTION PREVENTION PLAN (SW3P)
PART 1 - GENERAL
1.01 DESCRIPTION
A. Section Includes:
1. A draft of the Storm Water Pollution Prevention Plan to use as a general guideline
to meet new EPA Standards.
2. Specifications pertaining to the structural systems and pollution prevention
systems to be used to meet the guidelines.
3. Details of the structural systems to be used to meet the EPA requirements.
B. References
1. Clean Water Act of 1972 establishing the National Pollution Discharge
Elimination System(NPDES).
2. 40 CFR 122.21 Application for a NPDES Permit.
3. 40 CFR 122.26 Storm Water Discharges.
C. Related Work Specified Elsewhere
1. Embankment- Item No. A2004
2. Channel Excavation- Item No. A2009
1.02 QUALITY ASSURANCE /QUALIFICATIONS
It is the intent of the information provided in this section to be used as the general
guidelines of the storm water pollution prevention plan for this project to establish a
minimum basis of compliance for bid purposes. However, it is the responsibility of
the Contractor and all Subcontractors to meet all of the requirements of the law,
regardless of the information provided herein. The plan to which the Contractor
certifies compliance shall be the Contractor's plan and no responsibility for the
information contained in this section or shown on the plans shall be construed as the
Owner's or Engineer's responsibility.
1.03 PLAN
The Site Grading Plan supplements the information contained within this section.
PART 2 - PRODUCTS
Not required for this item.
PART 3 - EXECUTION
A3034 - 1/2
Std. 08/03/2004
The following information is the basis for the Storm Water Pollution Prevention Plan:
Storm Water Pollution Prevention Plan for
Site Grading of the Dravo Spoil Area
A3034 - 2/2
8/4/14
ITEM NO. B 1001 - CONCRETE
PART 1 - GENERAL
1.01 DESCRIPTION
Scope: This Item governs for materials used; for storing and handling of materials; and
for proportioning and mixing of concrete for reinforced concrete pavement, and all
reinforced concrete precast and cast-in-place structures.
1. Contractor assumes responsibility for cost and design of proper concrete mixture.
A. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
1.02 QUALITY ASSURANCE
A. Furnish laboratory reports showing proportions and materials selected will produce
laboratory-mixed concrete of specified quality and having strengths 20 percent higher
than 28-day strength specified, at maximum slump and maximum air content specified.
B. Owner to select testing laboratory, conforming ASTM E329, to make tests throughout
concrete operations. When requested by Owner, Engineer or his representative will
monitor tests and review results.
1.03 SUBMITTALS
A. Samples
1. Furnish material samples to approved testing laboratory for review and testing.
2. Provide sufficient quantities for testing and determining mixes to produce
concrete class specified.
B. Mix Designs
1. Submit mix designs for each different concrete strength and for each different
aggregate.
2. Secure confirmation of laboratory tests on proposed mix designs prior to
submittal.
3. Use only approved mix designs.
4. Make required tests of mix as called for elsewhere in this specification under
"Tests."
C. Reports: Provide certified mill reports on cement and sieve analysis on aggregate.
D. Tests
1. Make moisture tests of aggregate to ensure proper batching and proportioning.
2. Provide and maintain curing facilities conforming to ASTM C31.
B1001 - 1/8
8/4/14
3. For Structural Concrete:
a. Perform sufficient number of tests to maintain check on quality.
b. Conduct tests as per test procedures (ASTM C31 and C39 for Compression
Test).
c. When Portland cement concrete other than high-early-strength concrete is
used, test minimum of two (2) standard 6-inch by 12-inch cylinders at 7 days
and minimum of two (2) 6-inch by 12-inch cylinders at 28 days, for each 50
yards of concrete placed or each structure, whichever is less.
d. When high-early-strength concrete is used, test minimum of two (2)
standard 6-inch by 12-inch cylinders at 3 days and minimum of two (2) 6-
inch by 12-inch cylinders at 7 days for each 50 cubic yards of concrete
placed or for each structure, whichever is less. Minimum strengths normally
required at 7 and 28 days will be required at 3 and 7 days, respectively.
4. For paving concrete, test pavement work as required by PLANS and/or as follows:
a. Make one beam for each 1,000 square yards of pavement, or part thereof, for
each day's pour and/or one beam on each street.
b. Size of beams as required by ASTM C31.
c. Core sampling in accordance with requirements of Special Provision.
d. If requirements not established by Special Provision, make one core for each
1,000 linear feet or pavement, or one core for each 2,500 square yards of
pavement, or at least one core for each street, whichever is lease in area.
e. Fill core hole with non-shrinking grout at no additional cost to Owner.
f. Test core for compressive strength and for thickness.
5. For air entrainment, make two tests, in accordance with ASTM C138 or C173, for
each day's placing.
6. Make slump tests periodically in accordance with ASTM C 143.
E. Specimen handling
1. Mark test specimens clearly in a definite sequence.
2. Transport and store specimens to prevent damage.
3. Provide insulated shed for storage of cylinders and beams.
4. Provide records identifying each cylinder with locations from which specimens
were taken.
5. Cure specimens under laboratory conditions, except that for a possibility of
surrounding air temperature falling below 40o F, additional specimens to be cured
under job conditions may be required.
F. Failure to Meet Specifications
1. Concrete failing to meet specifications will be rejected.
2. Should a 3-day (high-early cement) or 7-day (normal cement) test fail to meet
established strength requirements, extended curing or resumed curing may be
required.
3. Contractor to strength structures or replace portions thereof which fail to meet
established strength requirements, at Contractor's expense.
B1001 - 2/8
8/4/14
4. Test cores, when required, to be in accordance with procedures of ASTM C42 at
no additional cost to Owner.
1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Cement
1. Store in weathertight enclosure and protect against dampness, contamination, and
warehouse set.
2. Use only one supply source for each aggregate stockpile.
B. Aggregates
1. Stockpile to prevent excessive segregation, or contamination with other materials
or other sizes of aggregates.
2. Use only one supply source for each aggregate stockpile.
C. Admixtures
1. Store to prevent contamination, evaporation, or damage.
2. Protect liquid admixtures from freezing or harmful temperature ranges.
3. Agitate emulsions prior to use.
PART 2 —PRODUCTS
2.01 MATERIALS
A. Concrete: Ready-mix concrete conforming to ATSM C94 or site-mixed concrete (dry
weight 145-150 pounds per cubic foot).
1. Cements
a. ASTM C 150, Type I.
b. ASTM Specifications for weight variations and length of storage.
c. Use no caked cement.
d. Deliver in bags for site-mixed concrete.
e. Use only one brand of cement in any one structure.
f. Cement for Class "P" concrete may be delivered in bulk if method of
handling is approved.
2. Admixtures
a. Air-entraining admixtures in accordance with ASTM C260.
b. Water-reducing and retarding admixtures in accordance with ASTM C494,
Type A, or Type D admixture, modified as follows
1) Bleeding water no greater than bleeding water of ASTM C494
reference concrete when tested as per ASTM C232.
2) Increase durability, decrease permeability, and increase resistance
to surface scaling, when compared to ASTM C494 reference
concrete.
3) No chlorides or alkalis added during manufacture of admixture.
c. High range water-reducing admixture (superplasticizer) in accordance with
ASTM C494, Type F or Type G modified as follows:
B1001 - 3/8
8/4/14
1) Superplasticized concrete to be nonsegregating, have little
bleeding, and have physical properties similar to low water-cement
ratio concrete.
2) Admixture composed of a synthesized suffocated polymer to be
added to the concrete mixer with gauge water at the central batch
plant.
3) Use only one liquid admixture to achieve the superplasticized
concrete, except where air entrainment is desired, in which case,
air entraining admixture to be compatible with superplasticizer
admixture.
4) Treated concrete must be capable or maintaining superplastic state
in excess of two hours.
5) Dosage as recommended by the manufacturer.
d. Additional Requirements
1) Manufacturer to provide proof of successful field use of water-
reducing and retarding admixture from recognized laboratories and
other authorities.
2) Manufacturer to provide local representative and warehouse
facilities, when requested by Owner.
3) Provide qualified concrete technician to assist in concrete mix
design, if required.
4) If required, Contractor to acquire approved commercial laboratory
testing at no cost to Owner to furnish certification of compliance
with this specification.
5) Water reducing a retarding admixtures used in Class A and Class K
concrete only, unless other wise specified.
6) Use manufacturer's published recommended dosage for optimum
results as minimum requirements. Engineer may vary dosage after
analysis of results of local commercial laboratory tests using
materials from sources assigned by Contractors.
7) Dispensing and mixing equipment and procedures at batch plant
are subject to approval.
3. Coarse Aggregate
a. Durable particles of gravel, crushed gravel, crushed blast furnace slag,
crushed stone, or combination thereof, conforming to ASTM C33.
b. Use clean, durable particles, free from frozen materials, clay, salt, alkali,
vegetable matter, or other coating, which would adversely affect strength of
concrete or bonding of aggregate to cement paste.
1) Non-Prestressed Concrete aggregate size from No. 4 to 1 1/2-inch.
2) Prestressed Concrete aggregate size from No. 4 to 1-inch.
c. The maximum size coarse aggregate to be as indicated above or no greater
than three-fourths of the minimum clear spacing between parallel
reinforcing bars or prestressing tendons, whichever is smaller.
4. Fine Aggregate
a. Natural sand as per ASTM C33.
b. Fineness modulus between 2.4 and 2.9.
B 1001 - 4/8
8/4/14
5. Water
a. Free from oils, acids, alkalis, organic mater or other deleterious substances,
and not containing more than 1,000 parts per million of sulphates.
b. Testing not required from municipal supplies approved by Texas
Commission on Environmental Quality(TCEQ), but from other sources
water will be sampled and tested, at no additional cost to Owner, before use.
6. Slump
a. Test method as per ASTM C 143.
b. As indicated in Classification Table.
7. Mix Proportioning
a. As per Classification Table, based on maximum water-cement ratio and
minimum strength requirements, with limits set on minimum cement
content.
b. Increase cement content above minimum or use approved admixtures,
without additional cost to Owner, if type, gradation, or sizes of aggregate
being supplied gives concrete mixture not meeting strength and workability
requirements.
8. Coring Materials: Per Item "Concrete Structures."
B. Nonshrink Grout: Grout to have moderate fluidity and to conform to Corps of Engineers
Specification CRD-C 621-82B.
C. Pumpable Flowable Backfill:
1. Mix#94564FFP: (Per Knife River—An MDU Resources Company)
a. Sand 2450#/CY ASTM C-33
b. Cement 94#/CY ASTM C-150
c. Fly Ash 564#/CY ASTM C-618
d. Eucon Air-40 5 oz/CY ASTM C-680
e. Water 49 gal/CY Municipal
B1001 - 5/8
8/4/14
CLASSIFICATION TABLE
Max.Water Content(') g
} Min.Comp. Pounds of Gallons of Min.Cement Per
SlumpRan e Total Air Content
Strength(psi) Water/Lb. Water/Bag Cy(2) * g
Class-Type 7-Day 1 28-Day Cement Cement Lbs. Bags (in.) - (%)
A-Structural 2000 3000 0.55 6.25 494 5.25 21 to 41 21 to 41/2
ASP-Structural(3) 2000 3000 0.50 5.65 423 4.50 7 to 10(4) 3 to 5
B-Slope 1200 2000 0.75 8.50 400 4.25 21 to 4 2Y2
Protection
C-Pipe Blocking --- 1500 0.97 1 1.00 282 3.00 3 to 5 3 to 6
D-Seal Slab --- --- --- --- 376 4.00 6 to 8 As needed
E-Monolithic 2000 3000 0.55 6.25 564 6.00 4 to 6 3 to 5
Sewer
F-Prestressed(5) --- 5000 0.51 5.75 635 6.75 2 to 3 As needed
G-Prestressed(5) --- 6000 0.49 5.50 658 7.00 2 to 3 As needed
K-Structural(6) 2800 4000 0.50 5.65 564 6.00 31 to 5 21 to 41/
Ksp-Structural(3) 2800 4000 0.45 5.00 470 5.00 7 to 10(4) 3 to 5
P-Paving 6-Inch 1800 2800 0.66 7.50 423 4.50 3 to 5 211 to 41/2
(8)
450(7)
P-Paving 7-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 21 to 41
(8)
500(7)
P-Paving 8-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 21i2 to 41/2
(8)
550(7)
*All slump Ranges+' -Inch Tolerance
(1) Include in maximum water,free water in aggregate minus absorption of aggregate
based on a 30-minute absorption period.
(2) For concrete placed under water,minimum cement per cubic yard shall be 611 pounds
(6.5 bags).
(3) Asp and Ksp to contain approved High Range Water Reducing(HRWR)Admixture.
(4) Maximum 2-Inch slump before addition of HRWR Admixture.
(5) For prestressed concrete,water-reducing admixture may be used as needed.
(6) Use approved water-reducing and retarding admixture.
(7) Minimum flexural strength at 7 days.
(8) Slump range 1-Inch to 3-Inch when slip form method of construction used.
B1001 - 6/8
8/4/14
PART 3 —EXECUTION
3.01 MIXING CONCRETE
A. General
1. Ready mixed and in accordance with requirements of current ACI Building
Codes.
2. Postpone or delay work during adverse weather conditions.
3. Protect dry batch material so that it reaches mixer in a dry condition.
4. Use batch mixer having approved and positive water control, and measuring
device for all materials.
5. Continue mixing to ensure uniform distribution of materials, but not less than 11/
minutes after all materials have been introduced into mixer drum.
6. Rotate drum at peripheral speed recommended by mixer manufacturer.
7. Mix and deliver as per ASTM C94.
a. Add mixing water at plant.
b. Mix concrete in quantities required for immediate use, and discharge at job
site within one hour after introduction of cement to aggregate. If Contractor
can prove that concrete consistency measured by slump will not be reduced
by more than 2-inches when superplasticized concrete is used, time interval
between mixing and placing may be extended to a maximum of 90 minutes
or to a period in which slump loss will not exceed 2-inches.
c. Begin mixing operation within 30 minutes after cement and aggregates
intermingled.
d. Ready-mixed concrete producer to furnish delivery tickets indicating:
1) Delivery date and time dispatched.
2) Name and location of project.
3) Name of contractor.
4) Name of ready mixed concrete producer.
5) Truck number.
6) Number of cubic yards of concrete in load.
7) Class of concrete.
8) Cement content in bags per cubic yard of concrete.
9) Amount of admixture in concrete, if any.
10) Number of gallons of water in mixture.
11) Air content.
8. Job mix concrete in approved type mixer, and do not load beyond manufacturer's
rated capacity.
a. Normal Weight Concrete
1) Mix batches of one cubic yard or less for minimum of 11 minutes
after materials are placed in mixer.
2) Increasing mixing time 15 seconds for each half yard increased
over on cubic yard batch.
b. Maintain positive batch control equipment to within one percent (1%)
accuracy.
B1001 - 7/8
8/4/14
c. Clean, maintain, and operate equipment so as to thoroughly mix material
as required.
d. Hand mixing permitted for small placements only, or in emergencies, as
authorized.
e. Hand-mixed batches not to exceed a two-bag in volume.
9. Do not mix when air temperature is at or below 40 deg. F(taken in the shade
away from artificial heat) and falling, or if likely to fall below 40 deg. F in next 24
hours.
10. To produce concrete with minimum temperature of 50 deg. F, heat aggregate
and/or water uniformly as follows:
1) Water temperature not to exceed 180 deg. F, and/or aggregate
temperature not to exceed 150 deg. F.
2) Heat mass of aggregate uniformly.
3) Temperature of aggregates and water to be between 50 deg. F and
85 deg. F before introduction of cement.
3.02 INSTALLATION
In accordance with other applicable TECHNICAL SPECIFICATIONS.
3.03 MEASUREMENT AND PAYMENT
A. No separate measurement and payment for work performed under this Item, except as
indicated below. Include cost of same in contract price bid for work of which this is a
component part.
B. Measure "Extra Concrete," when approved by Engineer, by cubic yard of concrete of
class ordered, complete in place. Pay for"Extra Concrete unit price bid per cubic yard
for classes of"Extra Concrete" used
B1001 - 8/8
Std.04/21/2006
ITEM NO. B 1002—METAL FOR STRUCTURES
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Furnish and fabricate carious metals for types of structures indicated on
PLANS
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
1.02 PRODUCT DELIVERY , STORAGE AND HANDLING
A. Deliver materials to jobsite free from dirt, scale and rust, oil or other foreign material.
B. Store above surface of ground on platforms, skids, or other supports to prevent
sagging, and protect from mechanical injury and surface deterioration caused by
exposure to conditions producing rust and corrosion.
C. Handle so that material will not sustain bending or warping before and during
placement.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Structural Steel: Per ASTM A36, unless otherwise noted.
B. Carbon Steel Castings: Per ASTM A27.
C. Galvanized Sheet Metal: Per ASTM A525, for zinc-coated (galvanized) iron or steel
sheets.
D. Threaded Fasteners
1. Standard Bolts: Per ASTM A307
2. High-Strength Bolts: Per ASTM A325
E. Corrosion-Resisting (Stainless) Steel
1. Plate, Sheet, Strip, Fasteners Where No Welding Required: Per ASTM A167,
Type 316 or 304.
2. Plate, Sheet Strip, Fasteners Where Welding Required: Per ASTM A167, Type
316L or 304L.
F. Copper
B1002 - 1/2
Std. 04/21/2006
1. Sheet, Strip, Plate: Per ASTM B152, No. 110.
2. Rod, Bar, Shapes: Per ASTM B 133, No. 110.
G Lead: Pig leas per ASTM B29.
H. Aluminum
1. Structural Shapes, Extrusions, Bars, Grating, Stair Treads: Per ASTM B221 and
ASTM B308, Alloy 6061-T6.
2. Gravel Stops: Per ASTM B221, Alloy 6063-T42.
3. Other Items: Per recognized standards.
PART 3 - EXECUTION
3.01 GENERAL REQUIREMENTS
A. Galvanizing: Per ASTM A123, ASTM A153, and ASTM A386 as applicable.
B. Re-galvanizing: Repair chipped or otherwise damaged galvanized areas by application
of zinc dust-zinc oxide paint conforming to requirements of Federal Specification TT-
P-641b or by application of repair compounds conforming to requirement of Federal
Specification O-G-93 (stick only) in accordance with manufacturer' recommendations.
3.02 MEASUREMENT AND PAYMENT
A. No separate pay for work performed under this Include cost of same in Contract price
bid for work of which this is a component part.
B1002 - 2/2
Std. 04/21/2006
ITEM NO. B2002 —METAL STRUCTURES
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Fabricate and erect structural steel and other metals.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
1.02 SUBMITTALS
Submit the following in accordance with Contract Documents.
A. Shop Drawings
1. Required for structural steel forgings, wrought iron, castings, or bearings.
2. Required for camber and erection diagrams,
3. Shop drawings to reflect use of submerged are welding, gas metal arc
welding, or cored arc welding.
4. Submit preliminary erection drawings showing sequence of erection, location
of falsework, and location of ground and air splices.
5. Provide the following information for members fabricated by welding or
bolting.
a. Fabricating procedures.
b. Calculated stresses.
c. List of equipment used for fabrication.
d. Sequence of assembly.
e. Details of connections.
f. Special process such as planning, facing, etc.
B. Certificates
1. Submit certified copy of mill certificates of compliance with requirements
herein specified for structural steel and other metals
2. Submit certified copy of shop welding test in compliance with requirements
herein specified.
3. Mill test not required for miscellaneous hardware, bolts, nuts, washers,
screws, etc.
C. Welding:Equipment, procedures, operations, workmanship, qualification of welders,
and inspection to conform with AISC and AWS.
1. Shop welding to be at no additional cost to Owner.
a. Make random radiographic inspections of 35 percent of primary
welds.
b. Welds requiring repairs to be retested by radiography after repairs
are made.
B2002 - 1/4
Std. 04/21/2006
c. If defective work is found, make additional radiographs on sections welded
by same equipment and/or operator just prior to and just after the section
containing the defect.
d. Radiography required because of unacceptable welding to be performed by
approved commercial laboratory at no additional cost to Owner.
2. Field Welding
a. Make random radiographic inspections of 25 percent of primary welds.
b. Radiograph defective weld repairs.
c. Radiography required because of unacceptable welding to be preformed by
approved commercial laboratory at no additional cost to Owner.
1.03 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Handle material so as to prevent its injury or damage.
B. Store material on skids aboveground and keep clean, properly drained and protected
from elements causing corrosion or other damage.
C. Store girders and beams upright, and prevent excessive deflection.
D. Store piles at locations approved by Owner.
PART 2 —PRODUCTS
2.01 MATERIALS
A. Structural Steel and Other Materials: Per Item "Metals for Structures."
B. Electrodes for welding to conform to the following.
1. For Manual Shielded Metal-Arc Welding: Per AWS A5.1 or AWS A5.5.
2. For Gas Metal-Arc Welding: Per AWS A5.18 or AWS A5.20.
3. For stainless steel use 309-CB stabilized welding rods.
PART 3 —EXECUTION
3.01 FIELD ERECTION
A. Methods and Equipment
1. Spot welding to eliminate erection bolts not permitted.
2. Securely tie and/or brace beams or girders over roadway or railroad. Protect
traffic below from falling objects during construction.
B. Falsework: Properly designed, constructed, and maintained.
B2002 - 2/4
Std. 04/21/2006
C. Straightening Bent Material
1. Straighten plates, angles, built-up members, and other shapes by methods that will
not produce fracture or other injury to material.
2. Straighten individual pieces before assembly.
3. Straighten distorted built-up members by mechanical means, or by carefully
supervised application of localized heat in limited amounts.
a. Do not apply heat directly on weld metal.
b. Temperature of heated area not to exceed 1200 F (dull red).
4. After straightening bend or buckle, inspect surface of metal for evidence of
fracture.
5. Replace materials damaged by straightening at no additional cost to Owner.
D. Galvanizing
1. Galvanized rolled, pressed, or forged steel shapes, plates, pipes and bars as per
ASTM A153.
2. Galvanized steel or iron castings as per ASTM A153, Class A.
3. Galvanized bolts, nuts, screws, washers, and other miscellaneous hardware as per
ASTM A153, Class C or D.
4. As specified on PLANS.
E. Paint and Painting
1. Shop painting
a. Conform to requirements of AISC except clean steel by buffing.
b. Apply paint at minimum rate of one gallon to 450 square feet.
c. Do not paint metal surfaces in contact with concrete or on which plates will
be applied in field or within 2 inches of field welds.
d. Thoroughly clean surfaces of other metal of dirt, grease, oil, and other
foreign matter before transporting to jobsite, and shop paint only if specified
on PLANS or by TECHNICAL SPECIFICATIONS.
2. Field Painting: Per Item "Painting and Protective Coating."
F. Bearing and Anchorage
1. Place castings, bearing plates, or shoes on full and even bearing on concrete.
2. Place castings, bearing plates; or shoes on preformed fabric pads as specified.
3. Adjust grade with Portland cement, mortar of one part cement and two parts sand
by weight.
a. Minimum thickness of mortar bed 1/8 inch.
b. Maximum thickness of mortar bed 3/8 inch.
c. Provide adequate curing.
4. Use approved latex-based grout and galvanized steel shims for grade adjustments
over 3/8 inch.
5. Use graphite spring lubricant for sliding movement surfaces.
6. Paint rolling surface of rocker shoes.
7. Anchor Bolt Setting
a. Cast in Place. Clean holes before grout placement.
B2002 - 3/4
Std. 04/21/2006
b. With written approval, by drilling and grouting with nonshrinking grout.
c. With written approval, by formed holes and grouting with nonshrinking
grout.
G. Misfits
1. Correct minor error in shop work.
2. Report any error in shop work.
3. Correct misfits in presence of Engineer.
4. Burning bolt holes not permitted.
H. Clean-up: Clean up area and remove excess material, dismantled forms and
falsework, and debris during construction, and clean-up area completely and
thoroughly after completion of the work herein described.
3.02 MEASUREMENT AND PAYMENT
No separate payment for work performed under this item. Include cost of same in
Contract price bid for work of which this is a component part.
B2002 - 4/4
10/13/2005
ITEM NO. B3001 - REINFORCING STEEL
PART 1 - GENERAL
1.01 DESCRIPTION
A. Extent of Work
1. This Item governs for furnishing and placing of reinforcing steel,
deformed and smooth.
2. Furnish chairs, ties, splicing devices, and other reinforcing accessories
required to complete the work.
1.02 QUALITY ASSURANCE
A. General: Conform to approved shop drawings and to ACI Manual of Practice for
Detailing Reinforced Concrete Structures.
B. Submittals
1. Submit shop drawings indicating location, placement, sizes, and bending.
2. When welding is required, furnish report of chemical analysis, showing
percentages of carbon, manganese, phosphorus, and sulfur.
C. Tests: Submit certified copy of mill certificates of compliance with requirements
herein specified.
1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING
A. Delivery: Deliver to job site free from dirt, loose scale and rust, paint, oil, or
other foreign material.
B. Storage: Store above surface of ground upon platforms, skids or other supports,
and protect from mechanical injury and surface deterioration caused by exposure
to conditions producing rust.
C. Handling: Handle so as not to sustain crimping, bending, or warping before and
during placement.
B3001 - 1/4
08/03/2004
PART 2 - PRODUCTS
2.01 MATERIALS
A. Reinforcing Steel
1. Deformed, conforming to ASTM A615, Grade 60.
2. Welded wire fabric conforming to ASTM A185.
3. Cold drawn steel wire conforming to ASTM A82.
4. Spiral reinforcement to be smooth (not deformed) bars or wire complying
with ASTM A82.
5. Submit information on mechanical splicing devices, couplers, and all other
reinforcing accessories.
B. General Requirements
1. Nominal size, area, and theoretical weight in accordance with Table 1,
ASTM A615 supplementary requirement.
2. Bending
a. Bend in shop, cold, true to shapes indicated on PLANS.
b. Irregularities in bending are cause for rejection.
c. Detail bars in accordance with ACI 315.
d. Inside diameter of bar bends, in terms of nominal bar diameter
(d) of bar which is bent, in accordance with ACI 315.
3. Fabrication tolerances in accordance with ACI 315.
4. Splices
a. Except where shown, not permitted without prior written
approval.
b. Not permitted in main reinforcement at points of maximum
stress.
c. When not indicated on PLANS, but permitted with prior written
approval, subject to the following:
1. Not larger than #8 bars.
2. Not permitted in bars 30 feet or less in length, except
vertical.
3. Distance center-to-center not less than 30 feet, and no
individual bar length less than 10 feet.
4. Maintain specified concrete cover and tie bars together
securely.
5. Stagger main bar splices in adjacent bars minimum of two
splice lengths.
d. Lap Splices
1. See General Notes in PLANS for standard bar lap lengths.
2. Lap bars so that both bars will be in the same plane parallel
with the nearest concrete surface.
e. Welding Splices
1. Procedures and electrodes as specified in AWS D12.1.
B3001 - 2/4
08/03/2004
2. For bars No. 6 and smaller, use lap weld splices with fillet
weld equal to one-half bar diameter on each side for four
inches in length.
3. For bars No. 7 and larger, use butt weld splices in
accordance with Figure 3.5, AWS D12.1
4. Prepare ends for butt-welding in the field, and deliver bars
of sufficient length to permit this practice.
f. All splices,whether lap, weld, mechanical, or coupler, to develop
full strength of bar.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Place reinforcing steel in positions indicated by PLANS and approved shop
drawings.
1. Dimensions shown are to centers of bars, unless otherwise noted.
2. Hold bars securely in place with tie wires and other approved means
during placing of concrete.
a. In plans of steel parallel to nearest surface of concrete, bars not
to vary from PLAN placement by more than one-twelfth of
spacing between bars.
b. In plans of steel perpendicular to nearest surface of concrete, bars
not to vary from PLAN placement by more than one-quarter
inch.
3. Do not use looped wire bar ties ("pig tails").
4. Do not tack weld reinforcing.
5. Space steel required distance from forms by approved galvanized metal
spacers, metal spacers with plastic coated tips, stainless steel spacers,
plastic spacers, or approved precast mortar or concrete blocks.
a. For approval of plastic spacers,provide samples of plastic, which
show no indications of deterioration after immersion in a 5
percent solution of sodium hydroxide for 120 hours.
b. Cast precast block, maximum 2-1/2 inches square, to thickness
required for proper reinforcement clearance from forms.
6. Use hot-dipped galvanized metal or plastic chairs to support all
reinforcing steel. Except for use with pavement steel, chairs need not be
galvanized.
7. Use heavy bolster to support bottom layer of reinforcing in abutment
caps,bent caps, and other beams.
8. In bridge deck slab, use two rows of supports for bottom layer of
reinforcing parallel to beams for each by between beams. Use high
chairs to support top layer.
9. Clean all mortar, mud, dirt, etc. from reinforcement before placing
concrete.
B3001 - 3/4
08/03/2004
10. Protect exposed steel from corrosion.
11. Placement of steel to be inspected before concrete is placed.
3.02 MEASUREMENT AND PAYMENT
A. No separate measurement and payment for work performed under this Item,
except as indicated below. Include cost of same in Contract unit prices bid for
items of which this work is a component part.
B. Measure "Extra Reinforcing Steel," when approved by Engineer, by pound of
calculated weight of steel actually placed. Pay for "Extra Reinforcing Steel" at
Contract unit prices bid per pound of"Extra Reinforcing Steel"used.
B3001 - 4/4
Std. 08/03/2004
ITEM NO. B3002 - WOOD FENCING
PART 1 - GENERAL
1.01 SCOPE OF WORK
Furnish and install solid picket fence with gates, as shown on PLANS.
1.02 WORK SPECIFIED ELSEWHERE
Concrete for Post Embedment: Class A concrete per Item"Concrete."
PART 2 - PRODUCTS
2.01 MATERIALS
A. Wood: Western Red Cedar. All members to be straight, sound, with tight knots.
B. Hardware
1. Gate hinges, drop rods (one in each gate section) and other gate
hardware to be hot-dip galvanized 2.0 ounces to be heavy type.
2. Nails for fence pickets to be aluminum alloy, screw type. All other nails
to be galvanized.
3. Bolts, nuts, and washers to be galvanized.
4. Barbed wire to be zinc coated (galvanized) steel, ASTM 121-77 No. 12'/2
W&G gage wires, 4-point bars of 14 gage
B3001 - 1/3
A. General Requirements
1. Nominal size, area, and theoretical weight in accordance with Table 1,
ASTM A615 supplementary requirement.
2. Bending
a. Bend in shop, cold, true to shapes indicated on PLANS.
b. Irregularities in bending are cause for rejection.
c. Detail bars in accordance with ACI 315.
d. Inside diameter of bar bends, in terms of nominal bar diameter
(d) of bar which is bent, in accordance with ACI 315.
3. Fabrication tolerances in accordance with ACI 315.
4. Splices
a. Except where shown, not permitted without prior written
approval.
b. Not permitted in main reinforcement at points of maximum
stress.
c. When not indicated on PLANS, but permitted with prior written
approval, subject to the following:
1. Not larger than#8 bars.
2. Not permitted in bars 30 feet or less in length, except
vertical.
3. Distance center-to-center not less than 30 feet, and no
individual bar length less than 10 feet.
4. Maintain specified concrete cover and tie bars together
securely.
5. Stagger main bar splices in adjacent bars minimum of two
splice lengths.
d. Lap Splices
1. See General Notes in PLANS for standard bar lap lengths.
2. Lap bars so that both bars will be in the same plane parallel
with the nearest concrete surface.
e. Welding Splices
1. Procedures and electrodes as specified in AWS D 12.1.
2. For bars No. 6 and smaller, use lap weld splices with fillet
weld equal to one-half bar diameter on each side for four
inches in length.
3. For bars No. 7 and larger, use butt weld splices in
accordance with Figure 3.5, AWS D 12.1
4. Prepare ends for butt welding in the field, and deliver bars
of sufficient length to permit this practice.
f. All splices, whether lap, weld, mechanical, or coupler, to develop
full strength of bar.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Place reinforcing steel in positions indicated by PLANS and approved shop
drawings.
1. Dimensions shown are to centers of bars, unless otherwise noted.
2. Hold bars securely in place with tie wires and other approved means
during placing of concrete.
B3001 - 2/3
a. In plans of steel parallel to nearest surface of concrete, bars not
to vary from PLAN placement by more than one-twelfth of
spacing between bars.
b. In plans of steel perpendicular to nearest surface of concrete, bars
not to vary from PLAN placement by more than one-quarter
inch.
3. Do not use looped wire bar ties ("pig tails").
4. Do not tack weld reinforcing.
5. Space steel required distance from forms by approved galvanized metal
spacers, metal spacers with plastic coated tips, stainless steel spacers,
plastic spacers, or approved precast mortar or concrete blocks.
a. For approval of plastic spacers, provide samples of plastic, which
show no indications of deterioration after immersion in a 5
percent solution of sodium hydroxide for 120 hours.
b. Cast precast block, maximum 2-1/2 inches square, to thickness
required for proper reinforcement clearance from forms.
6. Use hot-dipped galvanized metal or plastic chairs to support all
reinforcing steel. Except for use with pavement steel, chairs need not be
galvanized.
7. Use heavy bolster to support bottom layer of reinforcing in abutment
caps, bent caps, and other beams.
8. In bridge deck slab, use two rows of supports for bottom layer of
reinforcing parallel to beams for each by between beams. Use high
chairs to support top layer.
9. Clean all mortar, mud, dirt, etc. from reinforcement before placing
concrete.
10. Protect exposed steel from corrosion.
11. Placement of steel to be inspected before concrete is placed.
3.02 MEASUREMENT AND PAYMENT
A. No separate measurement and payment for work performed under this Item,
except as indicated below. Include cost of same in Contract unit prices bid for
items of which this work is a component part.
B. Measure "Extra Reinforcing Steel," when approved by Engineer, by pound of
calculated weight of steel actually placed. Pay for "Extra Reinforcing Steel" at
Contract unit prices bid per pound of"Extra Reinforcing Steel"used.
B3001 - 3/3
08/03/2004
ITEM NO. B3007 - MISCELLANEOUS METALS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Furnish, fabricate, and erect structural steel and other metals.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
1.02 PRODUCT DELIVERY, STORAGE,AND HANDLING
A. Deliver metals to jobsite free from dirt, scale and rust, oil or other foreign material.
B. Store above surface of ground on platforms, skids, or other supports to prevent
sagging, and protect from mechanical injury and surface deterioration caused by
exposure to conditions producing rust or corrosion.
C. Handle so that metals will not sustain bending or warping before and during placement
PART 2—PRODUCTS
2.01 MATERIALS
A. Structural Steel: Per ASTM A 36,unless otherwise noted
B. Steel Grating: As shown on PLANS.
C. Cast Iron: Per ASTM A48 gray iron, Class 20.
D. Copper
1.Soft Copper Sheets: Per ASTM B 152, No. 110
2.Rod, Bar, and Shapes: Per ASTM B 133,No. 110
E. Lead: Lead sheets of uniform thickness, free from surface imperfections, and
manufactured from pig lead per ASTM B29-79.
F. Galvanized Sheet Metal Per ASTM A446 and ASTM 525 coating G90.
G. Aluminum
1.Structural Shapes, Extrusions, Bars, Grating, Stair Treads: Per ASTM B221 and
ASTM B08, Alloy 6061-T6.
2.Gravel Stop: Per ASTM B221, Alloy 6063-T42.
B3007 - 1/2
08/03/2004
3.Other Items: Per recognized standards.
H. Other Metals: Per application ASTM specification or recognized standard, as
approved.
PART 3 —EXECUTION
3.01 FABRICATION AND ERECTION
A. Structural and Miscellaneous Steel: Per AISC "Specifications for the Design,
Fabrication, and Erection of Structural Steel for Buildings, "but not including Section
4.2.1 of the Code of Standard Practice for Buildings and Brides.
B. Aluminum: Weld structural frames in accordance with current recommended practice.
C. Grating: Fabricate required openings in gratings and band openings of 5-inch
diameter and larger with a 1/2 - inch clearance. Furnish all clips.
D. Galvanizing
1.Hot-dip galvanize structural and miscellaneous steel after fabrication, as specified.
2.Galvanized anchor bolts.
3.Galvanized per ASTM A123, ASTM A153, and ASTM A386 as applicable.
E. Regalvanizing: Repair chipped or otherwise damaged galvanized areas by application
of galvanizing repair compounds meeting Federal Specification O-G-93 (stick only) in
accordance with manufacturer's recommendations.
F. Shop Painting
1.In accordance with Item "Painting and Protective Coating."
2.Do not paint metal surfaces which will be in contact with concrete, or on which
plates will be applied in the field, or within 2 inches of field welds.
3.02 MEASUREMENT AND PAYMENT
No separate payment for work performed under this item.
Includes cost of same in Contract price bid for work of which this is a component part.
B3007 - 2/2
04/13/05
SUMMARY SHEET
ITEM B3013 - TEMPORARY RAILING
Other Specifications Required
B3014 - Bridge Railing
Reference Standards
SDHPT Standard Specification of Highways, Streets, and Bridges, 1982 Edition, Items
"Temporary Railing" and"Cleaning, Paint, and Painting."
Description
Fabricate, furnish, and install temporary bridge railing at locations shown on PLANS,
and subsequent removal thereof
Specifiy on PLANS or by Special Provision if materials are to become property of
Owner.
Payment
None.
DO NOT INCLUDE THIS SHEET IN CONTRACT SPECIFICATIONS
B3013 - 1/4 \\AGENGSERVER\A&G\A&G ENGINEERING\TECHNICAL SPECIFICATIONS\B3013.DOC
04/13/05
ITEM NO. D3013 - TEMPORARY RAILING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Fabricate, furnish and install temporary bridge railing at locations shown
on PLANS, and subsequent removal thereof.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
1.02 QUALITY ASSURANCE
To meet the requirements of State Depaitinent of Highways and Public Transportation
Standard Specifications for Construction of Highways, Streets, and Bridges, 1982 edition,
Item"Temporary Railing," except as modified herein.
1.03 PRODUCT DELIVERY, STORAGE. AND HANDLING
A. Deliver rail elements, post, and accessories to jobsite in undamaged condition.
B. Store materials above ground on platforms, skids, or other supports and keep free
from grease, dirt, and contact with dissimilar metals.
C. Protect materials from weather, sun and elements causing corrosion.
D. Replace or repair damaged railing at no additional cost to Owner.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Use timber post, wheel guards, rail members, and other components made from
commercial grade lumber in good condition for intended use on the basis of field
inspection. Used timber will be acceptable with written approval from Engineer.
B. Steel shapes, plates, and deep-beam members to be in good condition meeting
requirements for use intended. Portions of railing to be used later on the
permanent structures may be used subject to meeting requirements of the Item
"Bridge Railing."
C. Paint or portions of the temporary railing which are to be later used as permanent
railing to conform to State Department of Highways and Public Transportation
B3013 - 2/4 \\AGENGSERVER\A&G\A&G ENGINEERING\TECHNICAL SPECIFICATIONS\B30I3.DOC
04/13/05
Standard Specifications for Construction of Highways, Streets, and Bridges, 1982
edition, Item"Cleaning, Paint, and Painting."
PART 3 - CONSTRUCTION
3.01 GENERAL
A. Contractor to maintain temporary railing in like-new condition until all work on
the structure has been completed.
B. Construct temporary railings from materials and in accordance with details shown
on PLANS
3.02 INSTALLATION
A. Erect temporary railing where shown on PLANS and in increments as required by
various phases of construction. Construct rail and post in accordance with details
shown on PLANS.
B. After erection, thoroughly clean and paint all parts not galvanized. Portions of
railing which are to become a part of permanent rail to receive paint in accordance
with the State Department of Highways and Public Transportation Standard
Specifications for Construction of Highways, Streets and Bridges, 1982 edition,
Item"Cleaning, Paint, and Painting." Paint all other portions of rail with one coat
of commercial grade aluminum paint,unless otherwise specified on PLANS.
3.03 REMOVAL
A. Upon removal of railing, materials furnished by Contractor to remain on property
of the Contractor unless otherwise specified. If specified on PLANS that
materials are to become property of Owner store materials on right-of-way near
bridge site for subsequent removal by Owner. Fill all holes drilled through or into
existing concrete for erection of temporary railing with mortar and finish in
acceptable manner. Bolts cast with slab for temporary rail to be cut off 1/2"
below finished slab after removal of rail and fill resulting holes with mortar.
B. Prior to installation of railing used temporary railing, in the permanent structure,
rework, if necessary, to provide railing as intended by PLANS and other
TECHNICAL SPECIFICATIONS for the new structure. Replace portions of
railing damaged and railing which does not meet the requirements of Item
"Bridge Railing"when repaired, at no additional cost to Owner.
3.04 MEASUREMENT AND PAYMENT
B3013 - 3/4 \\AGENGSERVER\A&G\A&G ENGINEERING\TECHNICAL SPECIFICATIONS\B3013.DOC
04/13/05
No Separate payment for work preformed under this Item. Include cost of same
in Contract prices bid for work of which this is a component part.
B3013 -4/4 \\AGENGSERVER\A&G\A&G ENGINEERING\TECHNICAL SPECIFICATIONS\B3013.DOC
08/03/2004
ITEM NO. C3001 -PAINTING AND PROTECTIVE COATING
PART 1 -GENERAL
1.01 DESCRIPTION
A. Scope: Furnish and apply, as specified herein, paint and protective coatings to all
surfaces, except steel water storage tanks,unless specifically excluded by this Item.
B. Surfaces receiving paint include:
1. Equipment,machinery,and metal surfaces.
2. Interior surfaces, as noted in room finish schedule.
3. Concrete surfaces, including concrete blocks(when noted on PLANS).
4. Threads on field-threaded galvanized pipe and conduit.
5. All cabinet and woodwork.
6. Interior concrete surfaces of lift station wet wells.
C. Do not paint surfaces of stainless steel, aluminum, bronze, copper, and lead
D. Galvanized Steel Surfaces: Paint only when required by Special Provision to this
Item.
1.02 QUALITY ASSURANCE
A. Manufacturer: All paints, sealers, and coatings to be manufactured by those firms
listed in Table 2. Products of equal quality by other manufacturers will be
considered, subject to review of written submittal that includes product data and a
detailed paint and coating schedule.
B. Workmanship
1. Employ only workmen skilled in surface preparation and painting.
2. Provide manufacturer's written instructions on cleaning and coating prior to
any surface preparation or coating.
C. Whenever possible,all coatings should be from single manufacturer.
1.03 SUBMITTALS
A. Painting Schedule: Submit list indicating major items to be painted, preparation,
paint manufacturer,product designation, and dry mil thickness
B. Panels
C3001 - 1/7
08/03/2004
1. Submit panels containing samples of proposed paints and coatings. Include
three displays of each kind and color of paint used. Panel to be
representative of material to be coated.
2. Mark panels to indicate respective types of surfaces to which several kinds
and colors of paint stain, and coating are applied.
C. Samples: If requested by Owner, submit 1/4 pint of each kind of paint or stain
proposed for use. Do not deliver materials to site until representative samples (if
requested)have been approved.
D. For all sealers and protective coatings, furnish Engineer with two sets of printed
instructions and application sheets.
1.04 PRODUCT DELIVERY, STORAGE,AND HANDLING
Deliver to site in original sealed containers with manufacturer's label attached.
Protect from sunlight and low temperatures.
PART 2 -PRODUCTS
2.01 GENERAL
A. Tables 1 and 2 in this Item include the paint, protective coatings, and sealers for this
project. Furnish all such special materials required for the manufacturer's coating
systems whether or not included in Tables.
B. Colors: Owner reserves the right to select colors. Submit list of items to be painted
and color charts for each type of surface.
C. Safety Color Codes: Follow OSHA requirements of 29CFR, Part 1910.144 for
"Safety Color Codes for Marking Physical Hazards." The following general
requirements are set forth as a guide.
1. Red: Fire protection equipment, danger signs, and fire exit signs. Portable
containers of flammable material to be red with yellow band or name of
contents stenciled in yellow.
2. Orange: Moving or rotating parts of equipment protected by guards,
including shafts and couplings,pulleys, and sprockets. (Do not paint wearing
surfaces.)
3. Yellow: Caution signs and all physical hazards, including outside levers and
weights on check valves, lower pulley blocks and hooks, sprockets and
chains on valve operators, inside of openings adjacent to step or ladders,
platforms provided for vertical ladders at transition levels, exposed
unguarded edges of pits,platforms, and walls subject to being struck, and any
piping or equipment extending into normal operating areas.
4. Green: To designate "Safety" and location of first-aid equipment such as gas
C3001 - 2/7
08/03/2004
masks, first-aid kits, and safety deluge showers.
5. Black and White: To indicate areas that must remain clear, such as areas
around first-aid, fire fighting and other emergency equipment.
PART 3 -EXECUTION
3.01 SURFACE PREPARATION
A. Concrete Surfaces
1. Prior to painting, surfaces to be free of all latent matter, burrs, and fins, using
one or more of the following methods.
a. Wash concrete surfaces with 10 percent solution of muriatic acid,
then wash clean and free of scale, mortar, dust, moisture, and other
foreign matter.
b. Sandblasting may be used only if machinery or other equipment in
vicinity of work is adequately protected. Also, avoid settling of dust
or grit on freshly painted surfaces.
c. Remove oil and grease with detergent and thoroughly rinse with fresh
water.
2. If curing compound is used, it must be removed prior to coating.
B. Metal Surfaces
1. Clean metal surfaces by sandblasting in shop as required by Table 1, and
leave clean, dry, and ready to receive prime coat. Provide moisture
separators to effectively remove all oil and free moisture from air supply.
Remove all dust and sand from surfaces by brushing or blowing with clean,
dry air, and remove all sand and grit around and between joints of connecting
members.
2. Perform field sandblasting only if required to correct unsatisfactorily cleaned
and shop-primed metal and when approved by Engineer.
3. Removal of Oil and Grease: Remove oil and grease with a solvent approved
by coating manufacturer, or by steam combined with detergent. Use of
• gasoline,kerosene,naphtha, or carbon tetrachloride not permitted.
4. Brushing, Scraping, Grinding, and Chipping: In field work, if sandblasting is
not possible, scrapers, wire brushes, and other suitable grinding or chipping
tools may be used for removal of existing paint coatings prior to repainting,
or for cleaning, before applying second coats.
5. Surfaces which have been cleaned but which have started to show signs of
rust or dirt are to be cleaned again prior to coating at no additional expense to
Owner. Surface to be coated on same day as cleaned.
3.02 APPLICATION OF PAINT AND PROTECTIVE COATINGS
A. General: Use one convenient location for storing and mixing of materials, and keep
C3001 - 3/7
08/03/2004
fire extinguisher available in this area as long as location is used for such purpose.
Protect floors, and all other areas where work is done, with suitable drop cloths, and
remove oily rags and waste from building at close of each day's work. On
completion of operations, remove all spots, oil, and stain from all surfaces and leave
entire project in clean condition as far as this work is concerned. Remove from
premises all containers and debris resulting from this work.
B. Thinners and Solvents: Use only those thinners and solvents specified in paint
formulas of paint being used, and mix in proportions recommended by paint
manufacturer.
C. Coverage: As recommended by paint manufacturer, and sufficient to obtain
minimum mil thickness specified. Do not exceed maximum thickness specified by
manufacturer, if applicable. After final coat is applied, check with elecometer or
Mikotest dry film thickness gauge.
D. Drying Time: Between successive coats, allow drying time as specified by paint
manufacturer.
E. Brush Application
1. Brushes: Use first-quality hog hair or suitable synthetic bristle brushes. Use
of horse hair bristle brushes not permitted. Keep brushes clean and free from
accumulation of dried paint or dirt, and when brushes for oil or varnish base
paints are not in use, keep them suspended in raw linseed oil bath. Clean
brushes with turpentine or mineral spirits before reuse.
2. Application: Apply in uniform thickness consistent with specified coverage
and with sufficient cross-brushing to ensure filling of surface irregularities.
Exercise particular care in painting around bolt heads and nuts and in corners
and other restricted spaces.
F. Spray Application: Apply with adjustable air gun equipped with suitable water trap
to remove moisture from compressed air, and with paint pot having hand agitator.
Apply with width of spray not less than 12 inches or more than 18 inches, and with
suitable pressure for particular type of paint being used. Make frequent checks to
ensure correct spreading rate and coating, and apply without sags, runs, or "orange
peel" effect. Correct all such imperfections. Take special care to cover edges,
corners, and bolt heads,without bridging over of paint film.
G. Metal Surfaces
1. Shop-prime metal surfaces prior to delivery to jobsite.
2. After delivery and prior to installation, keep all coated metal surfaces clean
and free from corrosion. Clean and touch up or repaint damaged areas with
additional primer.
3. After erection or installation of metal work, clean and touch up all rust spots,
all places where primer has been rubbed or scraped off, and all bolts and
C3001 - 4/7
08/03/2004
nuts. After previously applied paint has hardened, and when surfaces to
receive succeeding coats of paint have been cleaned and dried, apply finish
paint in accordance with Tables 1 and 2. Allow 5 days or more as
recommended by coating manufacturer for hardening of final coat for
submerged surfaces.
4. Factory-Finished Equipment: After installation of factory-finished
machinery and electrical equipment, check base coats carefully and touch up
all damaged surface areas. Do not paint nameplates, serial number bases,
chrome, or bronze trim. Clean off any excess paint that impairs convenient
removal of covers on gauges, instrumentation, or other equipment fitted with
doors or covers.
5. Factory-Primed Equipment: Delay final field coating to manufacturer's
primed equipment until equipment has been installed and is in proper
working order in accordance with the applicable Item.
H. Provide protection for adjacent property or properties from windblown sandblasting
sand, paint, and other debris. Schedule field operations to avoid settling of dust or
grit on freshly painted surfaces, and adequately protect machinery or other
equipment in vicinity of sandblasting work.
Provide Engineer with necessary equipment for access to observe all areas before
first coat and after each coat.
J. Provide Engineer with proper safety equipment for observation.
K. Provide adequate ventilation for proper curing.
3.03 SPECIAL REQUIREMENTS
A. Cast iron or ductile iron piping and valves for interior and exterior installation with a
factory-applied bitumastic or asphaltum varnish coating to be solvent and power
brush cleaned (remove all globules of bituminous material) and coated with
compatible material prior to finish system. If finish system not applied within 24
hours, surfaces to be retreated. Sandblasting is not required.
B. Provide electrical flaw detection equipment such as a Tinker Rasor Holiday Detector
to test areas of coatings to be submerged. Test to be performed before equipment is
put into operation.
3.04 MEASUREMENT AND PAYMENT
No separate payment for work performed under this Item. Include cost of same in
Contract price bid for work of which this is a component part.
C3001 - 5/7
08/03/2004
TABLE NO. 1
SYSTEM SCHEDULE
Table No.2—Material Reference
Type of 1st 2nd 3rd Minimum Total
Surface Exposure Cleaning Primer Coat Coat Coat Mil Thickness
Clay or Brick
Exterior Man Spectcurer's — 1 — — N/A
Masonary
Exterior Manufacturer's — 2 4 4 3.0
Concrete Block Spec. (Finish Coat)
Buildings
Concrete
Block Interior Para 3.01 A. — 3 4 4 3.0
Walls (Finish Coat)
Concrete Walls
Interior Para 3.01 A. — 3 4 4 3.0
and Ceilings (Finish Coat)
Exterior Manufacturer's
Wood & Spec. 10 11 11 — 4.5
Interior
Metal Doors, Exterior
Frames and & NACE-#4 18 9 — — 4.0
Windows Interior
Structural and
Misc.Steel, Exterior NACE-#2 16 18 9 -- 7.0
Control Panels
Structural and
Misc.Steel, Interior NACE-#3 16 17 — — 5.5
Control Panels
Piping and Interior NACE-#3 16 17 — _ 5.5
Valves Exterior NACE-#2 16 18 9 7.0
Factory
Finished Exterior Hand
Machinery, & Clean 5* 8*' 8** — 4.5
Electrical and Interior
Motors***
Galvanized Solvent
Interior 15 17 — — 2.9
Steel Cleaning
Galvanized
Steel and Solvent
Galvanized Exterior Cleaning 15 18 9 -- 4.4
Pipe Conduit
Threads
Wastewater
Treatment
Plant Equip. Submerged NACE-#2 7 13 13 — 22
Piping****
Steel Sheet Submerged NACE-#2 7 13 13 — 22
Piling
Potable Water
Treatment
Plant Submerged NACE-#2 7 12 — — 8.0
Equipment,
Piping*
Valves and
Bolting on C.I. Buried — 14 14 — 32
Pipe
Wastewater Interior Para.3.01 A. 6 13 13 — 22
Wet-Well Surfaces
* Optional:Use manufacturer's standard primer if compatible with specified finish coats.
** Optional:Use manufacturer's standard finish coat.
**' Use coating system per equipment item specified.
*'** Coating must have AWWA approval.
Note: NACE -Reference to National Association of Corrosion Engineers.
C3001 - 6/7
08/03/2004
TABLE No.2
Paint,Sealer and Coating Schedule
Min. Dry Mils Per
Symbol Coat* Service Generic Type Brand and Manufacturer
1 NA Primary Sealer Chemical Penetrant 46-V-6 Silikote Water Repellent-Mobil
2 NA Weatherproof Primary Acrylic Emulsion 600 Emulsion—Koppers Concrete&Marsonary
Sealer Filler 79-W-1 Exterior Latex Primer-Valspar
Amercoat 5625-Ameron Cook Corocryl 827 Series
3 NA Primary Sealer Vinyl-Acrylic Emulsion 600 EMulsion—Koppers Concrete&Marsonary
with epoxy esters Filler 79-W-8 Block Filler--Valspar Amercoat 5625-
Ameron Cook Corocryl 304 Block Filler
4 1.5 Finish Coat Acrylic Emulsion Koppers-600-Koppers 79 Series Exterior Latex-
Valspar Americoat 5801-Ameron Cook Corocryl
827 Series
5 1.5 Metal Primer Alkyd,Zinc Chromate Penetrating Primer No.622--Koppers 13-R-50
Chromox Primer-Valspar Amercoat 5105 Ameron
Cook Co-Poly Primer 920-Y-134 Inorganic
Coatings,Inc.P21 Epoxy
6 2.0 Metal Primer Polyamide-Cured Expoy 654-Epoxy Primer-Koppers 13-R-56 Epoxy Primer
Resin Valspar Amercoat 71-Ameron Cook Co-Poly
Primer 920-Y-134 Inorganic Coatings,Inc.P21
Epoxy
7 2.0-4.0 Metal Primer Polyamide-Cured Expoy Epoxy Coating Hi-Gard-Koppers 78-Series High
(as recommended) Resin Build Epoxy with 50%Valspar 7-T-35 Valspar
Amercoat 395(off White)-Ameron Cook Epicon
MW 920-W-965 Inorganic Coatings,Inc.P21
Epoxy
8 1.5 Finish Coat Alkyd,Straight Long-Oil Rustarmor 500 Enamel—Koppers 12 Series
Panorama Coatings-Valspar Amercoat 5401
Ameron Cook 801 Enamel
9 2.0 Finish Coat Aliphatic Urethane Inorganic Coating,Inc.P35 Urethane Dupont
lmron 326 Devoe-Napko 369 Pruthane
10 1.5 Wood Primer Oil Base Thin Rustarmor 500 with 15%Koppers 400—
Koppers 17-W-4 Exterior First Coater-Valspar
Cook 307
11 1.5 Finish Coat Alkyd,Straight Long-Oil Rustamor 500 Enamel—Koppers 20 Series M.F.
Enamel-Vaspar Cook 801 Enamel Amercoat 5401
-Ameron
12 4.0&6.0 Submerged Steel or Polyamide-Cured Epoxy Epoxy Coating Hi-Gard Koppers 78-Series High
(as recommended) Iron,and Concrete Resin Build Epoxy-Valspar Amercoat 395(White)
Ameron Cook Epicon MW 930-W-965 Inorganic
Coatings,Inc.P29 Coal Tar Epoxy
13 10.0 Submerged Steel or Coal-tar Epoxy Two 300-M--Koppers Co.578-J-1 High Build Coal Tar
Iron Componet Epoxy-Valspar Amercoat 330 Ameron Cook Coal
Tar Epoxy 920-B-950 InOrganic Coatings,Inc.
P29 Coal Tar Epoxy
14 16.0 Buried Steel or Iron Tar-base Pitch Bitumastiv No.50--Koppers 35-J-10 High Build
Bituminous Coating Valspar
15 0.4 Galvanized metal Vinyl Wash Primer 40 Passivator—Koppers 13-Y-8 Val-Chem Vinyl
primer Wash Primer-Valspar Amercoat 178 Inorganic
Coatings,Inc.B11 Wash Primer Cook 900-Y-002
Vinyl Wash Primer
16 3.0 Steel Above Ground& High Ratio Silicate Inorganic Coatings,Inc.IC531 Dupont 347 WB
AboveWayerline Inorganic Zinc Inorganic Zinc Devoe-Napko Zinc Prime 9z
17 2.5 Steel Interior Ployamide Cured Epoxy Inorganic Coatings Inc.P24 Epoxy Cupont Corer
Resin 823 Devoe-Napko 545 Epoxy
18 2.0 Intermediate Finish Epoxy Primer Inorganic Coatings,Inc.P21 Epoxy Dupont Corlar
823 Devoe-Napko Chemfast 545 Buff
* Or Manufacturer's standard,whichever is greater.
Do not exceed manufacturer's maximum standard,if applicable.
** For potable water use.
C3001 - 7/7
08/03/2004
ITEM NO. C3007— SEALANTS
PART 1 - GENERAL
1.01 DESCRIPTION
A. Section includes: Provide elastomeric joint sealants, joint backer materials and
accessories needed to ensure a complete and durable weather tight seal at all locations
indicated on plans.
1.02 SUBMITTALS
A. Product Data:
1. Materials list of items proposed to be provided under this Section;
2. Manufacturer's specifications and other data needed to prove compliance with the
specified requirements;
3. Shop Drawings or catalog illustrations in sufficient detail to show installation and
interface of the work of this Section with the work of adjacent trades;
4. Manufacturer's current recommended installation procedures which, when
reviewed by Engineer, will become the basis for accepting or rejecting actual
installation procedures used on the work.
5. Certification from sealant manufacturers that their products are suitable for the
use indicated and comply with specification requirements.
B. Samples of sealant for color selection and approval.
1.03 MANUFACTURERS
Approved Product Manufacturers as listed but not limited to: Dow Corning
Corporation, Pecora Corporation, Sika Corporation, Tremco Incorporated, or
Sonneborne.
PART 2—PRODUCTS
2.01 MATERIALS
A. Accessories
1. Backer Rod: Minimum 1i8-inch diameter greater than joint width for joints less
than 3/4-inch wide. Use 1-inch diameter rod for joints 3/4-inch wide. Use
Sonofoam as manufactured by Sonneborn Contech, Ethafoam SB as
manufactured by Dow Chemical U.S.A., or equal.
C3007 — 1/6
08/03/2004
B. Elastomeric Sealants
1. Sealant Type A:
a. For exterior joints in vertical surfaces and non-traffic horizontal surfaces
such as, but not limited to:
1) Control and expansion joints in cast-in-place concrete.
2) Joints between architectural precast concrete units.
3) Control and expansion joints in unit masonry.
4) Butt joints between metal panel.
5) Joints between marble or granite.
6) Joints between different materials listed above.
7) Perimeter joints between material listed above and frames of doors,
windows, storefronts, louvers and similar openings.
8) Control and expansion joints in ceiling and overhead surfaces.
b. Provide single-component or multi-component, low-modulus, non-sag
sealant; comply with ASTM C920, Type S or M, Grade NS, Class 25.
2. Sealant Type B:
a. For interior joints in vertical surfaces and non-traffic horizontal surfaces such
as, but not limited to:
1) Control and expansion joints on exposed interior surfaces of exterior
walls.
2) Perimeter joints on exposed interior surfaces of exterior openings.
3) Joints on precast beams and planks.
4) Perimeter joints between interior wall surfaces and frames of interior
doors, window, storefronts, louvers, elevator entrances and similar
openings.
5) Trim or finish joints subject to movement.
b. Provide single-component or multi-component, low-modulus, non-sag
sealant.
3. Sealant Type C:
a. For exterior and interior joints in horizontal and sloped traffic surfaces such
as, but not limited to:
1) Control, expansion and isolation joints in cast-in-place concrete.
2) Control, Expansion and isolation joints in structural precast concrete
units.
3) Joints between architectural precast concrete paving units.
4) Tile control and expansion joints.
5) Joints between different materials listed above.
b. Provide single-component or multi-component, low-modulus, non-sag
sealant. Comply with ASTM C920, Type S or M, Grade P or Ns, Class 25.
4. Sealant Type D:
C3007—2/6
08/03/2004
a. For interior joints in vertical and horizontal surfaces requiring pick-resistant
security sealant such as, but not limited to:
1) Control and expansion joints on exposed interior surfaces of exterior
walls.
2) Perimeter joints on exposed interior surfaces of exterior openings.
3) Perimeter joints between concrete surfaces and frames of interior doors,
windows and elevator entrances.
4) Trim or finish joints subject to minimal movement.
b. Provide a single-component or multi-component, non-sag polyurethane
sealant.
5. Sealant Type E:
a. For exterior and interior joints in vertical and horizontal surfaces of potable
water storage areas.
b. Provide single-component or multi-component polyurethane sealant certified
by National Sanitation Foundation as conforming to the requirements of NSF
Standard 61-Drinking Water System Components-Health Effects; comply
with ASTM C920, Type S or M, Grade P or NS, Class 25; select color from
the NSF listing.
6. Sealant Type F:
a. For interior joints in vertical and horizontal surfaces where incidental food
contact may occur.
b. Provide single component or multi-component sealant complying United
States Depat tinent of Agriculture (USDA) guidelines for incidental food
contact with the cured sealant; comply with ASTM C920, Type S or M,
Grade P or NS, Class 25; select color from listing of those approved.
7. Sealant Type G:
a. For exterior joints in horizontal concrete surfaces such as airport runways,
refueling aprons, highways and other areas subject to fuel spillage.
b. Provide multi-component, self-leveling, jet-fuel resistant polyurethane
sealant meeting Federal Specification SS-S-200E, Type H.
8. Sealant Type H:
a. For exterior vertical joints in Exterior Insulation and Finish Systems.
b. Provide a single-component or multi-component sealant; comply with ASTM
C920, Type S or M, Grade NS, Class 25, comply with EIMA 300.01.
9. Sealant Type I:
a. For interior or exterior joints in vertical surfaces between laps in fabrications
of sheet metal.
10. Sealant Type J:
a. For exterior vertical joints under metal thresholds and saddles or as bedding
sealant for sheet metal flashing and frames of metal or wood.
C3007 — 3/6
08/03/2004
PART 3 - EXECUTION
3.01 SURFACE CONDITIONS
A. Coordinate as required with other trades to assure proper and adequate provision in the
work of those trades for interface with the work of this Section.
B. Applicator shall examine the areas and conditions under which work of this Section
will be performed.
1. Verify conformance with manufacturer's requirements;
2. Report unsatisfactory conditions in writing to the Engineer;
3. Do not proceed until unsatisfactory conditions are corrected.
3.02 PREPARATION
A. Prepare surfaces to receive sealants in accordance with sealant manufacturer's
instructions and recommendations except where more stringent requirements are
indicated.
B. Thoroughly clean joint surfaces using cleaners approved by sealant manufacturer
whether primers are required or not.
1. Remove all traces of previous sealant and joint backer by mechanical methods,
such as by cutting, grinding and wire brushing, in manner not damaging to
surrounding surfaces.
2. Remove paints from join surfaces except for permanent, protective coatings tested
and approved for sealant adhesion and compatibility by sealant manufacturer.
3. Remove wax, oil, grease, dirt film residues, temporary protective coatings and
other residues by wiping with cleaner recommended for that purposes. Use clean,
white, lint-free cloths and change cloths frequently.
4. Remove dust by blowing clean with oil-free, compressed air.
C. Provide joint backer material uniformly to depth required by sealant manufacturer for
proper joint design using a blunt instrument.
1. Fit securely by compressing backer material 25 percent to 50 percent so no
displacement occurs during tooling.
2. Avoid stretching or twisting joint backer.
D. Provide bond-breaker where indicated or recommended by sealant manufacturer,
adhering strictly to the manufacturer's installation requirements.
E. Prime joint substrate where required.
C3007—4/6
08/03/2004
1. Use and apply primer according to sealant manufacturer's recommendations.
2. Confine primers to sealant bond surfaces; do not allow spillage or migration onto
adjoining surfaces.
F. Taping:
1. Use masking tape where required to prevent sealant or primer contract with
adjoining surfaces that would be permanently stained or otherwise damaged by
such contact or the cleaning methods required for removal.
2. Apply tape so as not to shift readily and remove tape immediately after tooling
without disturbing joint seal.
3.03 INSTALLATION
A. Provide the approved sealant system where shown on the Drawings, and in strict
accord with the manufacturer's recommendations as approved by the Engineer.
B. Install sealants immediately after joint preparation.
C. Mix and apply multi-component sealants in accord with manufacturer's printed
instruction.
D. Install sealants to fill joints completely from the back, without voids or entrapped air,
using proven techniques, proper nozzles and sufficient force that result in sealants
directly contacting and fully wetting joint surfaces.
E. Install sealants to uniform cross-sectional shapes with depths relative to joint widths
that allow optimum sealant movement capability as recommended by sealant
manufacturer.
F. Tool sealants in manner that forces sealant against back of joint, ensures firm, full
contact at joint interfaces and leaves a finish that is smooth, uniform and free of ridges,
wrinkles, sags, air pockets and embedded impurities.
1. Dry tooling is preferred; tooling liquids that are non-staining, non-damaging to
adjacent surfaces and approved by sealant manufacturer may be used if necessary
when care is taken to ensure that the liquid does not contact joint surfaces before
the sealant.
2. Provide concave tooled joints unless otherwise indicated to provide flush tooling
or recessed tooling.
3. Provide recessed tooled joints where the outer face of substrate is irregular.
G. Remove sealant from adjacent surfaces in accord with sealant and substrate
manufacturer's recommendations as work progresses.
C3007 — 5/6
08/03/2004
H. Protect joint sealants from contact with contaminating substances and from damage.
Cut out, remove and replace contaminated or damaged sealants, immediately, so that
they are without contamination or damage at time of substantial completion.
3.02 MEASUREMENT AND PAYMENT
No separate payment for work performed under this Item. Include cost of same in
Contract price bid for items of which this work is a component part.
C3007—6/6
10/13/2005
ITEM NO. J2001 - CONSTRUCTION OF UNDERGROUND LINES
PART 1 - GENERAL
1.01 DESCRIPTION
A. Extent of Work: Furnish all plant, labor, equipment, supplies, supervision and tools,
and perform all operations required for construction of underground lines.
B. Related Work Specified Elsewhere: Item J2002 "Well Point System", Item J2003
"Hydrostatic Testing OF pressure Lines", Item J3003 "Timber Ordered Left in
Trench", Item J3006 "Cement-Stabilized Sand Backfill, Item J3024 "Bank Sand
Backfill", and Item J3045 "Trench Excavation and Shoring Safety Plan."
1.02 QUALITY ASSURANCE
A. Field Observation: Pipe installed in the permanent work to be placed in the presence
of Engineer or his authorized representative.
B. Testing of Gravity Sanitary Sewer Line: Leak tests of gravity sewer lines to be per
Item J2005 "Low Pressure Air Test-Sanitary Sewer Lines."
C. Testing of Pressure Lines: To be tested per Item J2003, "Hydrostatic Testing of
Pressures Lines."
1.03 METHODS OF CONSTRUCTION
A. Control of Work: Contractor shall be responsible for the control of his work.
Engineer reserves the right to verify this control. Contractor may use laser equipment
for control.
B. For Lines Laid on Grade: Lay and maintain pipe to required lines and grades with
specials at required locations, and with joints centered and spigots "home." Lay all
lines on grade from downstream to upstream or as directed by Engineer.
C. For Lines not Laid to Grade: Lay and maintain pipe and fittings to alignment shown
on PLANS. Minimum cover (measured from top of pipe) at street intersection, 5 feet;
minimum cover below flow line of drainage ditches, 1 foot 6 inches; minimum cover
at other locations, 3 feet 6 inches. Vary depth uniformly to maintain required
clearances and depths shown on PLANS.
PART 2 - EXECUTION
J2001 - 1/11
10/13/2005
2.01 EXCAVATION AND TRENCH PREPARATION
A. General: Excavate trench to alignment and depth required. Brace trench and drain as
required so work may be accomplished safely and efficiently. All excavations shall be
in accordance with Item J3045 "Trench Excavation and Shoring Safety Plan."
B. Width of Trench for Pipe Less than 30-inch: Minimum width of outside barrel of pipe
plus 12 inches, maximum width of outside barrel of pipe plus 18 inches. For pipes 30-
inch and larger, minimum width of outside barrel of pipe plus 24 inches. Excavate and
maintain sides of trench vertical for 2 feet above pipe. Above this level, trench may be
gently sloped back. Protect existing pavements or utilities as necessary.
C. Pipe Foundation: For ordinary bedding, excavate pipe trench to even grade and shape
to closely fit lower part of pipe exterior for width of at least 50 percent of pipe breadth
to provide uniform bearing for entire length of pipe and provide depressions for bell
ends of each pipe. Excavate to grade required for shell, aggregate, or other special
bedding.
D. Correcting Faulty Grade: Correct any portion of trench excavated below grade with
approved material.
E. Bell Holes: Provide bell holes of ample dimensions to permit proper jointing.
F. Braced and Sheeted Trenches: Sheet and brace all excavations in excess of 5 feet
depth to prevent caving. Increase trench width as required and leave sheeting in place
until pipe has been laid and backfill compacted to depth of 2 feet over pipe. Sheet and
brace in accordance with Item J3045 "Trench Excavation and Shoring Safety Plan."
G. Care of Surface Material for Reuse: Keep surface material approved for reuse
separate from general excavation material.
H. Manner Stockpiling Excavated Material: Stockpile excavated material so as not to
endanger work or cause interference with public street and driveways. Keep drainage
channel clear or provide other satisfactory means of drainage.
I. Open Trench: Engineer may limit amount of trench opened or partially open at any
time in advance of completed pipe laying operation, and amount of trench left unfilled.
Open not more than 100 feet of trench on any street at one time. Keep streets open
where possible.
J. Disposition of Defective Materials: Remove rejected backfill materials from
excavation operations and dispose of off job site at Contractor's expense.
J2001 - 2/11
10/13/2005
K. When requested by Contractor and approved by the Engineer to dewater sewer trench
because of groundwater conditions, install, operate, and maintain adequate well point
systems in accordance with Item J2002 "Well Point Systems."
2.02 PIPE HANDLING
A. Handling and Storage: Unload pipe, fittings, and other accessories at point of
delivery: haul to and distribute at site of project. Load and unload materials by use of
hoists, skids, or other approved means to avoid damage. Distribute for convenient
laying and to cause minimum inconvenience to public.
B. Inspection: Before lowering and while suspended, inspect pipe for defects. Inspect
rigid pipe tapping with light hammer to detect cracks.
C. Pipe Kept Clean: Remove foreign matter from pipe and keep clean by approved
means during and after laying.
2.03 PIPE LAYING
A. Unsuitable Conditions for Laying Pipe: Lay no pipe in water or when trench condition
or weather is unsuitable for such work unless specifically approved by Engineer.
B. Nonpressure Concrete and Vitrified Clay Pipe: Nonpressure concrete and vitrified
clay pipe shall be installed with Class "A" beddings shown in this item. Lay pipe with
ends abutting and true to line and grade. Fit and lay pipe to form smooth and uniform
invert. Clean sockets prior to lowering into trench. Commence laying of pipe at
lowest point so that spigot ends point in direction of flow.
C. Ductile Iron Pipe: Lay ductile iron pipe using either "Ordinary" bedding Class "A"
bedding where specified on PLANS and described in this item, with bell ends facing
direction of laying.
D. PVC and ABS Piping:
1. Sanitary Sewer Construction - PVC and ABS pipe shall be installed using
Class `B" Bedding as shown in this item.
2. Waterline Construction - PVC pipe shall be installed using Class "C"
Bedding as shown in this item.
E. Other Pipe: Lay other types of pipe in accordance with applicable provisions of this or
other TECHNICAL SPECIFICATIONS.
F. Cutting Pipe: Cut cast or ductile iron pipe with wheel-type cutters or cold chisel.
Flame cutting of cast iron pipe not allowed. Make cuts in a neat and workmanlike
J2001 - 3/11
10/13/2005
manner without damage to pipe and so as to leave a smooth end at right angles to axis
of pipe. Field cutting of PVC and A.B.S. type resin pipe to be per pipe manufacturer's
recommendations.
G. Temporary Plug: When pipe laying operation is halted, seal open end of pipe with
temporary plug. Plug to remain in place until pipe laying operation commences again.
2.04 PLUGGING DEAD ENDS
Insert standard plug into bells of all dead ends of pipe.
2.05 CONCRETE BLOCKING
Thrust blocking to be used for pressure pipelines at bends, tees, points where reducers
or changes in pipe diameter occurs, fire hydrants or flushing valves, and all plugged
openings. Use Class "C" concrete having compressive strength not less than 1,500
pounds per square inch. Place blocking against solid ground, with area of bearing of
pipe and on ground in each instance as required. Place blocking so that pipe and
fitting joints will be accessible for repair. For gravity pipelines, use Class "C"
concrete minimum of 6 inches on all sides of pipe for encasing, embedding, or
blocking where indicated. Use all materials, including aggregate, cement, and water,
and mix and place concrete in accordance with applicable concrete item.
2.06 BACKFILLING
A. Time of Backfilling: As soon as practicable after completion of laying and jointing
pipe, backfill trench. Trench to be completely backfilled to a point not more than 100
feet behind pipe laying operation.
B. Materials: Trenches to be backfilled with select material from the sewer trench
excavation, or obtained from other sources, free from stones which will interfere with
compaction and free of large lumps which will not break down readily under
compaction. Do not use material excavated in large lumps or which cannot be easily
broken down or which cannot be spread in loose layers. Materials excavated by
trenching machine will generally be suitable for use as backfill.
1. Bank sand backfill, where designated on PLANS, to be in accordance with Item
J3024 "Bank Sand Backfill."
2. Cement-stabilized sand, where designated on PLANS, to be in accordance with
Item J3006 "Cement-Stabilized Sand Backfill."
C. Backfill Procedure at Pipe Zone: In pipe zone, when designated on PLANS, use bank
sand, cement stabilized sand or select backfill material, free from rocks and rock
fragments, and deposit in trench simultaneously on both sides of pipe for full width of
J2001 - 4/11
10/13/2005
trench and to elevation of 12 inches above the top of barrel of pipe. Moisten if
necessary, tamp in thin (approximately 4-inch) layers, and thoroughly compact under
and on each side of pipe to provide solid backing against external surface of pipe.
Walking or working on completed pipeline, except as necessary in tamping or
backfilling, not permitted until trench has been backfilled at least 12 inches over top of
pipe. Backfill to be compacted to 95 percent in accordance with ASTM D698.
Approximate optimum moisture content to be maintained during compaction.
D. Backfill Procedure Above Pipe Zone: Place backfill above previously defined pipe
zone in accordance with following applicable procedure.
1. For trench through or within 5 feet of existing, proposed or future asphaltic
concrete, concrete, asphalt-topped concrete, flexible base with asphalt topping,
shell or gravel surfaces either public or private roads, streets or driveways, place
cement-stabilized sand backfill above pipe zone in approximate 12 inch layers.
Thoroughly compact each 12" layer with a vibratory compactor or roller prior to
placing additional layers of cement stabilized said. Bring compacted backfill up
to bottom of pavement subgrade
2. For trench located in areas other than those previously stated, and not designated
for improvement, place select backfill above pipe zone in 6 to 8 inch layers at near
or optimum moisture and thoroughly compact to a density of 90 percent of the
maximum in accordance with ASTM D698.
E. Rock and Rock Fragment Exclusion: Allow no rock or rock fragment in backfill for at
least one foot above top of pipe and allow no stone larger than 8 inches in its greatest
dimension in backfill.
F. Deficiency of Backfill: Supply any deficiency in quantity of materials for backfilling
trenches or for filling depressions caused by settlement.
2.07 RESTORATION OF SURFACES
Replace or repair sidewalks, driveway culverts, inlets, curbing, gutters, shrubbery,
trees, fences, sod, and other like obstructions removed or disturbed, to condition
equivalent to that existing prior to commencement of this work. Use concrete having
compressive strength in 28 days of not less than 3,000 pounds per square inch in the
replacement of curbing, gutters, inlets, and sidewalk. Use reasonable care in removal
and replacement of shrubbery and trees designated to be replaced at original locations.
Where at all possible, ditch alignment will be such as to minimize this work. Where
tree or shrub deemed sufficiently valuable to save is encountered in excavation, ball in
burlap, set aside in wet sand or puddling pit and later reset as required. Contractor not
held responsible for subsequent care of plant. Restoration of asphalt-topped flexible
base and concrete streets as specified under other items of TECHNICAL
SPECIFICATIONS or PLANS.
J2001 - 5/11
10/13/2005
2.08 CLEAN-UP
Remove from site of work, and from public and private property, temporary structures,
rubbish, and waste materials, including excess excavated materials. Dispose of
surplus
earth as shown on PLANS. Complete cleanup not greater than 500 feet behind pipe
laying operation. Pipe-laying operation to be suspended temporarily if complete
clean up is further behind than 500 feet.
2.09 MEASUREMENT AND PAYMENT
A. For Gravity Pipelines: Measure by linear foot from center of manhole to center of
manhole to center of manhole, exclusive of pipe installed in tunnel or augered hole
construction, special structures, or other special sections, along pipe of size and at
depth installed. Measure depth at manholes, at intervals not to exceed 50 feet between
manholes, and at breaks in profile of natural ground from flow line of pipe to natural
ground surface over center or pipe. Pay for gravity pipelines, furnished, installed, and
measured as stated, at Contract unit prices bid for size and depth measured.
B. For Pressure Pipelines: Measure by linear foot from center line of fitting to center line
of fitting, exclusive of pipe installed in tunnel construction, special structures, or other
special sections, along pipe of size and type installed. If depth of cut is shown on
PROPOSAL, measure depth at intervals not to exceed 50 feet and at breaks in profile
of natural ground from flow line of pipe to natural ground surface over center of pipe.
If depth of cut is not shown on PROPOSAL, no consideration made for depth at which
pipe is installed. Pay for pressure pipelines, furnished, installed and measured as
stated, at Contract unit prices bid for size and type (and depth, if shown of
PROPOSAL)measured.
C. Concrete Blocking: No separate payment for concrete used for blocking, backing,
encasement, or embedding.
D. Rock Excavation: No separate payment for rock excavation when rock is encountered
in trenching operation.
E. Concrete Curbs, Gutters, and Sidewalks: Measured concrete used in repairing curbs,
gutters, and sidewalks by cubic yard in place. Pay for concrete used in repairing
curbs,
gutters, and sidewalks, measured as stated in Contract unit prices bid for "Extra
Concrete"of class installed.
F. Street and Driveway Surfacing: As per applicable Item of TECHNICAL
SPECIFICATIONS or PLANS.
J2001 - 6/11
10/13/2005
G. Restoration of Other Surfaces: No compensation for restoration of surfaces, other than
those specifically shown above.
H. Bedding and Backfill: No separate payment for bedding and backfill called for under
Paragraph 2.06.
I. Cement-Stabilized Sand and Bank Sand Backfill: No separate payment for Cement-
stabilized Sand and Bank Sand Backfill called for under Paragraph 2.06.
J2001 - 7/11
10/13/2005
*1. TRENCH
WIDTH
NOTES FOR ORDINARY BEDDING
•
/x/x, \/\/ A — BACKFILL IN ACCORDANCE WITH
\ / PARAGRAPH 2.06D.
B — BACKFILL WITH FIRMLY TAMPED
PARAGRAPH 2.06C.
/ W • PIPE LESS THAN 30—INCH
ct MAX. 1'—6"+0
MIN. 1'-0"+0
PIPE 30—INCH AND LARGER
MAX. 2'-0"+0
MIN. 1'-4"+0
N
` (Iii
,t m
�\\/ Nr\'\ FIRM SOIL
AT GRADE
1/2
DIA
ORDINARY BEDDING
N.T.S.
J2001 - 8/11
10/13/2005
* TRENCH .{ NOTE
WIDTH I
1. USE FOR ALL STORM SEWERS.
2. USE FOR ALL SANITARY SEWERS WHERE
�\/��/' /\//�/��� ON PLANS.
3. USE CESPECIFMENT-STABILIZED SAND BACKFILL
/ FOR IN AREAS
PLANS OR TECHNICAL SPECS.
1/ PIPE LESS THAN 30-INCH
j /\ MAX. 1'-6"+0
MIN. 1'-O"+0
a PIPE 30-INCH AND LARGER
MAX. 2'-0"+0
MIN. 1'-4"+0
„.„..,\
PIPE ON B&S N NOTES FOR CLASS "A" BEDDING
A - CEMENT-STABILIZED SAND PLACED
//�'�•.� BEFORE PIPE IS LAID UP TO FLOW
i�i♦ LINE OF PIPE OR MINIMUM DEPTH
id 4 OF 4".
/ / B - CEMENT-STABILIZED SAND, THOROUGHLY
�,, / °� COMPACTED in PLACE AFTER PIPE IS
�� �•"� LAID.
/ a C - SELECT FILL PLACED SAME DAY AS
\\\ '.\\.�\,,\ CEMENT-STABILI ED PIPE ISP AID. BACKFILL
2.06C.IN ACCORDANCE
WITH2"MI 4"MIN. D - SELECT FILL PLACED NEXT DAY (OR
LATER) AFTER PIPE IS LAID. BACKFILL IN
ACCORDANCE WITH PARAGRAPH 2.06D.
CLASS "A" BEDDING
N.T.S.
J2001 - 9/11
10/13/2005
* TRENCH
WIDTH 1
•/ /�\� j//V/,
NOTES FOR CLASS "B" BEDDING
A — BACKFILL IN ACCORDANCE WITH ITEM No.
J2OO1, ARTICLE 2.06 PARA.D.
rP B — BACKFILL WITH FIRMLY TAMPED
SELECT FILL IN ACCORDANCE WITH
0 a a N THIS DETAIL AND ITEM No. J2OO1,
PVC PIPE 'o a Q Q o ARTICLE 2.06 PARA.C.
Q * PIPE LESS THAN 30—INCH
/
SELECT FILL / It d o m MAX. 1'-6"+0
0 1p
j MIN. 1'—O"+0
' PIPE 30—INCH AND LARGER
c3 q 01t.,.i � fl Q MAX. 2'—O"+0
\ C) p o f1 MIN. 1'-4"+0
\/\\/"/ AFIRM IL
T GRADE
SELECT FILL BEDDING MATERIAL SHALL
CONFORM TO THE FOLLOWING GRADATION.
PERCENT, BY DRY WEIGHT, PASSING EACH
SIEVE (U.S. STANDARD), SQUARE OPENING
SIEVE SIZE % PASSING
1 1/2" 100
1" 95-100
1/2" 25-60
#4 0-10
#8 0-5
(ONE TYPE OF MATERIAL MEETING THIS
GRADATION IS COMMONLY REFERRED TO
AS "No. 57 BAHAMA STONE")
CLASS "B" BEDDING
N.T.S.
J2001 - 10/11
10/13/2005
* TRENCH
WIDTH
•/ /X\\r />/,\///,
/ NOTES
A- BACKFILL IN ACCORDANCE WITH
\/ A/ > ARTICLE 2.06 PARA. D.
/ ¢ B- BACKFILL WITH FIRMLY TAMPED
BANKSAND IN ACCORDANCE WITH
THIS DETAIL AND ARTICLE 2.06
PARA. C.
N
PVC PIPE '
BANKSAND +; m
G
/�\��\/\ FIRM SOIL
AT GRADE
CLASS "C" BEDDING
N.T.S.
J2001 - 11/11
10/13/2005
ITEM NO. J3006 - CEMENT - STABILIZED SAND BACKFILL
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the
furnishing and installation of Cement-Stabilized Sand Backfill as shown on
PLANS or as indicated in other items of the TECHNICAL SPECIFICATIONS.
B. Related Work Specified Elsewhere: Per Item No. J2001 - "Construction of
Underground Lines" for compaction requirements for sanitary sewers, storm
sewers, and waterlines.
PART 2 - PRODUCTS
20.1 MATERIALS
A. Aggregate: Use sand containing deleterious materials not to exceed the following
requirements, by weight.
Material removed by decantation 5.0%
Clay lumps 0.5%
Other deleterious substances such as coal, shale, coated
grains of soft flaky particles 2.0%
Gradation Requirements:
Retained on 3/8-inch sieve 0%
Retained on 1/4-inch sieve 0% - 5%
Retained on 20-mesh sieve 15% - 50%
Retained on 100-mesh sieve 80% - 100%
Color test ASTM C40 - Color not darker than standard color.
B. Cement: ASTM C150 - Type I.
C. Water: Fresh and clean.
J3006 - 1/2
11/18/03
PART 3 - EXECUTION
3.01 MIXING
Use minimum of 1-1/2 sacks of cement per cubic yard of mixture. Use amount of water
required to provide mix suitable for mechanical hand tamping and mix in approved
mixer. Stamp tickets at plant with time of loading. Material not in place within one and
one-half hours after loading of that has obtained an initial set will be rejected and
removed from the site.
3.02 PLACING
Place around abutment, wingwalls, structures, inlets, and manholes where indicated only
after they have cured at least four days. Place around fiberglass manholes as specified in
Item No. J3019 - "Fiberglass Manholes". Place in 4-inch layers and compact each layer
with approved power-driven hand tampers. Place in pipe trenches as specified in Item
No. J2001 - "Construction of Underground Lines."
3.03 MEASUREMENT AND PAYMENT
A. No separate measurement and payment for work performed under this Item.
Include cost of same in Contract price bid for items of which this work is a
component part.
B. "Extra Cement-Stabilized Sand Backfill," when approved by Engineer, to be
measured by cubic yard compacted in place. Pay for "Extra Cement-Stabilized
Sand Backfill" at Contract unit price bid.
J3006 - 2/2
Std. 02/01/2005
ITEM NO. J3011 -REINFORCED CONCRETE
PART 1 -GENERAL
1.01 DESCRIPTION
A. Scope: Furnish labor, materials, equipment, supplies, supervision, and tools.
Perform operations with the furnishing and jointing or reinforced concrete pipe.
B. Reference Standards: Reinforced concrete pipe and jointing to meet requirements as
specified under ASTM C76, ASTM C443, and Federal Specifications SS-S-210A-
84 as listed hereinafter.
C. Related Work Specified Elsewhere: Item No. J2001 - "Construction of Underground
Lines" or as called for on PLANS or specified elsewhere in this or other Technical
Specifications
PART 2 -PRODUCTS
2.01 PERFORMANCE AND DESIGN REQUIREMENTS
A. Reinforced Concrete Pipe
1. Conform to ASTM C76 of class as shown on PLANS
2. Pipe ""Wye" and "Tee" Fittings: Same class as adjacent joint of pipe and
conforming to ASTM C76. Use bell end of branch opening on "Wye" and
"Tee"fittings.
3. Pipe: Pipe to be manufactured using machined metal rings forms of heavy
design to ensure accurate and concentric joints. Rings to remain on pipe
sufficient period of time after manufacture so as to hold true design
dimension. Planes at ends of pipe to be perpendicular to longitudinal axis
with opposite sides of pipe not to vary in length more than 3/16 inch.
Variance of annular space between inside of bell and outside of spigot at
gasket seat not more than 1/16 inch. Each joint of pipe to be checked at
plant; ship only joints of pipe meeting these TECHNICAL
SPECIFICATIONS.
B. Jointing Material
1. General: See PLANS for type joint material except where used as sanitary
sewer.
2. Rubber Gasket: Required for sanitary sewers. As specified under ASTM
C443. Use lubricants of flax soap or equal. Mineral lubricants not permitted.
3. Preformed Plastic Gasket: Use for storm sewers only. Use RAM-NEK
J3011 - 1/3
Std. 02/01/2005
Preformed Plastic Gasket meeting requirements of Federal Specifications
SS-S-210A-7-2-84,"Sealing Compound Preformed Plastic for Pipe Joints"
Type 1,Rope Form,and meeting the following requirements.
Use sealing compounds produced from blends of refined hydrocarbon resins
and plasticizing compounds reinforced with inert mineral filler containing
no solvents,irritating fumes,or obnoxious odor. Use no compound
depending on oxidizing,evaporating, or chemical action for its adhesive or
cohesive strength. Supply sealing compound in extruded rope-form of
suitable cross-section and of such sizes as to seal joint space when the pipes
are laid. Protect sealing compound by a suitable removable two-piece
wrapper so that one-half may be removed longitudinally without disturbing
the other half to facilitate application of sealing compound.
4. Cold Compound Joint Material: Use for storm sewers only. Use Gulf States
No. GS702 or GS722. Use primer of type recommended by compound
manufacturer.
PART 3 -EXECUTION
3.01 CONSTRUCTION METHODS
A. Joint Rubber Gasket
1. Lay pipe sections in trench to true alignment and grade. Take exceptional
care in placing pipe and making field joints. Avoid bumping of pipe in
trench.
2. Properly lubricated groove end of pipe and rubber gasket with specified
lubricants, then stretch gasket over spigot end of pipe and carefully seat in
groove. Do not twist, roll, cut, crimp, or otherwise injure gasket or force
them out of position curing closure of joints.
3. Pull or push "home" pipe for closure of joint. Correct joint rebound before
backfilling of pipe
4. Remove foreign matter or dirt form pipe, and keep clean during and after
laying.
B. Jointing Preformed Plastic Gasket
1. Brush-apply suitable primer of type recommended by manufacturer of
gasket joint sealer to joint surfaces and end surfaces and allow to dry and
harden before jointing. Clean and dry surface before primer is applied.
2. Before lying pipe in trench, attach plastic sealer around tapered tongue or
spigot end of each pipe joint. Remove paper wrapper from one side only of
the two-piece wrapper on gasket and press firmly to clean, dry, pipe joint
surface. Do not remove outside wrapper until immediately before pushing
pipe into final position.
J3011 - 2/3
Std. 02/01/2005
3. When pipe is correctly aligned, remove outside wrapper on gasket and pull or
push pipe "home" with sufficient force to cause evidence of squeeze-out of
gasket material on inside or outside around complete pipe joint circumference.
Remove joint material pushed out into interior of pipe joint circumference.
Remove joint material pushed out into interior of pope that would tend to
obstruct flow. (Pipe to be pushed or pulled "home" in a straight line with all
parts of pipe on line and grade at all times).
4. When atmospheric temperature is below 60 degrees F, warm plastic joint seal
gasket to above 70 degree F. Apply gasket immediately to pipe joint prior to
placing pipe in trench, followed by connecting to previously laid pipe.
C. Jointing-Cold Compound Joint Material
1. Bell and Spigot Pipe: Clean and dry inside of pipe bells and outside of
spigot ends, and coat completely with joint primer. Allow primer to
dry before pipe is laid; pipes 24 inches and larger to be primed at
factory. Apply fillet of compound on inside of bell. Shove pipe spigot
"home" and firmly caulk a sufficient length of dry twisted jute into
compound. Jute to fill one-fourth the bell depth. Fill remaining three-
fourths of bell depth leaving no voids. Form a fillet with compound
sloping 45 degrees from outer edge of bell to barrel of the inserted pipe.
2. Tongue and Groove Pipe: Clean and dry both ends of pipe, and coat
with primer all surfaces that will be in contact with compound. Allow
primer to dry before pipe is laid;pipe 24 inches and larger to be primed
at factory. After pipe has been set to proper position in trench, apply
1/2-inch-thick layer of compound on groove end of pipe coving two-
thirds of joint face around entire circumference. Shove tongue end of
pipe "home" to make tight joint. Leave no ridges of compound
projecting in pipe barrel. Install band of compound completely around
exterior of pipe joint; dig "bell hole" in trench to accommodate band.
Band to be at least 3/4 inch thick at center, and taper to pipe
approximately 3 inches each side of center.
3.02 MEASUREMENT AND PAYMENT
Measurement and payment made in accordance with Item No.J2001 -Construction
of Underground lines.
J3011 - 3/3
10/13/2005
ITEM NO. J3024 - BANK SAND BACKFILL
PART 1 - GENERAL
1.01 DESCRIPTION
Extent of Work. When shown PLANS, furnish and place bank sand backfill in trench
excavations above pipe zone as specified in Item No. J2001 - "Construction of
Underground Lines", or as required by the Engineer.
PART 2 - PRODUCTS
2.01 PERFORMANCE AND DESIGN REQUIREMENTS
Materials. Bank sand to be free of organic matter, foreign material and mud balls. Sand
to have a minimum Plasticity Index of 7 and with not more than 40 percent passing a No.
200 sieve.
PART 3 -EXECUTION
3.01 INSTALLATION
Mechanical Tamping. Place bank sand in layers not exceeding 8 inches. Compact with
mechanical vibratory tamps to 95 percent of maximum density at approximate optimum
moisture content as prescribed by ASTM Designation D698. Water flooding is not
permitted.
3.02 MEASUREMENT AND PAYMENT
A. Measurement: No separate payment for work performed under this Item, except
as indicated below. Include cost of same price bid per linear foot of pipe for
which work is a component.
B. Payment: "Extra Bank Sand Backfill," when required, will be measured by the
cross-section method in its compacted position and paid for at Contract unit price
bid per cubic yard. Payment under this bid Item is limited to such additional bank
sand backfill not shown on PLANS that may be required.
J3024 - 1/1
1/19/01
ITEM NO. K3001 —CEMENT-STABILIZED CRUSHED STONE BASE
PART 1 —GENERAL
1.01 DESCRIPTION
This Item shall govern for the construction of a portland cement treated base course,
composed of new flexible base material, cement and water, mixed at a central mixing
plant, and constructed in accordance with the typical sections, lines, grades and
thickness as shown on the plans or as established by the Engineer and with the
requirements herein.
1.02 QUALITY ASSURANCE
A. Submit sample of crushed stone to an approved testing laboratory for review and
testing.
B. Submit laboratory density test results for cement-stabilized crushed stone mixture.
C. Submit field density check test results for cement-stabilized crushed stone mixture.
PART 2 —PRODUCTS
2.01 MATERIALS
Materials shall conform to the requirements shown on the plans and to the following
requirements.
A. Flexible Base:
1. General. All types shall meet the physical requirements for the specified grade(s)
as set forth in Table 1.
a. Additives, such as, but not limited to, lime, cement or fly ash, shall not be
used to alter the soil constants or strengths shown in Table 1, unless
otherwise shown on the plans.
b. Unless otherwise shown on the plans, the base material shall have a
minimum Bar Linear Shrinkage of 2 percent as determined by Test Method
Tex-107-E, Part II.
c. The flexible base shall be one of the following types, as follows:
2. Type A. Type A material shall be crushed stone produced from oversize quarried
aggregate, sized by crushing and produced from a naturally occurring single
source. Crushed gravel or uncrushed gravel shall not be acceptable for Type A
material. No blending of sources and/or additive materials will be allowed in
Type A material.
3. Type B. Type B material shall be crushed or uncrushed gravel.
K3001 — 1/5
Std. 1/19/01
4. Type C. Type C material shall be crushed gravel. Unless otherwise shown on
the plans, crushed gravel shall have a minimum of 60 percent of the particles
retained on the No. 4 sieve with two (2) or more crushed faces as determined by
Test Method Tex-460-A, Part I.
5. Type D. As shown on the plans.
TABLE 1
PHYSICAL REQUIREMENTS
GRADE 1 GRADE 2 GRADE 3
Triaxial Class 1: Min. Triaxial Class 1 to 2.3: Triaxial Class-
compressive strength, Min.compressive strength,psi: 35 Unspecified
psi: 45 at 0 psi lateral at 0 psi lateral pressure and 175 at
pressure and 175 at 15 psi 15 psi lateral pressure
lateral pressure
Master Grading Master Grading Master Grading
1-3/4" 0 2-1/2" 0 2-1/2" 0
7i8" 10-35 1-3/4" 0-10 1-3/4" 0-10
3/8" 30-50 No.4 45-75 No.4 30-75
No.4 45-65 No.40 60-85 No.40 50-85
No.40 70-85
Max LL 35 Max LL 40 Max LL 40
Max PI 10 Max PI 12 Max PI 12
Wet Ball Mill Wet Ball Mill Wet Ball Mill
Max 40 Max 45 Max 50
Max increase in Max increase in Max increase in
passing passing Passing
No.40 20 No.40 20 No.40 20
GRADE 4 GRADE 5 GRADE 6
Triaxial Class Triaxial Class
Unspecified Unspecified
Master Grading Master Grading As Shown on
the Plans
1-3/4" 0 1-3/4" 0
No.4 45-75 No.40 50-85
No.40 50-85
Max LL 40 Max LL 40
Max PI 12 Max PI 12
Notes:
1. Gradation requirements are percent retained on square sieves.
2. When a magnesium soundness value is shown on the plans the material will be tested in accordance with Test Method Tex-411-A.
3. When lightweight aggregates are used,the wet ball mill requirements will not apply and the lightweight aggregate shall meet the Los
Angeles Abrasion,Pressure Slaking and Freeze Thaw requirements of Item 303,"Aggregate for Surface Treatment(Lightweight)".
K3001 —2/5
Std. 1/19/01
6. Testing of flexible base materials shall be in accordance with the following
TXDOT standard laboratory test procedures:
Moisture Content Tex-103-E
Liquid Limit Tex-104-E
Plasticity Index Tex-106-E
Bar Linear Shrinkage Tex-107-E
Sieve Analysis Tex-110-E
Moisture-Density
Determination Tex-113-E
Roadway Density Tex-115-E
Wet Ball Mill Tex-116-E
Triaxial Tests Tex-117-E
(Part I or II as selected by
the Engineer)
Particle Count Tex-460-A,Part I
Samples for testing the base material for triaxial class, soil constants, and
gradation and wet ball mill will be taken prior to the compaction operations.
B. Cement: ASTM C150, Type I.
C. Water: Clean, fresh water.
2.02 MIX DESIGN
A. Cement content will be selected by the Engineer based on compressive strength tests
provided by the Contractor so as to meet the strength as shown on the plans. When
Strength L, M or N is shown on the plans, compressive strength conforming to the
requirements in Table 1 will be determined by mix design test provided by the
Contractor on laboratory prepared samples in accordance with Test Method Tex-120-
E.
B. When material properties or sources change, the Engineer may require the Contractor
to provide additional mix design tests and adjust the cement content as required.
TABLE 1
STRENGTH REQUIREMENTS
Strength Minimum Design Allowable Cement
Compressive Strength Content%
Strength L 750 psi 4-9
Strength M 500 psi 3-9
Strength N As shown on plans
Strength 0 No strength specified As shown on the
plans
K3001 — 3/5
Std. 1/19/01
2.03 MIXING
A. The cement, base material, and water shall be thoroughly mixed in a stationary plant.
After mixing is completed, no additional water shall be added to the mixture unless
otherwise approved by the Engineer.
B. Cement— stabilized crushed stone containing mud balls, clay, organic matter or other
undesirable properties not accepted.
PART 3 - EXECUTION
3.01 CONSTRUCTION
A. Cement treated material shall be placed only on that area where the compacting and
finishing operations can be completed during the same working day.
B. Finish subgrade preparation prior to delivery of base course.
C. Base course shall not be placed when air temperature is below 40°F or if other
adverse weather conditions exist.
D. Spread, blade, drag, and compact mixed base course material to conform to typical
sections shown. Where curb and gutter is required, handle steel and conduct
compaction operations such that steel is in the proper position upon compaction of
base. Materials to be placed in two or more lifts not to exceed 4-inches in thickness.
Lifts to be carried on as a continuos operation so that a monolithic thickness is
achieved. Correct or remove areas and "nests" of segregated course or fine material
and replace with well-graded materials. Take care to insure that the base course is
uniformly placed to the thickness shown on PLANS. Areas not meeting plan
thickness within plus or minus '/2-inch to be corrected at Contractor's expense.
E. Compact base with approved tamping and pneumatic rollers. Blade and work
material during rolling operations to maintain shape of required cross-section and
grade. Continue rolling until materials are firmly and uniformly compacted and do
not yield or move when roller is operated over base course. Remove material and
replace in any area that will not compact after a reasonable amount of rolling.
F. Compact material to a uniform density of at least 95 percent AASHTO T180 density.
Maintain moisture content at optimum percentage during compaction operations.
Density to be acquired within 4 hours after addition of cement to mix.
K3001 —4/5
Std. 1/19/01
G. Finish surface by blading and sealing with approved pneumatic or flat-wheel rollers.
Place vertical construction joints where there will be a difference in placing time of 3
hours between compacting operations, and at the end of each day.
H. Correct immediately any deviation from plane surface exceeding on quarter inch in
16-feet, by loosening, adding or removing material reshaping and recompacting by
sprinkling and rolling.
I. Moist-cure base for minimum of 3 days before placing surfacing. Allow no traffic on
completed base during curing period. Maintain base course in good condition until
subsequent surface is applied.
3.02 MEASUREMENT AND PAYMENT
Measure "Cement-Stabilized Crushed Stone Base" by square yard compacted in place
to specified thickness. Pay for "Cement-Stabilized Crushed Stone Base," complete in
place at Contract unit price.
K3001 —5/5
Std. 10/13/2005
ITEM Na K3003 - LIME-STABILIZED SUBGRADE
PART 1 - GENERAL
1.01 DESCRIPTION
A. Scope: Preparation and treatment of subgrade by addition of hydrated lime or lime
slurry when plasticity index exceeds 20, mixing and compacting to required lines,
grades, and typical sections. Treatment applies to natural ground, cut sections,
embankments, or existing subgrade.
B. Related work as called for on PLANS or specified elsewhere in this or other
TECHNICAL SPECIFICATIONS.
1.02 DELIVERY, STORAGE, AND HANDLING
A. Store and handle lime in weatherproof containers, bins, or buildings. Protect lime
from any dampness or moisture until distribution on subgrade.
B. Weigh lime furnished in trucks on approved scales.
C. Lime furnished in bags to bear manufacturer's certified weight. Bags varying more
than±5 percent from average bag weight may be rejected.
PART 2—PRODUCTS
2.01 MATERIALS
A. Hydrated Lime: Conforming to requirements of Texas Department of Transportation
Standard Specifications for Construction and Maintenance of Highways, Streets and
Bridges, 2004 Edition, Item"Lime Treatment (Road-Mixed)".
B. Commercial Lime Slurry: Conforming to requirements of Texas Depailiuent of
Transportation Standard Specifications for Construction and Maintenance of
Highways, Streets and Bridges, 2004 Edition, Item"Lime Treatment (Road-Mixed)".
K3003 - 1/3
Std. 10/13/2005
PART 3 —EXECUTION
3.01 CONSTRUCTION METHODS
A. Preparation: Prior to placing lime treatment, shape subgrade to elevations indicated
on PLANS by scarifying or excavating soil with proper machinery. Correct unstable
or loose material at given cross-section depths by removal of such material. Backfill
voids with approved select material and compact to indicated grades.
B. Placing: Place lime only on areas where mixing operations can be completed in same
workday. Spread lime uniformly over subgrade by "dry placing" or "slurry placing"
methods described herein.
1. Dry Placing: Spread lime with approved spreader or by bag distribution. Do not
spread with maintainer or motor grader. Do not spread lime during windy or
other adverse weather conditions.
2. Slurry Placing: Mix lime with water in trucks and place mixture or slurry using
approved distributor. Make successive passes over measured section of roadway
until proper lime content has been secured. Furnish truck with approved agitator
which will keep lime and water uniformly mixed. Do not change grade of slurry
without prior approval.
C. Mixing: Mixing procedure to be same for either "dry placing" or "slurry placing".
Obtain uniform mixture and moisture content.
1. First Mixing: Thoroughly mix soil and lime to required depth, using approved
pulver-type road mixer. Mix until homogeneous, friable mixture of lime and soil
is obtained, free of clods or lumps. Add water by sprinkling until proper moisture
content is obtained, then cure from 1 to 2 days as required. Keep moist during
curing period prior to final mix.
2. Final Mixing: Uniformly mix, after proper curing, using approved pulver-type
road mixer. Reduce all clods and lumps by pulverization methods such that,
when all non-slaking aggregates (sound or firm particles) retained on 3/4-inch
sieve are removed, remainder of material meets following requirements when
tested dry by laboratory sieves:
Percent
Minimum Passing 13/4-inch Sieve 100
Minimum Passing 3/4-inch Sieve 85
Hydrated lime exposed to open air for period of 6 hours or more, or to excessive
loss due to washing or blowing between time of application and mixing, will not
be accepted for payment.
3. Required amount of water necessary to provide optimum moisture to be added
uniformly and mixed thoroughly with lime and soil.
K3003 - 2/3
Std. 10/13/2005
D. Compaction: Begin compaction immediately after final mixing. Maintain moisture
content at or near optimum to achieve compaction. Where total compacted thickness
is to be greater than 8 inches, spread and compact material in two or more
approximately equal layers. Uniformly compact for entire required depth using
approved tamping rollers. Compact treated material in such manner that it will not be
mixed with underlying subgrade material. Correct all irregularities or weak spots
immediately by replacing material and recompacting. Maintain surface in smooth
condition until base course is placed. Acquire density of at least 95 percent as
determined by AASHTO Standard Method T-99-81. Use pneumatic-type roller for
final surface rolling. Moist-cure completed subgrade section for minimum of 4 days
before placing pavement.
3.02 MEASUREMENT AND PAYMENT
A. Measurement
1. Measure "Compacted Subgrade" of depth specified when stabilized with lime by
the square yard of surface area to a point 2 feet beyond back of curb or edge of
pavement.
2. Measure manipulation of lime during stabilization of subgrade by the square yard
of subgrade actually stabilized.
3. Measure lime as follows:
a. Hydrated Lime: Measure by ton of 2,000 pounds, dry weight.
b. Commercial Lime Slurry: Measure by ton of 2,000 pounds of lime "dry
solids" in slurry. Calculate quantity of lime from required minimum percent
solids for grade used.
1) Grade 1: At least 31 percent by weight of slurry and calculate quantity
of lime by ton of 2,000 pounds, based on 31 percent lime content.
2) Grade 2: At least 35 percent by weight of slurry and calculate quantity
of lime by ton of 2,000 pounds, based on 35 percent lime content.
B. Payment
1. Pay for "Compacted Subgrade" at Contract unit price per square yard of
compacted subgrade of depth specified.
2. Pay for"Manipulation of Lime for Stabilized Subgrade" at Contract unit price per
square yard of manipulation of lime for stabilized subgrade.
3. Pay for "Lime" at Contract unit price per ton of lime used for stabilizing
subgrade.
4. In the event that completion of subgrade is delayed or postponed by adverse
weather or wet soil conditions, no separate pay will be made to the Contractor to
make the subgrade meet specifications.
K3003 - 3/3
Std. 10/13/2005
ITEM NO. K3015 - FLEXIBLE BASE, CRUSHED STONE
PART 1 - GENERAL
1.01 DESCRIPTION
Extent of Work: Furnish and install a base course of crushed stone, constructed on a
prepared subgrade, and conforming to the lines, grades, thickness, and typical sections
shown on PLANS.
PART 2—PRODUCTS
Obtain material from approved sources and consisting of durable particles of stone
with approved binder materials. Submit samples for testing. Processed material,
when properly staked and tested by standard laboratory methods, to meet following
requirements:
Retained on Percent by
Square Sieve Weight
1-3/4-inch 0
1-inch 5-25
'/2-inch 30-50
No. 4 45-65
No. 40 70-80
Test material passing the No. 40 sieve by following requirements when prepared in
accordance with SDHPT Test Method Tex-101-E procedure:
Liquid Limit Not To Exceed 40
Plasticity Index Not To Exceed 12
Material to have Wet Ball Mill value not exceeding 55 when tested in accordance with
SDHPT Test Tex-116-E.
PART 3 —EXECUTION
3.01 CONSTRUCTION METHODS
K3015 - 1/3
Std. 10/13/2005
A. Preparation: Finish subgrade preparation in conformance with typical sections shown
on PLANS and other applicable items of Technical Specifications prior to delivery of
base course.
B. Placement and Compaction: Deliver material in approved vehicles of uniform
capacity. Spread and shape material deposited on same day to thickness and cross
section that will provide required minimum thickness and section after compaction. In
the event inclement weather or other unforeseen circumstances render impractical
spreading of material during first 24-hour period, scarify and spread material as
required. Sprinkle material, if required and blade, drag and shape to conform to
typical sections as shown on PLANS. Correct or remove and replace areas and
"nests" of segregated coarse or fine material with well-graded material. Then sprinkle
coarse as required and compact to extent necessary to provide a minimum of 95
percent AASHTO T 180-74 density at or near optimum moisture content. Compact
full depth of flexible base as shown on PLANS to the extent necessary to remain firm
and stable under construction equipment. After each section of the flexible base is
completed, tests as necessary. If the materials fail to meet density requirements,
rework as necessary to meet requirements.
Throughout entire operation, shape coarse by blading. Surface upon
completion to be smooth and conform to typical section shown on PLANS and to
establish lines and grades. Correct all irregularities, depressions or weak spots
immediately by scarifying the areas affected, adding suitable material as required,
reshaping and recompacting by sprinkling and rolling. If base coarse, due to any
reason or cause, loses required stability, density and finish before the surfacing is
complete, recompact and refinish at the sole expense of the Contractor.
Use sheep foot, steel or pneumatic rollers, or a combination for
compacting the material to the density previously indicated.
Start rolling operations as soon as possible after material is spread. Roll
longitudinally with subgrade and, if required by Engineer, roll diagonally or crosswise
to direction of first rolling. Roll until material is firmly and uniformly compacted and
does not yield or move when the roller is operated over base course. Remove and
replace any material that will not compact as outlined above. After base material has
been firmly compacted, sprinkle with water and slush roll. Sprinkle and slush roll
until surface is sealed and hard, and acceptable to Engineer.
Cure base course for a minimum of 72 hours prior to surface course
application.
3.02 MEASUREMENT AND PAYMENT
A. Measure by square yard at thickness specified on PLANS. Any compacted base found
not meeting this thickness to be removed and replaced at sole expense of Contractor.
K3015 - 2/3
Std. 10/13/2005
B. Pay for "Crushed Stone Flexible Base" Contract unit price per square yard, Complete
in Place, which price shall be full compensation for furnishing all materials,
equipment, labor, tools, water and incidentals necessary to complete work
K3015 - 3/3
10/13/2005
ITEM NO. K3101 - CONCRETE PAVEMENT
PART 1 - GENERAL
1.01 DESCRIPTION
Extent of Work: This Item governs for construction of concrete pavement for
roadways, driveways, turnouts, and concrete curbing. Unless specified otherwise in
preceding Special Provision or on PLANS, pavement to conform to residential
requirements.
1.02 WORK SPECIFIED ELSEWHERE
A. Roadway Preparation: Item No. K3203 "Roadway Excavation" or Item No. K3203
"Roadway Excavation and/or Embankment(Station Grading)"
B. Concrete: Item No. B 1001 "Concrete."
C. Reinforcing Steel: Item No. B3001 "Reinforcing Steel."
1.03 QUALITY ASSURANCE
A. Submittals: For samples, mix designs, tests, and reports, see Item No. B 1001
"Concrete."
B. Standard Beam Test: See Item No. B 1001 "Concrete."
C. Core Samples: One core to be taken for each 1,000 square yards of finished
pavement (minimum one core per street). Each core to be tested for thickness and
compressive strength.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Concrete: Item No. B 1001 "Concrete." Thickness as shown on PLANS or in
Proposal.
B. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." Bar size and type as shown
on PLANS.
C. Expansion Joint Material: To be in accordance with section and location as shown on
PLANS.
K3101 - 1/10
10/13/2005
1. Fillers
a. Premolded
1) Asphalt filler board per ASTM D994-71.
2) Premolded joint material per ASTM D1751-73.
b. Wood
1) Redwood: Heart, clear; maximum weight per cubic foot when oven
dried to constant weight to be 30 pounds.
2) Other materials may be used with prior approval or Engineer.
c. Hot poured: Per ASTM D1190-74. Also to be used in other type
of joints as required. Other materials may be used with prior
approval of Engineer or as directed on the PLANS.
2. Load Transmission Devices: To be of type and size shown on PLANS.
D. Forms
1. Pavement
a. Wood Forms: (Used only in residential construction) to be 2X material,
free from warps, bends and kinks, and sufficiently true to provide a straight
edge on concrete. Use precautionary methods to prevent leakage of mortar
through of under side forms. Top of each form section, when tested with a
straight edge, to conform to the requirements specified for the surface of
completed pavement.
b. Metal Forms: Use metal forms approved shape and section. Preferred depth
of form to be equal to required edge thickness of pavement. Forms with
depths greater or less than 1 inch of pavement thickness, may be used.
Forms with less depth than pavement thickness to be brought to required
depth by securely attaching wooden planks of approved section and size to
bottom of form. Use forms section at least 10 feet in length, and provide for
staking in position with not less than 3 pins. Use forms of adequate strength
to withstand machine loads without visible springing or settlement. Use
forms free from warps, bends and kinks, and sufficiently true to provide a
straight edge on concrete. Top of each form section, when tested with a
straight edge, to conform to the requirements specified for the surface of the
completed pavement. Use flexible or curved forms of wood or metal of
proper radius for curves of 200-foot radius or less.
2. Curbs
a. Wood or Metal: Wood or metal curb forms to be of approved section,
straight and free of warp. Outside curb forms to have a depth at least '/2-inch
K3101 - 2/10
10/13/2005
greater than height of curb. Rigidly attach inside curb forms (if required) to
outside forms.
b. Machine Laid: Equipment to conform to the requirements as specified
under Paragraph 3.01 CONSTRUCTION. Use flexible or curved forms of
wood or metal of proper radius for curves but not to exceed radius
recommended by curb machine manufacturer.
E. Metal or Plastic Supports: Supports for reinforcing steel to be either metal or
plastic of approved shape and size, and spacing to conform to details shown on
PLANS.
F. Materials for Curing
1. Burlap: Mats to be in good condition, clean, and free of any substance, which
would have deleterious effect on concrete.
2. Cotton Mats: Mats to be in good condition, clean, and free of any substance,
which would have deleterious effect on concrete.
3. Waterproof Paper: Per ASTM C171-69.
4. Membrane Curing Compounds: Conform to ASTM C309-74.
5. White or clear Polyethylene Sheeting: Sheet having thickness not less than 4
mils (.004 inch).
G. Grouting
1. Material and mixtures for grouting curb dowels.
a. Proportion by weight.
b. One part Portland cement, Type I or Type II.
c. One part clean, sharp sand.
d. Seven-tenths part nonshrinking grout aggregate.
e. No more than 5-1/2 gals. water per sack cement.
2. Other: Use mixture by weight of one part Portland cement and two parts sand
for general purposes. If space to be grouted is less than one inch and is
impossible to tamp grout use one-to-one mix. Where space to be filled with grout
is large, use original concrete mixture. Use stiff mixture for grout to be tamped,
produced by prolonged mixing. To obtain stiff grout, mix mortar using amount of
water required to thoroughly mix ingredients, then continue mixing without
additional water until grout is stiff enough to be compacted by tamping when
placed. For grouting block outs for embedded pipes and similar items, use grout
K3101 - 3/10
10/13/2005
to which 5 pounds of nonshrinking grout aggregate per sack of cement has been
added.
PART 3 - EXECUTION
3.01 CONSTRUCTION
A. Subgrade: Excavate, shape, and compact subgrade to grades, sections and densities
shown on PLANS. Maintain drainage of subgrade at all times. Test subgrade section
with an approved template, operated and maintained by Contractor. Wet down
subgrade sufficiently in advance of placing pavement. No pavers, batch trucks, or
other equipment to be permitted between forms during paving operations.
B. Wood and Steel Forms
1. Setting: Set forms on compacted subgrade, cut true to grade so that entire form
section is supported by subgrade. Stake metal form sections with at least 3 pins
per section, with a pin on each side of every joint. Adequately stake wood form
sections to prevent bows in form and to keep form sections to grade. Join form
sections to prevent displacement. Clean and oil forms with form oil each time
they are used. Set forms to line and grade for at least 200 feet ahead of mixer.
Check conformity of alignment and grade immediately prior to placing concrete.
2. Removal: Leave forms in place for at least 12 hours. Remove forms without
injury to concrete. Immediately repair damage resulting from form removal.
Point up all exposed honeycomb areas with approved mortar. As soon as curb
forms are removed, backfill behind curbs with approved material and compact to
90 percent Standard Proctor density.
C. Slip Forms: Equipment to be provided with traveling side forms of sufficient
dimensions, shape and strength to support concrete laterally for sufficient length of
time during placement to produce pavement of required cross-section. Concrete to be
distributed uniformly into final position by slip form paver, and horizontal deviation in
alignment of edges not to exceed 1-1/4 inches form established alignment.
D. Concrete Placing and Handling
1. Wood and Steel Forms
a. Deposit concrete on subgrade in such manner as to require as little
rehandling as possible. Use shovels for hand spreading of concrete. Use of
rakes will not be permitted. Place concrete in a rapid, continuous operation.
b. Consolidate all concrete placed for pavement by an approved mechanical
vibratory unit designed to vibrate the concrete internally. Use vibratory
K3101 - 4/10
10/13/2005
member equipped with synchronized vibratory units to extend across
pavement practically to, but not to come in contact with side forms. Space
separate vibratory units at sufficiently close intervals to provide uniform
vibration and consolidation to entire width of pavement. Mount
mechanically operated vibrators in such manner as not to come in contact
with forms or reinforcement, and not to interfere with transverse or
longitudinal joints.
c. Furnish hand-manipulated mechanical vibrators in number of required for
proper consolidation of concrete along forms, at joints, an in areas not
covered by mechanically controlled vibrators.
2. Slip Forms
a. Concrete, for full paving width, to be effectively consolidated by internal
vibration, with transverse vibrating units or with a series of longitudinal
vibrating units. Internal vibration to mean vibration by means of vibrating
units loaded within the specified thickness of pavements section and at a
minimum distance ahead of screed equal to pavement thickness.
b. When concrete is being placed adjacent to an existing pavement, that part of
the equipment which is supported on the existing pavements to be equipped
with protective pads on crawler tracks or rubber-tired wheels, offset to run a
sufficient distance from edge of pavement to avoid breaking or cracking
pavement edge.
c. After concrete has been given a preliminary finish by finishing devices
incorporated in the slip-form paving equipment, surface of the fresh
concrete to be checked with a straightedge to tolerances and finish required.
3. Wood or Metal Formed Curb: Curbing may be poured monolithic with pavement
or may be added to pavement surface at a latter time. Place curb dowel bars while
pavement is plastic. Provide expansion joint or contraction joint in curb opposite
each expansion joint or contraction joint in pavement and at each curb inlet. Use
same expansion joint material as used in pavement. Cut weakened plane joints
with an approved grooving tool opposite each joint in pavement, as required.
Apply finish coat of mortar on exposed surfaces of curb. Mortar is composed of
one part Portland cement and two parts sand. Apply mortar with a template or
"mule" conforming to plan curb dimensions. Steel trowel finish all exposed
surfaces of curb and brush to a smooth, uniform surface.
4. Machine-Laid Curb
a. Lay curbs by an extrusion-type machine. Immediately prior to placing of
the curb, thoroughly clean the previously approved foundation.
b. Grade and alignment for top of curb to be as shown on PLANS. The
forming tube of the extrusion machine to be readily adjustable vertically
K3101 - 5/10
10/13/2005
during the forward motion of the machine, to provide required variable
motion of the machine, to provide required variable height of curb necessary
to conform to the established grade line.
c. Feed concrete into machine in such a manner and at such consistency that
the finished curb will present a well-compacted mass with a surface free
from voids and honeycomb and true to established shape, line, and grade.
d. Perform any additional surface finishing's specified and/or required
immediately after extrusion. Construct joints as specified or as shown on
PLANS.
5. Placing Concrete in Cold Weather: Minimum ambient air temperature at time of
concrete placement to be not less than 50 deg. F.
a. Maintain temperature of concrete placed on or in the ground above 40 deg.
F. for a period of 72 hours from time of placement.
b. Protect concrete against freezing during curing period in accordance with
Portland Cement Association "Design and Control of Concrete Mixtures."
c. Protect concrete from temperatures below 40 deg. F. until it has cured for
a minimum of three days at 70 deg. F. or five days at 50 deg. F. Remove
and replace at Contractor's expense, all concrete not meeting this
requirement.
d. Protection may consist of additional covering, insulated forms, artificial
heating, or other means approved by Engineer.
6. Placing Concrete in Hot Weather: When air temperature is above 90 deg. F.
use approved retarding agent in all exposed concrete.
a. Reinforcing steel and other surfaces in contact with concrete, to be cooled
to below 90 deg. F. by means of water spray or other approved methods.
b. Concrete temperature prior to placement not to exceed 85 deg. F., plus a
maximum tolerance of 5 deg. F. Concrete above this maximum will be
rejected.
c. Reduce concrete temperature at time of placement to satisfy maximum
allowable temperature by one or more of the following:
(1) Addition of cold water with a subsequent addition of cement to
maintain proper water-cement ratio. Tanks or trucks used for storing
or transporting water to be insulated or painted white. Mechanical
refrigeration may be used to reduce water temperatures.
K3101 - 6/10
10/13/2005
(2) Addition of crushed, shaved, or shipped ice directly into the mixer
with a subsequent addition of cement to maintain proper water-
cement ratio. Continue mixing until ice is completely melted.
(3) Other approved methods.
E. Finishing
1. Nonresidential Pavements: Finish concrete pavement by power-driven
transverse finishing machines and longitudinal finishing machines. Provide
transverse finishing machine with two screeds accurately adjusted to crown of
pavement. Ride transverse finishing machine on forms, so designed and operated
as to strike off and consolidate concrete. Make at least two trips over each area,
or more if necessary. Provide longitudinal finishing machine with a longitudinal
float not less than 10 feet in length, adjusted to a true plane. Ride longitudinal
finishing on forms, so designed and operated as to finish pavement to required
grade. Equip finishing machines with rubber tires to roll on concrete pavement.
Just before concrete becomes nonplastic, belt pavement surface with a canvas or
canvas-rubber composition belt of two- or four-ply construction, not less than 6
inches nor more than 10 inches wide, and at least 2 feet longer than width of
pavement. Use short transverse strokes and rapidly advance longitudinally to
produce uniform surface of gritty texture.
2. Residential Pavements: Concrete pavement may be finished by machine or
by hand. If by machine, see Paragraph E.1. above. If finished by hand,
thoroughly vibrate concrete around reinforcement and embedded fixtures. Tamp
concrete with a tamping template make of 4-inch by 10-inch lumber, or
equivalent metal section, at least 2 feet longer than width of pavement, to conform
to crown section of pavement. If wood-tamping template is used, it is to have a
steel face not less 3/8 inch in thickness. Strike off concrete with a strike-off
screed made of 4-inch by 10-inch lumber or equivalent metal section at least 2
feet longer than width of pavement and conforming to crown section of pavement.
Move strike-off screed forward with combined transverse and longitudinal motion
in direction work is progressing, maintaining screed in contact with forms, and
maintaining slight excess of materials in front of cutting edge. Use a longitudinal
float not less than 10 feet in length to level surface. Prior to concrete becoming
nonplastic, belt pavement surface with a canvas or canvas-rubber composition
belt or two- or four-ply construction not less than 6 inches nor more than 10
inches wide, and at least 2 feet longer than width of pavement. Use short
transverse strokes and rapidly advance longitudinally to produce uniform surface
of gritty texture.
3. Slip Form: If this method of construction is used, all requirements of this
TECHNICAL SPECIFICATION in regard to subgrade and pavement depth,
alignment, consolidation, finishing, workmanship, etc. to be met. Equip "slip
form paver" with longitudinal transangular finishing float adjustable to crown and
K3101 - 7/10
10/13/2005
grade. Extend float across the pavement almost to the side form and/or the edge
of slab.
F. Surface Tests
1. Test entire surface before initial set and correct irregularities or undulations to
bring surface within requirements of following test, then finish.
2. Place approved 10-foot straight edge parallel to center of roadway so as to bridge
any depressions and touch all high spots. Ordinates measured from face of
straight edge to surface of pavement not to exceed 1/16 inch per foot from nearest
point of contact, and in any case maximum ordinate to 10-foot straight edge to be
no greater than 1/8 inch.
G. Joints: Place joints of types shown on PLANS at required locations and at spacing
shown.
1. Construction Joints: Place transverse construction joint when necessary to stop
concrete placement for period of more than 30 minutes. Length of slab to be not
less than 10 feet from nearest joint of complete slab. If closer than 10 feet from
nearest joint of complete slab. If closer than 10 feet, Contractor to remove
concrete from between forms back to nearest normal join and place construction
joint bulkhead. Use longitudinal keyed construction joints at pavement edges
where required.
2. Expansion Joints: Place expansion joint at radius points of curb returns for
cross-street intersections, or as shown on PLANS. Do not use boards less than 6
feet in length. When pavements are 24 feet or less in width, use not more than
two lengths of board. Secure pieces to form straight joint. Shape board filler
accurately to cross-section of concrete slab. Use premolded joint filler,
accurately shaped, in curb section. Load transmission devices to be of type and
size shown on PLANS. Use joint sealing compound as required.
3. Contraction Joints: Make straight and place at spacing shown on PLANS.
Place asphalt-coated smooth dowels accurately and normal to joint. Tool edges
of groove and seal with joint sealing compound.
4. Longitudinal Weakened Plane Joints: Form longitudinal weakened plane joint
by an approved continuous metal shield or asphalt impregnated felt strip placed
continuously behind longitudinal float by a machine of the flex plane type.
H. Protection and Curing: Following requirements apply on alternate methods of
curing. Cover concrete with burlap or cotton mats, when concrete has hardened
sufficiently to prevent marring of surfaces, and keep wet continuously for 72 hours.
Apply curing compound immediately after free water has disappeared and at rate
specified. Keep polyethylene sheets or membrane curing film in place and intact for
five days, in lieu of 72 hours wet curing. Cure concrete curbs and gutters to prevent
checking while setting. After each day's run, barricade street. No wheeling will be
K3101 - 8/10
10/13/2005
allowed on concrete during curing period. Do not open pavement to traffic until
concrete is at least 10 days old. Clean off pavement and seal joints before opening
pavement to any traffic. Polyethylene sheeting will be kept on the job site at all times
to cover and protect pavement during adverse weather conditions. Concrete surface,
which is still in a plastic state, shall be protected from adverse rainfall conditions so as
not to impair the quality of the pavement surface.
Removal and replacement of Deficient Concrete: REMOVE AND REPLACE with
pavement of specified thickness. Length of pavement to be removed shall be to the
nearest existing joint (Type A, C, or E) in both directions. Width of pavement to be
removed shall be from the centerline of pavement to edge of pavement. Contractor
shall saw completely through existing reinforcing steel at said joints, except at
expansion joints. Prior to replacement of deficient concrete pavement, Contractor
shall drill and dowel concrete pavement for 5/8-inch diameter reinforcing rods 30
inches long on 24 inch centers as shown on plans for TYPE E construction joint.
3.02 MEASUREMENT AND PAYMENT
A. Measurement: "Concrete Pavement to be measured by square yard of surface area of
completed and accepted pavement of thickness designated. Measurement to be made
from back to back of curb. "Monolithic Concrete Curb and Gutter," "Concrete Curb,"
"Temporary Concrete Curb," and "Mountable Concrete Curb" of height designated
will be measured by linear foot. "Driveway Turnout" will be measured by the square
yard of surface area of completed and accepted turnout.
B. Payment
1. Adjustment of payment for acceptable pavement and replacement of faulty
pavement to be in accordance with the following:
a. Thickness of pavement to be determined by measurement of cores taken prior
to final acceptance, at such points as Engineer may select. 6-inch diameter
cores taken at rate of at least one core per each 1,000 square yards of
pavement. These initial cores to be paid for by owner.
b. Pavement of thickness within 1/4-inch of designated thickness to be
considered of satisfactory thickness, and to be paid for at Contract unit price.
c. Pavement of thickness less than thickness designated by more than 1/4-inch,
but less than 1/2-inch, to be considered of deficient thickness, and adjusted
unit price to be used in payment. This price shall be one-half of the Contract
unit price. Length of area of such deficient thickness to be determined by
additional cores in each direction until cores are obtained which measure
designated thickness. Width of such area to be entire width of pavement
within length thus determined.
2. Payment will not be made for pavement which is deficient in thickness by 1/2-inch
or more. Length of area of such unsatisfactory thickness to be determined by
additional cores taken at intervals of 10 feet along length of pavement in each
direction until cores are obtained which have designated thickness less 1/2-inch.
Width of such area to be entire width of pavement within length of such area to be
K3101 - 9/10
10/13/2005
determined. If deficiency in thickness is not more than 3/4-inch, Contractor may
leave such pavement in place, relinquishing thereby any claim for compensation
incurred in its construction. If deficiency in thickness is 3/4-inch or more remove,
dispose and replace with pavement of specified thickness as described in
paragraph 3.01.
3. No additional payment over Contract unit price to be made for pavement of
thickness exceeding that required by PLANS.
4. Additional 6-inch diameter cores required determining areas of deficient
thickness to be paid for by Contractor.
5. "Concrete Curb"to be paid for at Contract unit price.
K3101 - 10/10
08/03/2004
ITEM NO. L3001 - ELECTRICAL CONSTRUCTION
PART 1 - GENERAL
1.01 DESCRIPTION
A. Extent of Work: Furnishing all plant, labor, materials, equipment, supplies,
supervision, and tools, and performing all operations in connections with the
furnishing, installation, testing and placing in service of all related electrical work
specified herein, and within other Items in the Technical Specifications
B. Quality Assurance
1. Comply with all National Electric Code (NEC) requirements, local ordinances,
State and Federal Regulations as applicable to this project
2. Manufacturer: Furnish products of manufacturers named unless otherwise
approved in writing
1.02 SUBMITTALS
A. Tabulated Data: Furnish tabulated data for all products to be installed where same are
exactly as described herein.
B. Catalog Data: Furnish catalog cuts indicating exact models to be furnished, if not
covered by"A" above, including the following:
1. Wires and Conduit
2. Push button stations
3. Lighting panels
4. Devices
5. Dry-type transformers
6. Safety switches
7. Circuit breakers
1.03 STORAGE AND HANDING
Maintain materials and equipment in like-new condition. This includes use of heat
lamps and suitable coverings to prevent accumulation of construction dirt and excess
condensation
PART 2 - PRODUCTS
2.01 MATERIAL AND FEATURES
A. Conduit- Above Ground
1. Rigid Conduit: Mild steel, hot dipped galvanized, produced according to A
NSI C80.1-71, Underwriters' Laboratories (UL) labeled.
L3001 - 1/6
08/03/2004
2. Rigid aluminum conduit to conform to N.E.C., Underwriters' Laboratories
Standard UL-6 and ANSI C80.5-66. Manufacture of No. 6063 alloy, temper
design T-1. Fittings of same material.
3. Flexible Conduit: "Sealtite," type US, by American Brass Company or
Anaconda.
4. Conduit Fittings: Crouse Hinds, Appleton, or Killark.
5. Plastic Conduit: Type 40 heavy wall 90° C wire rated polyvinyl chloride
(PVC) conduit. UL rated, No. 651, conform to NEMA Standards TC-2-75, and
listed in conformity with article 347 of NEC.
B. CONDUITS - BELOW GROUND
1. Transite Korduct type I, PVC power and communications duct tape EB.
2. PVC type 40 heavy wall 90° C wire rated; same as A-5 above.
3. Republic Galvibond, Rob Roy Plastibond with polyvinyl chloride coating fused
to the surface with minimum thickness of 40 mils. All fittings and couplings to be
coated to same specifications.Comply with NEMA No. RNI - 1-74(TYPE A).
C. WIRE AND CABLE
1.Conductors: Soft annealed copper wire covered with continuous coating of tin
or lead alloy.
2. 600 volts AC or less.
a. Wire and Cable in Dry Locations: THW,75° C rating, Insulation to be PVC
(polyvinyl chloride) compound meeting UL Standard 83; UL listed cable.
b. Wire and Cable in Wet Locations: Type RHH, RHW, USE, FR-1: insulation,
ethylene-propylene 90° C elastometer and vulcanized chloro-sulfonated
polyethylene based compound outer jacket. Insulation to meet all NEMA
WC8-76 for ethylene propylene rubber insulation, ASTM D 2802-72 and
UL Standard 44-76. Outer jacket to meet or exceed all requirements of
NEMA WC3-69 section for heavy duty chloro-sulfonated-polyethylene.
Cable to be UL listed 75° C for wet locations.
c. Control Cable: 600 volt EPR insulated hypalon with overall hypalon
jacket, UL labeled type TC.
3. 250 Volts D.C. or Less
a. Wire and Cable: Type RHH, RHW; rated for 2000 volt AC.
Insulation: Ethylene-propylene base insulating compound and to meet
NEMA WC8-76 and UL Standard 44-76. Outer jacket: Vulcanized chloro-
sukfibared-polyethylene based compound and to meet or exceed NEMA
WC3-669 for heavy duty chloro-sulfonated-polyethylene, UL listed 75° or
90° C as applicable.
Manufacturer: Okonite,Anaconda, G.E., Triangle, or Phelps-Dodge.
b. Outlet Box Wire Connectors: Scotchlock, T&B, or Ideal.
c. Tapes: Scotch No. 33 or Plymouth plastic, UL listed.
C. Push Buttons Stations and Selector Switches
1. Heavy-Duty Pushbutton Stations and Selector Switches: G.E. Class CR 2950,
L3001 - 2/6
08/03/2004
Westinghouse Class OT or Crouse Hinds.
2. Indoor stations in NEMA I enclosures.
3. Outdoor Stations: Where shown as "WP," in cast iron or aluminum, NEMA IV
enclosure
D. Lighting Panels; Plug-in type circuts breakers; capacity as shown, Square D, type NQO,
G.E., Westinghouse, Cutler-Hammer, Allen-Bradley, or I-T-E.
E. Light Switches
1. 20 ampere, 277 volt
2. Bryant 4901, or P&S 20 AC!, single pole.
3 Bryant 4902, or P&S 20 AC2, double pole.
4. Bryanr 4902, or P&S 51 AC3, three way
5. Brown bakelite cover in offices and laboratories, and dry, indoor locations,
where flush mounted.
6. Crouse-Hinds DS 185, or Appleton FSK-IVS cover in damp locations,where
plans indicate WP.
7. Crouse-Hinds DS32, or Appleton FSK_ITS-C cover where surface mounted,
with FS condulet box.
F. Receptacles
1. Nonweatherproof: Bryant 5262, or P&S 5262, grounding type, brown bakelite
cover.
2. Weatherproof: Bryant 5261, or P&S 5261, spring cover and FS condulet box.
G. Lighting Transformers:
1. Two 5% taps below
2. 80° C temperature rise.
3. Westinghouse, type EP pr EPT, G. E. tyoe Q M or Q L, or equivalent by
Sorgel or Marcus.
4. Standards: NEMA ST-20-72, ANSI C89, 1-74, UL 506-76
H. Safety Switches:
1. Switches: General purpose, heavy-duty, with visible blades and safety handle.
Square D type H200 and H300, Westinghouse type F and H4, or equivalent by
Cutler-Hammer or I-T-E.
2. Enclosures as indicated on PLANS, weatherproof(WP) to be NEMA 3R-
Raintight, Watertight (WT) to be NEMA 4, Indoor-NEMA 1 or NEMA 2 as
indicated.
H. Enclosed Circuit Breakers-Molded Case
1. Where shown on PLANS use enclosed molded case circuit breakers.
2. Minimum size, 150amp frame with symmetrical current interruption rating as
follows: 240 V.A.C. -14,000, 600 V.A.C. - 14,000.
3. Enclosures as indicated on PLANS and in accordance with nomenclature for
switches in item "H" above.
4. Manufacturer to be Westinghouse, G.E., Square D, I-T-E, or Cutler-Hammer.
L3001 - 3/6
08/03/2004
PART 3 - EXECUTION
3.01 GENERAL
A. Install all equipment and material in accordance with recommendations of each
equipment manufacturer.
B. Use only workmen skilled in this type of work.
3.02 INSTALLATION
A. Rigid Steel and Aluminum- Above Ground
1. Installation Practices: AISI Handbook "Steel Electrical Raceways" for both steel
and aluminum.
2. Sleeves through footing for exterior runs to be "OZ" Series FSK, WSK, Gand W, or
3M.
3. Exposed raceways to be installed parallel or perpendicular to walls, structural
members of intersections, or vertical planes and ceilings.
4.Screw clamp backs to be used with conduits run on walls or ceilings.
5. Place an approved (OZ, Crouse-Hinds, Appleton) expansion fitting where crossing
building expansion joints
B. Plastic Conduit- above ground
1. Where specifically shown on PLANS, and always in chlorine rooms, use PVC
schedule 40 heavy-wall conduit installed in accordance with manufacturers
recommendations.
C. Conduits - Below Ground
1. Transite Korduct type I, PVC power, and communication duct type EB.
a. Encase in Class B concrete, minimum 24-inch cover, 2 inches between
conduits, 3-inch clearance to outside of envelope. Concrete to be red as poured it
upper 3 inches to have red dye sprinkled in mixture during pour and on top to
assure red coloring.
b. Reinforced conduit bank with one No. 3 reinforcing rod for 1 to 3 conduits, and
two No. 3 reinforcing rods for 4 plus conduits.
c. Grade conduits to pull boxes or manholes
d. Draw cleaning mandrel and rag through conduits before installing conductors.
2. Where specifically shown on PLANS, use Republic Galibond rigid conduit installed
in accordance with manufacturer's recommendations.
3. Install markers for underground conduit at the beginning and ending of run, one
marker every 100 feet in a straight line run, and one marker at direction changes.
markers to be concrete 12 inches square and 6 inches deep, Top to have "E" cast
in concrete. Set top 1 inch above finished grade.
D. Wire and Cable
L3001 - 4/6
08/03/2004
1. Size: Not smaller than No. 12 AWG, except control wire to be No. 14 AWG, or No.
12 AWG stranded as indicated on PLANS.
2. Strandings: No. 10 or larger to be stranded
3. Branch circuit grounding conductors in conduit to be installed unless otherwise
noted.
4. ColorCoding: In accordance with NEC for color cod control wires.
5. Connections and Splices in Dry Locations: 600 Volts AC and below. Connect to
equipment (except motor terminals) with pressure connectors. Use compression
lugs at motor terminals. Use compression sleeves for splices of No. 8 AWG and
larger. Use electrical springs connectors (Scotchlock or 3M) for connections and
wire joints in lighting and receptacle outlet boxes, and control junction boxes with
terminal strips. Maximum wire size No. 8 for spring connectors. Cover all splices,
joints, and free ends of conductors with insulation equivalent to that of conductors
or with insulating device suitable for the purpose.
6. "Meg" Circuits and Equipment: Report results, in writing, to Engineer. Replace all\
circuits and equipment megging one megohm or less.
E. Lighting Panels
1. Top operating handle not to exceed 6 feet and 6 inches from finished floor.
2. Label all circuits on director card with embossing tape prior to job completion.
F. Mounting Heights for Light Switches and Receptacles
1. Light Switches: 4 feet and 6 inches from finished floor
2. Receptacles: 18 inches above floor in offices and laboratories (except where
installed in counter splashbacks or above) and 4 feet and 6 inches in all other
places.
G. Lighting Transformers: Size and mounting shown on PLANS.
H. Safety Switches: Where shown on PLANS and required by NEC. Use safety
disconnect switches, fused or unfused as indicated
I. Grounding System: As shown on PLANS and required by NEC. Use 3/4-inch
copperweld ground rods, minimum length of 10 feet. Braze wire to electrodes and
braze tops, or use "Cadweld" process. Coat brazed or "Casweld" connections with
Kopper Bitumastic No. 505 or equivalent coal tar pitch coating.
J Flexible Conduit Connections: Minimum of 2 feet to be provided for equipment
subject to vibration or movement and to all motors.
Arrange to facilitate motor removal.
3.03 MEASUREMENT AND PAYMENT
No separate payment for work performed under this Item. Include cost of same in
contract prices bid for items of which this work is a component.
L3001 - 5/6
CITY OF PORT ARTHUR, TEXAS
LIFT STATION REHABILITATION PROJECT
ELECTRICAL SCOPE OF WORK AND SPECIFICATIONS
SON HUBBARD •
•
r . 64363
I �ICEN*53.
FSS:.......E�G�
ZVA
YJ
October 2020
Lon A. Hubbard, P.E.
EPIC
l p. 11 C
603 DAYTON ST ORANGE TX 77630
409-670-9393
FIRM#14251
CITY OF PORT ARTHUR TEXAS
LIFT STATIONS REHABILITATION PROJECT
Summary Electrical Scope of Work
Project Description
The City of Port Arthur is upgrading 10 existing lift stations that were damaged during the flooding of
Hurricane Harvey in 2017.This summary outlines the highlights of the work to be completed. It is not
the entirety of the scope of work. Electrical contractor(EC) shall utilize plans, specifications, work
summary and generally accepted industry building practices to complete the upgrade. Codes and
regulations including but not limited to NFPA 70 (2020 National Electrical Code),TCEQ 217, NFPA 820
and others as applicable.
General Existing Sites
1. The lift stations are existing. This project will mainly involve the revamp of the electrical systems
and elevating electrical equipment to mitigate future flood damage. Plans and specifications
outline the work at each site.
2. Electrical service voltages are varied at each site. Refer to plans and specifications for details. EC
shall coordinate all interface with Entergy for connection/disconnection of electrical service at
the sites
3. Existing sites that do not have existing emergency power generators will be constructed with
new manual transfer switches and portable generator plug connections.
4. Reference on drawing to the SCADA panel will be handled outside of this contract.
5. The Pump Control Panel shall be quoted as a separated item.The city reserves the right to
supply this unit to the EC for installation and start up.
Proposed Lift Stations Slated for Rehabilitation
1 Operations Center
2 El Vista
3 Roosevelt
4 58th Street
5 Lakeside Park
6 West PA Road
7 Montrose
8 Aero Drive
9 9th Ave @ 74th
10 46th Street
i;') EPIC
CITY OF PORT ARTHUR TEXAS
LIFT STATIONS REHABILITATION PROJECT
Summary Electrical Scope of Work
Electrical Construction
• The site is existing and is in operation. Any work that will require the de-energization of
equipment will require the EC to coordinate at all time with the GC and owner.
• General contractor shall provide safe access to all work at all elevations.
• Electrical contractor shall schedule all work with the general contractor and owner.
• Electrical contractor shall make site visit prior to any work.
• Electrical contractor is responsible to ensure that the electrical system is installed in accordance
with the requirements of the 2020 Edition of the National Electrical Code (NFPA 70), NFPA 820
related to hazardous areas and TCEQ 217(b).
• Electrical contractor shall function test equipment,test conductors with megger and verify, set
motor rotations, and make all correction and repairs.Testing shall be coordinated with plant
operations and general contractor.
• Electrical contractor shall be present for startup and commissioning and be fully capable of
repairs and whatever support that is required for the electrical installation.
• All above ground conduits shall be aluminum with form 7 fittings.
• All below ground conduit shall be schedule 40 PVC encased in 3000psi red concrete.
• Electrical contractor shall tag all new terminations as specified in the drawing package with
machine written tags. Handwritten tags will not be accepted under any circumstances.All
control wiring will be tagged with wires destination to indicate where it is terminated.
• Electrical contractor shall be present during verification and commissioning procedures.
• EC shall furnish all scheduled instrumentation and control equipment. EC will be responsible for
all calibration set up, configuration, spare parts and function testing of equipment supplied.
Final parameters configured shall be submitted with as built documentation.
Materials
All materials used in the electrical construction shall be as listed in the specifications. Specifically,
underground conduits shall be Schedule 40 PVC.The following supersedes the material spec:
• Above ground conduits shall be Rigid Aluminum.
• All new enclosures including the meter can (if required) shall be NEMA 4X 316 Stainless Steel.
• All conduit fittings shall be form 7 Aluminum.
• All flexible conduits shall be ATX Flexible Liquid tight Conduit utilizing grounding fittings.An
external ground wire shall be connected between fittings to ensure a continuous ground path in
the conduit system.
• All conduit runs shall be equipped with a low point drain.
• All Unistrut and connection hardware shall be 316 SS.
• Acceptable manufacturers for power distribution equipment and transformers: EATON, Sq. D,
GE
EPIC
CITY OF PORT ARTHUR TEXAS
LIFT STATIONS REHABILITATION PROJECT
Summary Electrical Scope of Work
Lon A. Hubbard, P.E.
October 2020
Fre
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
900.01 - GENERAL
A. Supplementary Conditions
1. The General Conditions and Requirements, Special Provisions and Scope of Work
are hereby made a part of this section. For purposes of definition, the Owner shall be
the OWNER. The electrical construction contractor (ECC) shall be interpreted as the
party who shall be directed to use this specification and the project documents for work
described herein.
The General Contractor for this project shall submit sufficient documentation to the
Owner for prior approval of the selected ECC, in accordance with Section 900.16 of
this specification. Rejection by the Owner of the proposed ECC will result in the
General Contractor being required to resubmit another ECC for prior approval without
any additional costs to the Owner nor any contract time extensions granted to the
Contractor.
The ECC shall furnish, construct, and install the electrical and instrument facilities as
further described in these the Electrical specifications and project documents.
Drawings supplied are general guidelines and are not electrically specific in nature but
are dependent upon detail drawings as submitted by the ECC in accordance with
provisions of this specification.
Any miscellaneous or additional material beyond that listed or shown on drawings
required for the completion of work, shall be supplied by the Contractor, at no
additional cost to the owner.
2. The Electrical Drawings and Specifications under this division shall be made a part
of the contract documents. The drawings and specifications of other divisions of
this contract, as well as supplements issued thereto, information to bidders, and
other pertinent documents issued by the Owner's Representatives are a part of
these drawings and specifications and shall be examined by all bidders. Failure to
examine all documents shall not relieve the bidder of any responsibility nor shall it
be used as a basis for additional compensation due to omission of details of other
divisions from the electrical documents.
3. Furnish all work, labor, tools, superintendence, material, equipment, and
operations necessary to provide for a complete and workable electrical system as
defined by the contract documents.
4. Contractor shall be responsible for visiting the site and checking the existing
conditions. He shall also ascertain the conditions to be met for installing the work
and adjust bid accordingly.
5. It is the intent of the contract documents that upon completion of the electrical work,
the entire system shall be in a finished workable condition.
6. All work that may be called for in the specifications but not shown on the drawings,
EPIC
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
or, all work that may be shown on the drawings but not called for in the
specifications, shall be performed by the Contractor as if described in both. Should
work be required which is not set forth in either document, but which work is
nevertheless required for the fulfilling of the intent thereof; then,the Contractor shall
perform all such work as fully as if it were specifically set forth in the contract
documents.
7. The use of the word "furnish" or "install" or "provide" shall be taken to mean that
the item or facility is to be both furnished and installed under this section unless
specifically stated to the contrary; that the item or facility is to be furnished under
another section and installed under this section; furnished under this section and
installed under another section; or furnished and installed under another section.
8. The use of the term "as(or where) indicated" ; "as (or where)shown"; "as (or where)
specified"; or "as (or where) scheduled" shall be taken to mean that the reference
is made to the contract documents, either under the drawings or the specifications,
or both documents.
9. Within thirty (30) days after award of contract the Contractor shall submit to the
Engineer control schematic drawings covering operational, protective and
communication and annunciator wiring.
10. Submittals will be required for all items of alternate brands. The ECC shall secure
approval in writing from the Engineer ten (10) days prior to Bid date for all alternate
brands to be considered.
Where no alternates are listed by the bidder, it is assumed that the bid item meets
the specifications and no substitution will be accepted.
B. Standards
1. All materials and equipment shall conform to the requirements of the contract
documents. They shall be new, free from defects, and they shall conform to the
following standards where these organizations have set standards:
a. Underwriters Laboratories, Inc. (UL)
b. National Electrical Manufacturer's Association (NEMA)
c. American National Standards Institute (ANSI)
d. Insulated Power Cable Engineers Association (IPCEA)
e. Occupational Safety and Health Act (OSHA).
f. Institute of Electrical and Electronic Engineers (IEEE).
g. Applicable local, city, county codes, ordinances, etc.
EPIC
pg _
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
h. National Electrical Code of National Fire Protection
Association (NFPA 70-1999).
2. The definition of terms used throughout the contract documents shall be as
specified by the following agencies:
a. Underwriters Laboratories, Inc.
b. National Electrical Manufacturer's Association
c. American National Standards Institute
d. Insulated Power Cable Engineers Association
e. National Electrical code
f. National Fire Protection Association
3. Submit copies of applicable standards with each submittal.
4. All material and equipment, of the same class, shall be supplied by the same
manufacturer unless specified to the contrary.
5. All materials shall bear UL labels where standards have been set for listing.
6. The Owner will accept only the highest standards of work and performance as
typified by the standards of the electrical industry.
C. Permits, Codes, and Utilities
1. Secure all permits, licenses, and inspections as required by all authorities having
jurisdiction. Give all notices, comply with all laws, ordinances, rules, regulations,
and contract requirements bearing on the work.
2. The minimum requirements of the Electrical system installation shall conform to the
latest edition of the National Fire Protection Association as well as local and state
codes.
3. Codes and ordinances having jurisdiction over the work shall serve as minimum
requirements, but, if the contract documents indicate requirements, which are in
excess of those minimum requirements, then the requirements of the contract
documents shall be followed. Should there be any conflicts between the contract
documents and codes, or any ordinances having jurisdiction, report these with the !.
bid.
•
EPIC
pg. 3
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
A. Shop Drawings
1. Shop drawings shall be taken to mean detailed drawings with dimensions,
schedules, weights, capacities, installation details, and pertinent information that
will be needed to described the Material or equipment in detail.
2. Submittals shall be taken to mean catalog cuts, general descriptive information,
catalog numbers, and manufacturer's name.
3. Submit six copies for review of all shop drawings and submittals as hereinafter called
for within sixty days after award of contract. If shop drawings and submittals are not
received in sixty days, the Owner's representative reserves the right to go directly to
the manufacturer for the information and any expense incurred shall be borne by the
Contractor.
4. Review of submittals or shop drawings shall not remove the responsibility for
furnishing material or equipment of proper dimensions, quantity and quality, nor will
such review remove the responsibility for error in the shop drawings or submittals.
5. Shop drawings and submittals will be returned and unchecked if the specific items
proposed are not clearly marked, or if the general contractor's approval stamp, are
omitted.
6. When requested,furnish samples of materials for acceptance review. If a sample has
been reviewed and accepted, then that item of material or equipment installed on the
job shall be equal in quality to the sample; if it is found that the installed item is not
equal, then replace all such items with the accepted sample equivalent.
7. Submit catalog literature for each item of material specified.
B. Operations and Maintenance Manuals
1. Six weeks prior to the completion of the project, compile an operations and
maintenance manual on each item of equipment. These manuals shall include
detailed instructions on operations and maintenance as well as spare parts list.
2. Submit six copies for review.
C. Record Drawings
1. As the job progresses, mark up with red pencil on blueline prints the deviation from
the Contract Documents of all raceway, wiring, and equipment, installations.
2. After completion of job, transcribe this information onto sepia prints and label
"Record Drawings."
3. Details of control instrumentation and signal wiring that are not shown in the
Contract Drawings, shall be included with the Record Drawings.
Epic
Pg
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
4. Raceway and wiring details of each pullbox and junction box larger than 100 cubic
inches shall be included with the Record Drawings. These details shall show size of
each conduit penetration, wire size, wiring function and terminus information of each
raceway and wire.
900.03 - QUALITY CONTROL
A. Acceptance and substitutions
1. All manufacturers named are a basis as standard of quality and substitutions of any
equivalent product will be considered for acceptance. The judgement of equivalence
of product substitution shall be made by the Engineer. Where catalog numbers of
equipment are stated on the drawings and/or specifications, no substitutes will be
accepted unless approval is given by the Owner in writing.
2. Substitutions after award of contract shall be made only within sixty days after the
award of contract and only on items not subject to pre-qualification requirements.
Furnish all required supporting data. The submittal of substitutions for review shall
not be cause for time extensions.
3. Where substitutions are offered, the substituted product shall meet the product
performance as set forth in the specified manufacturer's current catalog literature,
as well as meeting the details of the contract documents.
4. The details on the drawings and the requirements of the specifications are based
on the first listed item of materials or equipment; if any other than the first listed
materials or equipment is furnished, then assume responsibility for the correct
function, operation, and accommodation of the substituted item. In the event of
misfits or changes in work required, either in this Section or other Sections of the
contract, or in both; the Contractor shall bear all costs in connection with all
changes arising out of the use of other than the first listed item specified.
5. Energy efficiency of each item of power consuming equipment shall be considered
one of the standards for evaluation.
B. Excavation and Backfilling
1. Do all excavating and backfilling necessary for the installation of the work. This
shall include shoring and pumping in ditches to keep them dry until the work in
question has been installed. All shoring required to protect the excavation and
safeguard employees shall be properly performed. See the appropriate trench
safety section of the specifications.
2. All excavations shall be made to the proper depth, with allowances made for floor
slabs, forms, beams, finished grades, etc. Ground under conduits shall be well
compacted before conduits are installed.
EPIC:
pg. 5
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
3. All backfill shall be made with selected soil, free of rocks and debris and shall be
pneumatically tamped in six-inch layers to secure a field density ratio of 90%,
unless otherwise specified.
4. All excavated material not suitable and not used in the backfill shall be removed to
the onsite disposal area. Area shall be as directed by the Engineer.
5. Field check and verify the locations of all underground utilities prior to any
excavating. Avoid disturbing these as much as possible. In the event, existing
utilities are broken into or damaged, they shall be repaired to make their operation
equal to that before the trenching was started.
6. Where the excavation requires the opening of existing walks, drives, or other existing
pavement, these facilities shall be cut as required to install new lines and to make
connections to existing lines. The sizes of the cut shall be held to a minimum,
consistent with the work to be installed. After installation of new work is completed
and the excavation has been backfilled in accordance with above, repair existing
walks, drives, or other existing pavement to match existing installation.
C. Cutting and Patching
1. Cutting and patching required under this section shall be done in a neat
workmanlike manner. Cutting lines shall be uniform and smooth.
2. Use concrete saws for large cuts in concrete and use core drills for small round
cuts in concrete.
3. Where openings are cut through masonry walls, provide lintel or other structural
supports to protect the remaining masonry. Adequate support shall be provided
during the cutting operation to prevent damage to the masonry.
4. Where large openings are cut through metal surfaces, attach metal angles around
the opening.
5. Patch concrete openings that are to be filled with nonmetallic, non-shrinking grout.
Finished concrete patching shall be troweled smooth and shall be uniform with
surrounding surfaces.
6. No cutting of structural elements shall be done without permission of the Engineer.
D. Flashing
1. Provide waterproof flashing for each penetration of exterior walls and roofs.
2. Flashing for conduit penetrations through built-up roofs shall be made with pitch
panel filled full with pitch.
E. Construction Requirements
EPIC
Pg 6
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
1. Except where specifically detailed or shown, the locations and elevations of
equipment are approximate and are subject to small revisions as may prove
necessary, or desirable, at the time the work is installed. final locations shall be
confirmed with the Engineer in advance of construction. Confirmed locations shall
be made for the following:
a. Poles
b. Receptacles
c. Rough ins and connections for equipment furnished under other sections
d. Lighting Fixtures
e. Outlets
f. Motor Control Centers, Switchboards, Panelboards, etc.
2. Where equipment is being furnished under another section, request from the
Engineer an accepted drawing that will show exact dimensions of required
locations of connections. Install the required facilities to the exact requirements of
the approved drawings.
3. All work shall be done in the best and most workmanlike manner by qualified, careful
electricians who are skilled in their trade. The standards of work required throughout
shall be of the first class only and electricians whose work is unsatisfactory to the
Engineer shall be instantly dismissed from the work upon written notice from the
Engineer. All work must meet the approval of the Engineer.
4. Unless shown in detail, the drawings are diagrammatic and do not give exact details
as to elevations and routing of conduits, nor do they show all offsets and fittings;
nevertheless, install the conduit system to conform to the structural and mechanical
conditions of the construction. Unless locations and routing of exposed conduits are
shown, confirm locations and routing prior to installation with the Engineer.
5. Holes for raceway penetration into sheet metal cabinets and boxes shall be
accurately made with a hole punch. Cutting openings with a torch or other device
that produces a jagged, rough-cut will not be acceptable.
6. Raceway entry into equipment shall be carefully planned. Cutting of enclosure
framework to accommodate poorly planned raceway placement will not be
acceptable.
7. Cabling inside equipment shall be carefully routed, trained, and laced. Cables so
placed that they obstruct equipment devices shall not be acceptable.
8. Equipment shall be set level and plumb. Supporting devices installed shall be set
and so braced that equipment is held in a rigid, tight fitting manner.
F. Equipment Protection
1. Provide suitable protection for all equipment, work, and property against damage
EIC
pb7 . . .P
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
during construction.
2. Assume full responsibility for material and equipment stored at the site and
incorporated within the project.
3. Conduit openings shall be closed with caps or plugs during installation. All outlet
boxes and cabinets shall be kept free of concrete, plaster, dirt, and debris.
4. Equipment shall be covered and tightly sealed against entrance of dust, dirt, and
moisture.
5. All dry transformers prior to being energized shall be protected against moisture
and dirt absorption by a suitable covering. Also, maintain heat inside the covering
by means of 200-watt minimum lamps.
6. Interiors of switchgear and motor control centers shall be kept clean and dry prior
to being energized. Maintain heat inside each unit with one 200-watt lamp located
at bottom of each vertical section. Energizing integral condensation heaters shall
be acceptable in place of lamps.
G. Cooperation With Work Under Other Sections
1. Cooperate with all other trades to facilitate the general progress of the work. Allow
other trades every reasonable opportunity for the installation of their work and the
storage of their materials.
2. The work under this section shall follow the general building construction closely.
Set all pipe sleeves, inserts, etc., and see that openings for cases, pipes, etc., are
provided before concrete is placed or masonry installed.
3. Work with other trades in determining exact locations of outlets, conduits, fixtures,
and pieces of equipment to avoid interference with lines as required to maintain
proper installation of other work.
4. Make such progress in work that will not delay the work of other trades. Schedule
the work so that completion dates are established by the Engineer are met. Furnish
sufficient labor or work overtime to accomplish these requirements if directed to do
so.
H. Installation and Connection of Work Under Another Section
1. Except as otherwise indicated, details of control wiring required for plant
instrumentation are not shown; however, ascertain the requirements and install all
wiring as required under those sections.
2. Verify the electrical capacities of all motors and electrical equipment furnished under
other sections, or furnished by the Owner, and request wiring information from the
Engineer if wiring requirements are different from that specified under this section.
E?IG
pb 8 ..._.._._.m.
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
Do not make rough-ins until equipment verification has been received.
3. Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous
items of electrical equipment that are not integrally mounted with the equipment
furnished under other sections. All such equipment shall be securely mounted and
adequately supported in a neat workmanlike manner.
Cleanup and Test
1. Remove all temporary labels, dirt, paint, grease, and stains from all exposed
equipment. Upon completion of work, clean equipment and the entire installation
to present a first class job suitable for occupancy. No loose parts or scraps of
equipment shall be left on the premises.
2. Equipment paint scars shall be repaired with paint kits supplied by the equipment
manufacturer, or with an approved paint.
3. Clean interiors of each item of electrical equipment. At completion of work, all
equipped interiors shall be free from dust, dirt, and debris.
4. Test insulation value of each service entrance cable, each feeder cable, and each
branch circuit wire. Test shall be made by means of crank-type ohmmeter that
impresses 1000 volts do across the insulation. Each ungrounded conductor shall
have its insulation integrity tested after installation within its raceways from
termination-to-termination. However, testing shall be made prior to connection to
line and load. All such testing shall be done in the presence of the Owner's
Representative and the test results shall be submitted for review. Insulation value
of each installed cable and wire shall be equal to, or greater than 500,000 ohms.
Should the insulation value be less for each conductor tested, replace any and all
such deficient wire and cable runs, and retest to compliance.
900.04- RACEWAYS
A. Concrete encased non-metallic conduit shall be schedule 40 PVC. Couplings shall be PVC
solvent-weld type. Such conduit shall be Carlon "PV-Duit", Con-Tex"Telecon", or equal.
B. Plastic jacketed rigid metallic conduit shall be hot-dipped galvanized steel, inside and out,
and have a 40 mil minimum thickness PVC coating on exterior metallic surfaces and a
PVC coating on the interior metallic surfaces. couplings shall be sleeved. Such conduit
shall be Rob-Roy, Industry's "Plasti-Bond Red", or equal.
C. Flexible liquid tight ferrous metallic conduit shall have extruded thermoplastic cover with
interlocked galvanized steel core. The conduit shall be U.L. listed. Such conduit shall be
TSB high temperature with ss grounding fittings.
D. Rigid metallic conduit locknuts shall be galvanized steel in sizes under 2" and galvanized
malleable iron on sizes 2-1/2"and larger.Sealing locknuts shall have in addition to that specified
above, and integrally fused thermoplastic gasket so that the locknut is rated NEMA-
E?IC
Pg 9
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
4.
E. Rigid metallic conduit expansion/deflection fittings shall be water-tight with flexible plastic
sleeve that allows 3/4" movements in all directions. Hubs shall be threaded, galvanized
malleable iron. Clamping bands shall be stainless steel.There shall be an equipment ground
bonding jumper. Expansion deflection fittings shall be Crouse Hinds, OZ, or equal.
F. Rigid metallic conduit hubs shall be liquid-tight type with threaded female body, with
sealing ring on conduit side and threaded male tapered steel body with hardened steel
locknut on box side. Plastic jacketed hubs shall have 40 mils PVC coating. Such fittings
shall be T&B, Crouse Hinds, or equal.
G. Chase nipples, reducers, enlargers, "Ericksons", capped ells, short ells, long ells, split
couplings and fittings shall be hot dipped galvanized malleable iron threaded type for use
with rigid metallic conduit.
H. Rigid metallic conduit bodies shall be cast metal type with threaded hubs, gasketed cast
metal covers with stainless steel screws. All such conduit bodies shall be Crouse-Hinds
Form 7 Condulets, Appleton Form 35 Unilets, or equal.
Liquid-tight flexible conduit fittings shall consist of hot-dipped galvanized steel body with
captive grounding ferrule and sealing ring, and compression nut. Connector body shall have
nylon insulated throat. Pull-out resistance of each completed connector shall be at least 12
times U.L. minimum. such fittings shall be T&B Crouse-Hinds, Appleton, or equal.
J. Rigid metallic conduit boxes shall be electroplated cast iron, with threaded integrally-cast
hubs, cast metal cover, and with stainless steel cover screws. Such boxes shall be Crouse-
Hinds "Condulets", Appleton "Unilets", or equal. Plastic jacketed type shall have 40 mils
minimum coating of PVC.
K. Cadmium plated devices and hardware shall not be acceptable.
L. All exterior conduit bodies, cast boxes, and similar enclosures shall require gasketed covers.
M. Underground conduit shall be run at a minimum depth of 24" to top of grade elevation and
encased in 2500 PSI steel reinforced red concrete with a minimum of 3" concrete coverage
on all sides. Conduit banks shall be spaced properly to allow concrete penetration between
conduits. Only long radius elbows shall be used.
N. The horizontal runs of underground conduit shall be schedule 40 PVC.
O. Where vertical risers are needed, the vertical portion, including the ell shall be long radius,
RIGID ALUMINUM conduit. Red concrete shall envelope the riser to a minimum height of
12" above grade and the top shall be sloped to drain moisture. Sonotube forms may be
used.
P. Provide lithium based lubricant between steel and aluminum conduit.
EaiC
pg. 10 ,....,,,,,
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
Q. No conduit fittings, other than couplings and PVC-to-rigid adapters, shall be installed
underground.
R. Contractor shall probe at locations where underground obstruction may exist to determine
location before using trenching equipment. To prevent damage, hand excavation shall be
used as necessary.
S. All exposed conduit shall be supported with two hole hot dipped galvanized steel conduit
clamps. One hole clamps shall not be acceptable.
900.05 - WIRING
A. WIRE
1. Wire: All wire shall be soft drawn, annealed copper wire with a conductivity of not
less than 98 percent of that of pure copper. Each wire shall be continuous without
weld, splice or joint throughout the length.
It shall be uniform in cross-section, free from flaws, scales and other imperfections.
All wire shall carry Underwriters' laboratory label.
2. Insulation for Power and Control Circuitry in underground conduits shall be 75/90°C
rated THHN/THWN RHH/RHW/USE, except as specifically noted otherwise.
3. Insulation for Power and Control Circuitry in above grade installations shall be 75°C
rated THHN/THWN, except as specifically noted otherwise.
4. Acceptable Manufacturers:
1. The following manufacturers are acceptable suppliers. The first named
manufacturer shall be the standard of quality and manufacture required.
Okonite General Electric Cablec
5. Execution
a. All wiring systems shall be installed in conduit unless otherwise shown on
the drawings or specified herein.
b. All wire shall be identified by surface marking indicating voltage, insulation,
temperature rating, and manufacturer and U/L approval.
c. A color scheme for an easy identification of circuit conductors shall be
predetermined and adopted for each wiring system. All wiring shall be
marked with wire markers. The color schemes shall be as follows:
120/240 Volts-Phase A- Red 480 Volts-Phase A-Purple
120/240 Volts-Phase B - Black 480 volts-Phase B -Yellow
pg. 11
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
120/240 Volts-Phase C - Brown 480 Volts-Phase C - Blue
Neutral - White Neutral - White marker
Ground - Green Ground - Green
d. Grounding conductor shall be green insulated, or bare when so specified.
e. Branch circuit wiring shall be run continuous from outlet to outlet.
f. Mains, feeders and risers shall be run the entire length without joints or
splices.
g. No wire or cable shown on the drawings or described by the specifications
shall be pulled until the entire conduit system between terminal points for the
wire or cable has been completed. Each conduit run should be swabbed prior
to pulling conductors to insure there are no obstructions in conduit system that
might damage conductors.Wire and cable shall not be allowed to be exposed
or remain exposed to the weather.
h. Immediately after wire or cable has been pulled into a conduit, all conduit
filling covers, seal covers, equipment and junction box covers shall be put
into place and tightened to prevent entry of moisture, dirt, etc.
Each individual wire color shall be consistent throughout the entire length of its
circuit.
For connections to electrical equipment, all stranded cable shall be equipped with
cable lugs of the mechanical solderless type.
All wire and cable entering panelboards, wireways, motor control centers, etc.,
shall be neatly grouped, formed, and laced with cord or nylon tie-wraps to provide
a neat and orderly appearance.
All lighting panel circuits shall be permanently marked on panel door.
6. The Contractor shall meet all conductor identification requirements of the National
Electrical Code and shall provide feeder/circuit identification as follows:
a. At termination points of all power feeder/subfeeder wiring where
identification is not apparent without tracing the wire beyond the enclosure
in which it terminates.
b. At termination points of all control wiring utilizing wire numbering defined on
the drawings or specified by the Engineer.
c. Neutrals and equipment grounding conductors shall be identified as
specified above.
d. At junction boxes or pull boxes through which feeders, sub-feeders, or control
Ea1C
pg. 12
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
wires pass whether spliced at such locations or not.
{ e. At any other locations deemed necessary by the Engineer.
Wording or numbering used shall be readily identifiable by personnel unfamiliar
with the installation but who may possess copies of the construction drawings for
reference.
B. Factory pigmented insulation color for sizes #6 and smaller for power wiring shall be as
follows:
1. 150V-to ground, or less:
Phase Color
A Red
B Black
C Blue
Grounding Conductor Green
Grounded Conductor White
2. Greater than 150V-to-ground:
Phase Color
A Brown
B Purple
C Yellow
Grounding Conductor Green
Grounded Conductor Grey
C. Bare conductors for grounding purposes shall be hard-drawn stranded copper.
Wire Size: No wire smaller than No. 12 AWG shall be used, except as herein specified or
noted on the drawings, all wire shall be stranded. Control wiring may be No. 14 AWG
Stranded Copper.
D. Instrumentation hook-up wire shall be 600V. U.L. rated #16 AWG tinned copper stranded
(19X29) with 32 mil polyethylene insulated, twisted pair or triad with aluminum-polyester
shield and #18 AWG stranded tinned copper drain wire and a 32 mil chrome vinyl jacket.
The wire shall be Belden 8719 for 2/C and Belden 8618 for 3/C or equal by Dekoron. Other
types may be noted on the Contract Drawings.
E. Connectors
1. Mechanical connectors shall be bolted pressure type with tin-plated bronze body
and tin-plated silicon-bronze hardware.
pg. 13
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
2. Insulated spring wire connectors shall be plated spring steel with thermoplastic
jacket. Connectors shall be rated at 105°C continuous. Such connectors shall be
3M, Ideal, T&B, or equal.
3. Insulated set-screw connectors shall consist of copper body with flame-retardant,
600V. Class insulated shell. Such connectors shall be ideal, T& B, 3M, or equal.
4. Terminal connectors for flat-head terminal screws shall be locking spade type with
vinyl insulated, compression indent shaft, T&B, Ideal, Amp, or equal.
5. Terminal strips shall be channel-mounted type with tin-plated solderless box lugs
contained with barriered nylon-insulated separable barriers. Such devices shall be
Square D, Cutler-Hammer, Allen Bradley, or equal.
6. Connections: Branch circuit joints or splices shall be made electrically and
mechanically secure with nylon insulated pressure connectors. Connectors normally
furnished with motor controllers, panels, etc., may be used for feeder terminations.
Other feeder connectors shall be bolted, wedge type, or compression type.
F. Insulating Products
1. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic,
pressure-adhesive type; Plymouth "Slipknot Grey", 3M "Scotch #33, or equal.
2. Insulation putty shall be rubber-based, non-vulcanizing, elastic-type putty in tape
form; Plymouth #2074, 3M "Scotchfill", or equal.
3. High Temperature, insulating void filling, moisture-proof tape shall be stretchable
ethylene propylene rubber with high-tack, self fusing surfaces. Tape shall be rated
for 90° C continuous, 130° C overload. such tape shall be Plymouth "Plysafe", 3M
Scotch 23", or equal.
4. High temperature protective tape shall be rated 180° C continuous, Indoor/outdoor
and shall be cured, self-fusing silicone rubber. Such tape shall be Plymouth "Plysil",
3M "Scotch 70", or equal.
5. Arc and fire-proofing tape shall be oil and water resistant, heat resistant, fabric
reinforced; Plymouth "Plyarc#3318", 3M "Scotch 7700", or equal.
G. Labels, Nameplates, and Signs
1. Numbered wire marking labels shall be adhesive backed cloth type for dry locations
and self laminating plastic type for damp or wet locations. Such labels shall be T&
B, Amp Brady or equal. Field installed terminal points shall be neatly marked with
the correct work number using waterproof ink. Pencil marking is not acceptable. All
active terminals will be marked.
2. Write-on labels shall be weather resistant polyester with flat surface for marking pen
0 EPIC
Pg. 14
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
application of usage.
3. Colored bonding tape shall be 5 mil stretchable vinyl, self-adhesive, and with
permanent solid colors corresponding to herein before specified wire colors;
Plymouth "Slipknot 45", 3M "Scotch 35", or equal.
4. Micarta nameplates shall be 3/32" inch thick, lengths as required to accommodate
lettering, and in 3/4" and 1-1/4" widths. Each plate shall have adhesive backing
with pull-apart resistance of at least 100 psi or attached with stainless steel screws
suitable for permanent installation. Plates shall be laminated type with black
background and white letters.
Engraved plastic nameplates are to be installed on panelboards, control devices,
and disconnect switches.
Nameplates are to bear the item number (and descriptive name where applicable)
of the equipment. See nameplate schedule.
5. Signs shall be similar to nameplates in 4. above with the size, type, and wording
as indicated on the contract drawings.
H. Supporting Devices
1. Slotted channel supports and framing members shall be cold rolled steel. Finish for
inside, dry location in finished areas (such as offices) shall be factory painted with
backed-on enamel. Finish for outside and damp or wet locations shall be hot dipped
galvanized after fabrication. Size of slotted channels unless otherwise indicated, shall
be 1-5/8"x 1-5/8"in cross-section. Furnish Unistrut P-1000, Elcen Figure 600,or equal.
Special purpose slotted channel support shall be furnished as indicated.
2. Hanger rods shall be hot dipped-galvanized and shall be all-thread type, 3/8"
minimum diameter.
3. Beam clamps, side-beam connectors, and one-hole clamps shall be hot-dipped
galvanized malleable iron, and shall be Steel City, T&B, or Gedney. Plastic coated
types shall have 40 mils, minimum PVC covering.
4. Pressed steel, two-piece single bolt, slotted channel conduit straps shall be electro-
galvanized and shall be of the same manufacturer as the slotted channel. Plastic
coated types shall have 40 mils, minimum PVC covering and hardware shall be
stainless steel.
5. Single rod-hung "J" conduit clamps shall be adjustable type with hot dipped
galvanized finish and shall be Unistrut J-1200 series, Elcen figure 90, or equal.
6. Indoor, dry-location slotted channel hardware(nuts, bolts,washers, etc.) shall have
hot-dipped-galvanized finish. Outdoor, wet location slotted channel hardware shall
be stainless steel.
pg. 15
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
7. Stainless steel hardware shall be AISI Type 316.
8. Concrete and masonry anchors shall be stainless steel type equal to Hilti brand.
900.11 - MISCELLANEOUS
A. Grounding Devices
1. Ground rods shall be copper clad steel in lengths and diameters as indicated.
2. Ground rod connectors shall be copper alloy with silicon bronze bolts and in sizes
to fit ground rod diameters. Furnish OZ, Burndy, or equal.
3. Pipe ground connectors shall be copper alloy with silicon bronze bolts and in sizes
to fit pipe diameter. Furnish OZ, Burndy, or equal.
4. Thermal welding devices shall consist of correct size molds to fit application and
correct amount of weld metal. Furnish Enrico"Cadweld", Burndy"Thermoweld", or
equal.
5. The grounding system shall be installed in accordance with the latest edition of the
National Electrical Code.
6. Except as otherwise noted on the drawings all underground connections shall be
made using a "Cadweld" connector. After the connection is made, coat all exposed
copper surfaces with a bitumastic coating.
7. All conduits, panels, cabinets, transformers, motors, junction boxes, and other
electrical equipment shall be permanently and securely connected to the grounding
system as shown on the drawings and/or specified herein.
8. Conduit system shall not be used for ground path. Motors and other electrical
equipment shall be grounded with a separate ground wire run in their power
conduit. Wire shall be single conductor stranded copper with green insulation and
shall be attached to the equipment frame with Burndy type "GB" connectors.
9. Grounding connections shall be of an approved type with high copper alloy bodies
and silicon bronze bolts, nuts and lockwashers.
10. After completion of the grounding system, the resistance of the grounding network
to earth shall be measured and recorded by the ECC. Measurements shall be made
using the 3-probe method. Resistance shall not exceed 5 OHMS (unless otherwise
noted on the drawings) or else additional ground rods shall be installed and
additional tests performed to achieve 5 OHMS ground resistance.
11. All new electrical equipment and other specific structures shown on the drawings
shall be effectively grounded. Specific requirements are shown on the grounding
0 EPIC
Pg. 16
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
drawings.
B. All necessary tests and adjustments for the proper operation of the electrical system shall
be performed by the Contractor with instruments furnished by him for this purpose. The
tests shall be witnessed and approved in writing by the Owner's representative.
1. LOW VOLTAGE WIRING TEST (600V)
When the low voltage wiring (600V) has been pulled in and before tying into circuit
breakers, etc., tests shall be made on all conductors. The ECC shall test each
conductor to ground and between conductors on each conduit run with a 1000V
DC "Megger".
Insulation shall show a resistance reading of 150 megohms or higher. Any
conductor(s) in a conduit that shows a significantly lower resistance than the other
conductors in the same conduit must be thoroughly checked and replaced by the
Contractor if the fault is within the conduit.
Any cable which fails under operating conditions and which was damaged by the
Contractor shall be replaced at his own expense.
Megger transformer windings for grounds and moisture accumulation per
manufacturer's recommendations. Where evidence of moisture accumulation is
found, the equipment must be dried and retested before being placed in operation.
Check all control switches, alarm and shutdown devices, indicating lights, and
annunciators for proper operations by simulation.
Circuit breakers, switches, relays, and other equipment shall be checked for loose
connections (both mechanical and electrical) and to see that contacts and working
parts are correctly aligned and free from dust and foreign matter.
After installation, the system shall be functionally tested by the ECC to insure
proper operation. The test shall include, but not be limited to:
- Megger(TM) test of control wiring and power circuits at 1000 VDC.
- Calibration of all overcurrent and overload circuits to operate within the
manufacturer's published specifications
- Phasing and phase rotation test to insure all power circuits are wired
properly.
- Functional test of all panels to assure that each function operates as
intended. At the conclusion of the testing work, furnish original test reports
and six copies to the Engineer for approval.
All testing and verification shall be witnessed by the Engineer, as the Owners'
pg. 17
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
representative, at the Owner's option.
C. The Contractor shall be responsible to make a thorough check for wiring accuracy,
correct adjustments, etc. and shall perform operational tests of all motors, lights,
and all other electrical devices. All such equipment shall operate to the satisfaction
of the Owner's Representative at completion of the work. At this time the Engineer
shall be furnished a set of integrated system/control diagrams showing the actual
terminations used in the installation of all electrical equipment.
The Contractor shall perform complete systems tests and checkout on all areas of
work to assure that all systems are complete and functional. This work shall include
equipment, which has been furnished by others for installation by the Contractor,
as well as equipment furnished and installed by the Contractor.
All construction and installation shall be inspected for completeness by the Owner's
inspector prior to submission for acceptance. Owner shall provide a punch list of
deficiencies, which the Contractor shall correct before final acceptance of
construction is issued.
The Contractor shall submit each installation to the appropriate field inspector for
acceptance. Inspector approval shall be required for each item.
D. CLEANUP AND MATERIAL DISPOSITION
The Contractor shall completely clean the area of all scrap material, boxes, crating
material, etc., and shall dispose of it at an area designated by the Owner's
Representative.
E. AS BUILT DRAWINGS
The Contractor shall maintain and protect at the job site a separate set of white prints
of the electrical and instrument contract drawings for the sole purpose of recording with
colored pencil "as-built" changes and diagrams of those portions of the work in which
actual construction is significantly at variance with the contract drawings. At the
conclusion of the project, an additional set of such record prints shall be prepared and
both sets delivered to the Engineer. Release of retainage shall be conditional upon
acceptance of as-built drawings.
900.13 - INSTALLATION
A. Basic Materials and Methods
1. Install the conduit system to provide the facility with the utmost degree of reliability
and maintenance free operation. Kinked conduit, conduit inadequately supported
or carelessly installed shall not be accepted.
2. Raceways shall be installed for all wiring runs except as otherwise indicated.
EPIC
pg. 18
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
3. Conduit sizes, where not indicated, shall be code-sized to accommodate the number
and diameter of wires to be pulled into the conduit. Use NEC tables for sizing.
4. Exposed runs of conduit shall be installed parallel to the lines of the structure.
5. All conduit and fittings in the buildings shall be EMT concealed in finished areas or
as noted otherwise on the drawings. Duct banks shall be concrete encased
schedule 40 PVC conduit, with vertical portion including ell to be hot-dipped
galvanized rigid steel conduit.
6. PVC runs shall be joined with manufacturer's approved cement.
7. Finished installation of conduit runs from each terminus to each terminus shall be
watertight.
8. Generally, raceways shall be installed exposed on the structures and in the
buildings except as otherwise specified. Horizontal runs shall be supported on 24"
centers and vertical runs on 48" centers.
{
9. Conduit runs in finished areas within building shall be installed concealed within
the structure, except as otherwise specified.
Electric Metal Tubing (EMT) and fittings including stamped steel boxes shall be
allowed to be installed concealed in walls and above the ceiling in finished areas
of the proposed buildings only.
10. Yard runs of conduit shall be concrete encased schedule 40 PVC duct installed
below grade except where up-turns to structures and equipment is made. The up-
turn shall be made with hot-dipped galvanized rigid steel conduit 90 degree long
radius elbow. Depth of lateral runs shall be 24" minimum and 36" maximum, unless
•
otherwise indicated. Coordinate installation with site work finished grades. Duct
bank depths shall be as indicated on the drawings.
11. Conduit runs under building floor slabs and in pipe chases shall be concrete
encased schedule 40 PVC conduit.
12. Conduit runs that enter an enclosure without penetrating the sheet metal, such as
bottom entry into motor control centers, shall be equipped with grounding bushings.
13. Conduit bodies such as "LB, "T", Condulets, Unilets, or equal shall be installed in
exposed runs of conduit wherever required to overcome obstructions, and to
provide pulling access to wiring. Covers for such fittings shall be accessible and
unobstructed by the adjacent construction.
14. Conduit shall enter all wireways, boxes, motor control centers, panelboards and
other enclosures straight and true. conduits installed cocked and not parallel to the
lines of the enclosure shall not be acceptable.
EPAC
pg. 19
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
15. Conduit entrances into equipment shall be carefully planned. cutting away of
enclosure structure, torching out braces, and removal of enclosure channels and
sills shall not be accepted.
16. Use approved hole cutting tool for entrances into sheet metal enclosures. Use of
cutting torch or incorrect tool shall not be accepted.
17. Install expansion or expansion/deflection fittings where conduit runs across an
expansion joint within the concrete or where conduit runs cross an expansion joint
and the runs are rigidly attached to the structure.
18. Plastic jacketed flexible metallic or non-metallic conduit shall be used for connections
to motors, solenoids, pressure switches, electric valve operators, unit heaters,
motorized louvers, torque switch devices, flowmeters limit switches, lay-in lighting
fixtures, and other devices that may need to be removed for servicing.
19. Flex runs shall be joined with specified flex connectors and these connectors shall
be made up tightly onto its connected devices. All plastic jacketed flexible conduit
connections shall be watertight.
20. Cap each end of conduits as soon as placed to prevent mud, dirt, debris, and water
from entering raceways. Each run shall be swabbed clean prior to wire pulling.
21. All junction and pull boxes shall be equipped with blank covers.
22. All boxes shall be installed with their axes parallel to the lines of the building
structure.
23. All conductors shall be the size as indicated and where no size is given, the
conductor size shall be#12 AWG, unless otherwise specified.
24. Generally, control wiring shall be #14 AWG.
25. All wiring shall be installed in raceways unless otherwise indicated.
26. All power and control wiring shall be made with insulated, stranded copper wire.
27. No wire or cable shall be drawn into a conduit until all work of a nature, which may
cause injury, is completed. A cable pulling compound shall be used as a lubricant
and its composition shall not affect the conductor or its insulation.
28. Do not exceed cable manufacturer's recommended pulling tensions.
29. Service and feeder wiring runs shall be made from terminus to terminus without
splice.
30. Branch circuits shall run from supply to load without splice except where taps and
splices are required for receptacle, light fixture, and small appliance loads.
}
EPIC
pg. 20
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
31. Taps, splices, and connections in #8 AWG and larger shall be made with tinned
copper alloy bolted pressure connectors. Make up connection tightly to produce as
low a resistance as if the conductor where continuous. Such connectors shall be
insulated with a smooth cover of void-filling insulation putty and then covered with
at least four(4) half lapped layers of electrical tape. Insulated connector shall have
at least 1.5 kV insulation value.
32. Except as otherwise specified; taps, splices, and connections with #10 AWG and
smaller shall be made with insulated spring wire connectors. Such connectors in
damp or wet locations shall be further insulated with an envelope of half-lapped
EPR over the wire nut and down 2" over the incoming wires; prior to applying the
envelope, use a stretched piece around each wire to fill the interstices between the
wires; finished splices shall be waterproof.
33. Specified sizes of wire shall be installed with factory-pigmented colors. Phase label
black pigmented wires with colored banding tape as specified. Install labels at each
terminus.
34. Numbered marking labels shall be installed to identify circuit numbers from panel
boards and to identify control wires. Install labels inside each panelboard, junction
and pullbox, and device and control connection.
35. Label each wiring run with write-on waterproof labels inside each motor control
center, switchboard, pullbox and handhole. Wrap label ties around wire group at
conduit entrance and write on label the wire size, conduit size, and service.
36. Control wiring that terminates on to flat head type terminals shall be equipped with
crimp-type spade lugs. Label each wire with number to correspond with terminal
strip number.
37. All wiring inside enclosures shall be neatly trained and laced with tie-wraps.
38. All raceway systems, outlets, boxes, wireways, cabinets, enclosures, lighting
fixtures, transformers, and related equipment shall be adequately and safely
supported with at least 3-1 safety factor.
39. Slotted channels shall be used to support equipment that is mounted free of
structure. Use factory fabricated back-to-back hot-dipped galvanized members 3-
1/4" deep that have welded feet.
40. Runs of exposed conduits shall be installed as follows:
a. Single surface runs shall be attached to the structure by means of conduit
clamps, except as otherwise specified. Single runs along structural
members shall be supported by means of side beam clamps, or similar
supporting devices.
Ea,IC
pg 21
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
b. Multiple surface runs shall be attached to the structure by means of slotted
channels. Each conduit shall be attached to the slotted channel by means
of two-piece conduit clamps.
41. Rod hangers shall be hot dipped, galvanized all thread, 3/8" minimum diameter
steel type. Paint each rod hanger and its tap support with undercoat and one finish
coat of galvanized type paint.
42. Rod hangers shall be attached to the structure with appropriate hanger such as
concrete insert, beam clamp, ceiling flange, or side beam connector.
43. Slotted channels that are field cut shall have raw edges painted with cold
galvanized coating spray paint.
B. Equipment
1. Motor control centers and panelboards shall be installed as follows:
a. Follow manufacturer's installation instructions. Set line-ups in place and
shim level. Bolt rails to concrete with 1/2" diameter stainless steel bolts set
in expansion anchors.
b. Bottom conduits entries into cubicles shall be carefully arranged and set in
manufacturer's allotted openings. Each conduit terminus shall be equipped
with insulating bushing.
c. Top conduit entries into cubicles shall enter to correct section to minimize
cross-wiring. Each conduit entry shall be equipped with bushing.
d. All cables inside enclosures shall be neatly arranged and bundled and
bound with plastic tie-wraps.
900.14 - DRAWINGS AND SUBMITTALS
A. Submit shop drawings for the following:
1. Wire
2. Conduit-all types
3. Motor Control Centers
4. Light Fixtures
5. Safety Switches
6. Unit Heaters
pg. 22 :... _:.:......
ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS
7. Pilot Devices
8. Panelboards
9. Transformers
10. Enclosures
11. Terminal Blocks
B. Submit catalog literature of each item of material specified.
900.15 - WORKING DRAWINGS FOR APPROVAL
Prior to furnishing any material or equipment or performing related work, the Contractor shall
submit six (6) sets of detail drawings and related data required by the governing specification.
Working or shop drawings for equipment and materials shall be dated, and shall show on the label
the Project, the equipment or materials, and the location. •
Within thirty (30) days after award of contract the Contractor shall submit to the Engineer control
schematic drawings covering operational, protective, communication and annunciator wiring.
900.16 - ELECTRICAL CONSTRUCTION CONTRACTOR (ECC) QUALIFICATIONS
To be considered an acceptable ECC contractor to the Owner, the proposed ECC shall provide
documentation of the personnel working on this project with experience, training and skill to provide a
practical working system. The Contractor will be required to furnish acceptable evidence to the Owner
of having installed not less than three systems of size and type comparable to this project.The systems
must have served satisfactorily for not less than 3 years. The ECC superintendent must have had
experience in installing not less than three such systems.
•
E?IC
Pg. 23
SECTION E
ORIGINAL
BID
TO: CITY OF PORT ARTHUR
444 4T11 STREET
P.O.BOX 1089
CITY OF PORT ARTHUR,TEXAS 77640
Proposal of S [L ("" i'`-� ereinafter d
"BIDDER"),organized and existing under the laws of the State of Texas
doing business as (' n t and acting by and through
to the CITY OF PORT ARTHUR, Port Arthur, Texas (hereinafter called
"OWNER").
In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all
work for the construction of Lift Station Remediation & Mitigation, in strict accordance with
the Contract Documents, within the time set forth in the Notice to Proceed, and at the prices
stated below, and Bidder shall enter into Contract for same within the time specified in Contract
Documents.
By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party
thereto certifies as to his own organization, that this BID has been arrived at independently,
without consultation, communication,or agreement as to any matter relating to this BID with any
other BIDDER or with any competitor.
BIDDER hereby agrees to commence WORK under this Contract on or before a date to be
specified in the Notice to Proceed and to fully complete the PROJECT within 210 consecutive
calendar days specified in the Notice to Proceed, including, but not limited to, all Saturdays,
Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as
liquidated damages. the sum of 5,59,1 for each consecutive calendar day thereafter including, but
not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in
Section 51 of the General Conditions.
Enclosed is bid security as required. •
l
BIDDER acknowledges receipt of the following ADDENDUM:
it-1 rk
*Insert"a corporation," "a partnership," or"an individual" as applicable. ,
BIDDER agrees to perform all the work described in the Contract Documents for the following
unit prices or lump sum:
D-
Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
BID SCHEDULE
BASE BID ITEMS
Mobilization, Complete in Place
1 L.S.
Per Lump Sum • ��� $I �
3rd Avenue Lift Station Improvements,
including but not limited all necessary
demolition, new wooden fence with gates,
electrical power distribution equipment
and installation, conduit, conductors,
electrical connections, pump control
2. 1 L.S. panel, and all necessary appurtenances,
Complete In Place
EtaUSU $ - ! $4.per_
er Lump Sum
9th Avenue Lift Station Improvements,
including but not limited all necessary
demolition, new chain link fence with
gates, electrical platform, ventilation
system, access hatch, electrical power
distribution equipment and installation,
conduit, conductors, electrical
3. 1 G.S. connections, pump control panel, and all
necessary appurtenances, Complete . In
Place
Per Lump Su 1§31/41e:,
D-2
• Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
46th Street Lift Station Improvements, l
including but not limited all necessary
demolition, new wooden fence with gates,
electrical platform, ventilation system,
access hatch, electrical power distribution
equipment and installation, conduit,
4. 1 L.S. conductors, electrical connections, pump
control panel, and all necessary
appurtenances, Complete In Place _
@ al N-
6`- $1100 r132" $ll.0 In-.
Per Lump SumWl� 1
1
58th Street Lift Station Improvements,
including but not limited all necessary
demolition, electrical power distribution
equipment and installation, conduit,
conductors, electrical connections, pump
5. 1 L.S. control panel, and all necessary
appurtenances, Complete In Place
@cAVcW\ . iL-V\A- —--WW,ali ,
_ i_3t4\ c $$3,15\ $T61co'-
Per Lump Sum
1 Operations Center Lift Station
' Improvements, including but not limited
all necessary demolition, new wooden
fence with gates, electrical platform, water
meter relocation, concrete slab extension,
electrical power distribution equipment
6. 1 L.S. and installation, conduit, conductors,
electrical connections, pump control
panel, and all necessary appurtenances,
Complete In Place
@ _ \A.C{1Q4SY1
ainmcl $\t $ 11�,319_
Per Lump Sum
\\*-‘1*-4-0\,—)
D-3
• Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
El Vista Lift Station Improvements,
including but not limited all necessary
demolition, new wooden fence with gates,
electrical platform, ventilation system,
access hatch, electrical power distribution
equipment and installation, conduit,
7. 1 L.S. conductors, electrical connections, pump
control panel, and all necessary
appurtenances, Complete In Place
iti
43"-\' l $ \ 01 $1
er Lump
Lakeside Lift Station Improvements,
including but not limited all necessary
demolition, new wooden fence with gates,
electrical platform, electrical power
distribution equipment and installation, -
conduit, conductors, electrical
8. 1 L.S. connections, pump control panel, and all
necessary appurtenances, Complete In
Place
$\23, f5" $\2 J\ ED
Per Lump n
Montrose Lift Station Improvements,
including but not limited all necessary
demolition, electrical platform, ventilation
system, access hatch, electrical power
distribution equipment and installation,
conduit, conductors, electrical
9. 1 L.S. connections, pump control panel, and all
necessary appurtenances, Complete In
Place
Per Lump Sum
D-4
• Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
West Port Arthur Road Lift Station
Improvements, including but not limited
all necessary demolition, electrical
platform, ventilation system, access hatch,
electrical power distribution equipment
and installation, conduit, conductors,
10. 1 L.S. electrical connections, pump control
panel, and all necessary appurtenances,
Complete In Place
@ COLD— k4 JV4rsn
$1Nc;4 $\m p
Per Lump Sum
Roosevelt Avenue Lift Station
Improvements, including but not limited
all necessary demolition, new wooden
fence with gates, electrical platform,
driveway extension, electrical power
distribution equipment. and installation,
conduit, conductors, electrical
11. 1 L.S. connections, pump control panel, and all
necessary appurtenances, Complete In
Place •
Ma)
Per Lump S $1\4 In $\Ord\Th
J
Aero Drive Lift Station Improvements,
including but not limited all necessary
demolition, electrical power distribution
equipment and installation, conduit,
conductors, electrical connections, pump
12. 1 L.S. control panel, and all necessary
appurtenances, Complete In Place
• XL1 $451255 $ ,2 "
Per Lump Sum
D-5
• Item Approx. Description of Item with Unit
No. Qty. Unit Unit Price Written in Words Price Amount
Taft Avenue Lift Station Improvements,
including but not limited all necessary
demolition, new wooden fence with gates,
electrical power distribution equipment
and installation, conduit, conductors,
13. 1 L S 1 electrical connections, pump control
panel, and all necessary appurtenances,
Complete In Place
SCU—tf\i\w\c‘mc:L
Per Lump Sum At�-`-
TOTAL AMOUNT BID $ 1)2. 1 O,2.4 ZJ
1
1
D-6
SUBSTITUTIONS
1.
(Add) (Deduct) $
2.
(Add) (Deduct) $
Unit prices are to be expressed in both words and figures. In case of'a discrepancy., the amount shown
in words shall govern. The above unit prices shall include all labor, materials, equipment, bailing,
shoring,removal, overhead, profit, insurance,etc. to cover the finished work of the several kinds called
for.
BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any
informalities in the bidding. In addition. the OWNER reserves the right to award the Contract on the
basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID with Substitution(s) or TOTAL AMOUNT BID
plus any Alternate(s)described above which is most advantageous to the OWNER.
The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of
sixty (60)calendar days after the scheduled closing time for receiving bids.
The undersigned BIDDER hereby declares that he agrees to do the work, and that no representations
made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the
Contractor.
Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the formal Contract
attached within ten (10) working days and will deliver a Performance and a Payment Bond to insure
payment for all labor and materials. The bid security attached, without endorsement, in the sum of no
less than five percent (5%) of the amount bid, is to become the property of THE CITY OF PORT
ARTHUR, TEXAS, in the event the contract and bonds are not executed within the time above set forth,
as liquidated damages without limitation.
•
Respectfully submitted:
(NAME°c ctS fi)(. 6 CCA)C ("lc)U,n c�
(ADDRESS)
BY: sj e V)al �( i 5 +! L&/-- C)
\ j (TELEPHONE NUMBER)
TITLE: �! S
(LICENSE NUMBER IF APPLICABLE)
DATE: ?)'\ )RITIMA
SEA',IF BIDDER IS A CORPORATION (ATTEST)
D-7
CITY OF PORT ARHTUR
EXCEPTION /APPROVED EQUAL REQUEST
[Please submit this form for each exception/approved equal]
VENDOR: TELEFAX:
PROJECT:
PAGE: of PARAGRAPH:
SUBJECT:
N/A
REQUEST:
Signature
FOR CITY OF PORT ARTHUR USE ONLY
APPROVED: DISAPPROVED: CLARIFICATION:
REMARKS:
Signature
CITY OF PORT ARTHUR REP
D-8
SECTION F
•
*AIA Document A31 QTM - 2010
Bid Bond
CONTRACTOR: SURETY:
(Nome.legal statue one/errleG•csa) (Nu»le.lore/stows and principal place
I3DS Constructors.LLC dba MS K Constructors of business)
P.O.Box 1208 Hartford Fire Insurance Company This documeht has important legal
Vidor,TX.77670 One Hartford Plaza
Hanford,CT.06I55-0041 consequences.Consultation with
OWNER: art atttimey is encouraged with
Winne./ego/no/us anc7 acld,rsa) respect to its completion or
City of Port Arthur modification.
P.O.Box 1089 Any singutar reference to
Port Arthur,TX.77641 Contractor.Surety,Owner or
BOND AMOUNT: other party shall be considered
otural where applicable:
PROJECT:
(Nunn:,localitrn ru•adcb'es:r,told Ibajcrl tnnnher.Earth}Job No.CPA-970
Repair Twelve Lill Stations Damaged by Harvey.City of Port Arthur,Port Arthur.TX
The Contractor and Surely arc hound to the Owner in the amount set forth above,for the payment of which the
Contractor and Surety bind themseIveS.their heirs,executors,adininistiatorl,sticbissurs and assitins,jointly and
severally,es provided herein,The conditioner of this fond are such that if the Owner accepts the bid of the Contractor
within the time specified in the bid documents,or within such tone period its may he agreed to by the Owner and
Contractor,and the Contractor either(1)caters into a contract with the Owiter in accordance with.the terms of such
hid,and gives such bond or bonds as may he specified in the kidding or Contract Documents,within surety admitted
in the jurisdiction oldie Project Ind otherwise acceptable to the Owner.for the faithful performance ofsuch Contract
and din'the prompt payment of labor and material furnished in the prosecution thereof;Or(2)pays to the Owner the
diiTercnce,nut to exceed the amount vI'iili..Bond,between the amount specified in said bid and'stich larger amount
for which the Owner may in good faith contract with another party to perform the work covered by said bide then this
obligation shall he null and void.otherwise to remain itt fill forte and effect.The Surety hereby waives any notice of
an ngreerncnl between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of
notice by the Surety shall not apply to any extension cxeeehling sixty(611)days in the Aggregate beyond the lime for
acceptance of bids specified in the hid documents,and the Owner and Contractor shall obtain the Surety's consent for
an extension beyond sixty(6(1)days.
If this f3ond is issued in connection with a subcontractor's hid to a Contractor,the tern Contractor in this Bond shall
be deemed to he Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the PrOject.
any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted lien:trom end
provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so
Itintislaal.the intent is that this Bond shall be consulted as a statutory bottd nod not as a common law bond.
Sighed and suited this 3rd day of March,2
f3D5 Constructors,LLC ba M 'Co structo
`
r —
-- --'
((:untrrrrrnr•as Principal) :(5c rrl)
(Witness) _
Kale) Hart rd Fire Insurance Co.
•(,Brandy) D ac r . (Seal)
rune 'C)
• Attorney-in-Fact
In-Fact
(MO
CAUTION:You should sign an original MA Contract Document,on which this text appears In REID.An original assures that
changes will not be obscured.
Intl Aid Document A310's—2010(rev.10,2010).Copyright 01963,1970 and 2010 by The A rimiran instiutent Ardthrctc.All'this reservers
WA/KING'This AiA'Document t Iueteeted by(I S.Copyright LA./snr/rnwn,MIr00e1 Trrntlrw,Un0d009s0t1 r0pr001.0.00n ni Alstr11+0900 of this
AIAs Document or any portion of It,may result In severe civil and ctltnl.inl penatttes,cord MI!be prosoartod to the ma.tmtun*dent possible
tinder Ine lbw.PurWveutt aro perrniaed to reproduce ten(10)copies at inis document when Corpleted To report copyright viobtions of AlA Contract
Documents,e-mat The American Institute of Ardritecls'legal oounSal,Co t5u1.ghIQab leg. .en.n rc.e
•. Direct Inquiries/Claims to:
POWER OF ATTORNEY Hartford,
HARTFORD
BOND,T-12
One Hartford Plaza
artford,Connecticut 06155
Bond.0 la imstEtthehartford,c om
call:888-266-3488 or fax 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: MCELVEEN INSURANCE LLC
Agency Code: 4 3-9 83 928
X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut
X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana
X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida
having their home office in Hartford,Connecticut, (hereinafter collectively referred to as the"Companies") do hereby make, constitute and appoint,
up to the amount of Unlimited :
Christine Baker, Douglas N. McElveen, Amanda McElveen, Kathy Peters, Benjamin Dennis
Stine of LAKE CHARLES, Louisiana
their true and lawful Attorney(s)-in-Fact,each in their separate capacity if more than one is named above, to sign its name as surety(ies)only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted it any actions or proceedings allowed by law.
In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney. i 01=.7
o ( p}{ a
It gas• •rri. i ►Q4it A Tf ' I •tL`..F 'r�•,.
`) ` (• !�V ,nn ��♦.N► t�;° rYT o 11t 1770 lz
' 979
• ems: •� �� 'w.T i►7 r♦� • .r h,rwn h N' \_R-,�...
John Gray,Assistant Secretary M.Ross Fisher.Senior Vice President
STATE OF CONNECTICUT
ss. Hartford •
COUNTY OF HARTFORD
On this 5th day of January,2018,before me personally came M. Ross Fisher,to me known,who being by me duly sworn,did depose and
say: that he resides in the County of Hartford, State of Connecticut: that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
g �
bba r• ti
/ — • IY1p. ld��� 1;c�C,7t-t'-�'�'�--I 4.--e—et1J
• A •
Kathleen T.Maynard
Notary Public
CERTIFICATE My Commission Expires July 31,2021
I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies,which is still in full force effective as of March 3, 2021
Signed and sealed at the City of Hartford.
• •
� tI r'r1 C%�,�jk '��J•� �I.n.r,rass♦� V � � • /e• L �'.,• L2 y N jg
•'••1 9 721/ 97 9 j
Kevin Heckman,Assistant Vice President
POA IO18
SECTION G
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire rettects changes made to the law by H.B. 23,114th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being fled In accordance with Chapter 17G,Loca Government Code.by a vendor who Date fieceved
has a business relationship as defined by Section 170.001(1.a)with a local governmental entity and the
vendor meets requiremants under Sect on 17G 006(a).
By law this questionnaire must be fitedwtth the records adminisrator of the local governmental entity not later
- than the 7th business day after the data the vendor becomes aware of facts that require the statement to be
tied. See Section 176.006(a-1 i.Local Government Code.
A vendor commits an offense If the vendor knowingly violates Section-176,G06.Locar Govemment Code.An
offense under this section is a niisdemeerlor.
Name of vendor who•has a business relationship with local governmental entity.
VPI
{ Check this box if you are t ling an update to a previously filed questionnaire.(The law requires that yot,file an updated
{ completed questionnaire with the appropriate filing authorry not later than the 7th business day after the date on which
you became aware that the origmalty filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
LJ Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176:003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income.
other than investment income,from the vendor?
Yes No
9. Is the vendor receiving or likely to receive taxable income.other than investment income.from or at the direction
of the local government nicer or.a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes n No
Describe each em a t or business relationshipthat the vendor named in Section 1 maintains with a co
pl ymen rporation or
other business entity with respect to which the local government officer serves as an officer or director.or holds an
ownership interest of one percent or more.
( - I Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176,003(a;i.2i(Bt, exciuding.gifts described in Section 176 003(a-1).
2 j 33}2\
icnature of vendor doing business with the governmental entity ate
corm provided by Texas Ethics Commission w,vv,ethics.state.tx.us Revised 11,0012015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176,htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
a.
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendo-has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity:or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids. correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www ethics state,tx.us Revised 11!30t2015
SECTION H
��� cu e tDo m n A312TM - 2010
Payment Bond
CONTRACTOR: SURETY:
(Nance. legal slalas and udclre.v.%) (Name, legal slams and principal place
o/:business)
This document has important legal
consequences.Consultation with
OWNER: an attorney is encouraged with
respect to its completion or
(Name, legal status and address) modification.
Any singular reference to
Contractor,Surety,Owner or
other party shall be considered
CONSTRUCTION CONTRACT plural where applicable
Date:
Amount:
Description:
/Nanne uric/lueatiou)
BOND
Date:
(Not earlier than t'nnsiruetion('anir(WI Date)
Amount:
h1odi tications to this Bond: 0 None 0 See Section 18
CONTRACTOR AS PRINCIPAL SURETY
Company: (C'ur purute Seal) Company: (Corporate Seal)
Signature: Signature:
Name Name
and Title: and Title:
(Any additional signatures appear on the last page r f this Payment Bond.)
(FOR INFORMATION(hVLY Name, address and telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE:
(Architect, Engineer or other part y:1
Init. AIA Document A312""—2010 Payment Bond.Copyright 7 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA"
Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAs'Document,or
any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To
report copyright violations of AIA Contract Documents,e-mail The American institute of Architects legal counsel.copyrxghteaia org. mina
§1 The Contractor and Surety.jointly and severally,bind themselves.their heirs,executors,administrators,successors
and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the
Construction Contract,which is incorporated herein by reference,subject to the following terms.
§2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnities and holds
harmless the Owner from claims,demands,liens or suits by any person or entity seeking payment for labor,materials
or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor
shall have no obligation under this Bond.
§3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond
shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)
of claims,demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment
for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered
defense of such claims,demands,liens or suits to the Contractor and the Surety.
§4 When the Owner has satisfied the conditions in Section 3.the Surety shall promptly and at the Surety's expense
defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit.
§5 The Surety's obligations to a Claimant under this Bond shall arise after the following:
§5.1 Claimants,who do not have a direct contract with the Contractor.
.1 have furnished a written notice ofnon-payment to the Contractor,stating with substantial accuracy the
amount claimed and the name of the party to whom the materials were,or equipment was,furnished or
supplied or for whom the labor was done or performed.within ninety(90)days after having last
performed labor or last furnished materials or equipment included in the Claim:and
.2 have sent a Claim to the Surety(at the address described in Section 13).
§5.2 Claimants.who arc employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at
the address described in Section 13).
§6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to
satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1.
§7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall
promptly and at the Surety's expense take the following actions:
§7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim,
stating the amounts that are undisputed and the basis for challenging any amounts that are disputed:and
§7.2 Pay or arrange for payment of any undisputed amounts.
§7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to
constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed
amounts for which the Surety and Claimant have reached agreement. lf,however,the Surety fails to discharge its
obligations under Section 7.1 or Section 7.2.the Surety shall indemnify the Claimant for the reasonable attorney's
fees the Claimant incurs thereafter to recover any sums found to he due and owing to the Claimant.
§8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's
fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good faith
by the Surety.
§9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance
oldie Construction Contract and to satisfy claims,if any,under any construction performance bond. By the
Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the
performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this
Bond,subject to the Owner's priority to use the funds for the completion of the work.
AlA Document A312' —2010 Payment Bond.Copyright i 2010 by The American institute of Architects.All rights reserved.WARNING:This AIA'
init. Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA'6 Document,or 2
any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To
report copyright violations of AlA Contract Documents.e-mail The American Institute of Architects'legal counsel.copyright@aia.org
§10 The Surety shall not he liable to the Owner,Claimants or others for obligations of the Contractor that arc
unrelated to the Construction Contract. t'he Owner shall not be liable for the payment of any costs or expenses of any
Claimant under this Bond,and shall have under this Bond no obligation to make payments to.or give notice on behalf
of.Claimants or otherwise have any obligations to Claimants under this Bond.
§11 The Surety hereby waives notice orally change.including changes of time,to the Construction Contract or to
related subcontracts,purchase orders and other obligations.
§12 No suit or action shall he commenced by a Claimant under this Bond other than in a court of competent
jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the
expiration of one year from the date(I)on which the Claimant sent a Claim to the Surety pursuant to
Section 5.12 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or
equipment were furnished by anyone under the Construction Contract,whichever of(I)or(2)first occurs. If the
provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a
defense in the jurisdiction of the suit shall he applicable.
§13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown
an the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be
sufficient compliance as ot'the date received.
§14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where
the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement
shall he deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall he
deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and
not as a common law bond.
§15 Upon request by any person or entity appearing to he a potential beneficiary of this Bond. the('untraetur and
Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made.
§16 Definitions
§16.1 Claim. A written statement by the Claimant including at a minimum:
.1 the name of the Claimant;
.2 the name of the person for whom the labor was done,or materials or equipment furnished:
.3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was
furnished for use in the performance of the Construction Contract:
.4 a brief description of the labor,materials or equipment furnished:
.5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in
the performance of the Construction Contract;
.6 the total amount earned by the Claimant for labor,materials or equipment furnished as of the date of
the Claim:
.7 the total amount of previous payments received by the Claimant;and
.8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the
date of the Claim.
§16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the
Contractor to furnish labor,materials or equipment for use in the performance of the Construction Contract.The term
Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien
or similar statute against the real property upon which the Project is located.The intent of this Bond shall he to
include without limitation in the terms"labor,materials or equipment"that part of water.gas.power, light,heat,oil,
gasoline,telephone service or rental equipment used in the Construction Contract.architectural and engineering
services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other
items for which a mechanic's lien may he asserted in the jurisdiction where the labor,materials or equipment were
furnished.
§16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page.
including all Contract Documents and all changes made to the agreement and the Contract Documents.
unit AM Document A312"'—2010 Payment Bond.Copyright®2010 by The American Institute of Architects.Alt rights reserved.WARNING:This AIA'
Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA Document,or 3
any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To
( report copyright violations of AIA Contract Documents,e-mail The American institute of Architects'legal counsel,copyright@aia org
§16.4 Owner Default.Failure of the Owner,which has nut been remedied or waived,to pay the Contractor as required
under the Construction Contract or to perform and complete or comply with the other material terms of the
Construction Contract.
§16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor.
§17 II'this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond
shall be deemed to be Subcontractor and the term Owner shall he deemed to be Contractor.
§18 Modifications to this bond are as follows:
(Space tIv provided below fin-additional signatures of athlete parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (C'o17)orale Seal) Company: (Corporate Seal)
Signature: Signature:
Name and Title: Name and Title:
Address Address
AIA DocumentA312""-2010 Payment Bond.Copyrightro2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA'
!nit Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or 4
any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To
report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legs!counsel,copyright@aia.org
SECTION I
DA'E !MMODIYYYY)
AWRO CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME:
PHONE — _..- FAX(A/C,
INC.No.Est1: Nol; _.
E-MAIL
ADDRESS:
INSURERS)AFFORDING COVERAGE NAIC I
INSURED
— _ --
INSURER A:
INSURER B:
INSURER C:
INSURER!):
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADOL)SUBR POLICYEFF POLICY EXP
LTR TYPE OF INSURANCE INSRIWVD POLICY NUMBER (MNYDOIYYYY) (MMIDDIYYYY) LIMITS
GENERAL UABIUTY i
EACH OCCURRENCEDAMAGE TO RENTED
S
COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) S
CLAIMS-MADE I I OCCUR MED EXP(My one person) S
PERSONAL&ADV INJURY S
GENERAL AGGREGATE S _
GEM.AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGGRO-
S
POLICY jECT LOC S —
AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT
(Ea accident) S __
ANY AUTO BODILY INJURY(Per person) S
ALL OWNED SCHEDULE BODILY INJURY(Peraccdent) S
AUTOS N AUTOS NON-OWNED PROPERTY DAMAGE(Per acadent) S HIRED AUTOS ' AUTOS
S
UMBRELLALIAB OCCUR EACH OCCURRENCE S
EXCESS UAB 1 CLAIMS-MADE AGGREGATE S
DED I ! RETENTIONS _ S
WORKERS COMPENSATION WCSTATU- OTH-
AND EMPLOYERS'LIABIUTY YIN TORY LIMITS ER
ANY PROPRIETOR/PARTNERIEXECUTIVE ❑ N J A E.L.EACH ACCIDENT S
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S
DESCRIPTION OF OPERATIONS LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
1988-2010 ACORD CORPORATION. Ali rights reserved.
ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD