Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 22565: CONTRACT WITH ALLCO, LLC FOR EL VISTA SANITARY SEWER FORCE MAIN REPLACEMENT
ur ( rthur INTEROFFICE MEMORANDUM WATER UTILITIES DEPARTMENT- DATE: February 17, 2023 TO: The Honorable Mayor and City Council THROUGH: Ronald Burton, City Manager FROM: Calvin Matthews, P.E., Water Utilities Director SUBJECT: PR No. 22565—Authorization to Execute a Contract with ALLCO, LLC for the El Vista Sanitary Sewer Force Main Replacement Introduction: The El Vista Sanitary Sewer Force Main is in bad condition, which caused several leaks and overflow incidents. Arceneaux, Wilson& Cole, LLC of Port Arthur, Texas was selected from one of the pre-qualified engineering firms as approved by Resolution No. 22-113 to work on this project. Arceneaux, Wilson & Cole, LLC proposed the design of a replacement for the existing 16"force main. Background: On February 8, 2023, the City of Port Arthur received four (4) sealed bids for the project. It was found that ALLCO, LLC of Beaumont, Texas submitted the lowest responsive bid. The Water Utilities Department,based on the Engineer's recommendation, has decided to award the contract for the El Vista Force Main Replacement for the Total Amount Bid in the amount of$2,299,500.50 to ALLCO, LLC. Funding is available in Water Utilities Account No. 405-40-000-8516-00-00- 000, Sewer System, Project No. WS0007-CON. Budget Impact: Funding is available in Water Utilities Account No. 405-40-000-8516-00-00-000, Sewer System, Project No. WS0007-CON. Recommendation: I recommend the approval of Proposed Resolution No. 22565, which authorizes the execution of a contract with ALLCO, LLC of Beaumont, Texas for the replacement of the El Vista Sanitary Sewer Force Main as described/outlined above. PR No. 22565 2/17/2023 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ALLCO, LLC OF BEAUMONT, TEXAS FOR THE REPLACEMENT OF AN EXISTING 16" FORCE MAIN KNOWN AS EL VISTA SANITARY SEWER FORCE MAIN WITH A PROJECTED BUDGETARY IMPACT OF $2,299,500.50. FUNDING IS AVAILABLE IN ACCOUNT NO. 405-40-000-8516-00-00-000, SEWER SYSTEM, PROJECT NO. WS0007-CON. WHEREAS,the El Vista Sanitary Sewer Force Main is in need of rehabilitation; and, WHEREAS, Arceneaux, Wilson & Cole, LLC of Port Arthur, Texas was selected as one of the pre-qualified engineering firms approved by Resolution No. 22-113 for the purpose of providing engineering services for Water Utilities projects; and, WHEREAS, Arceneaux, Wilson & Cole, LLC proposes the design of a replacement for the existing 16" force main known as El Vista Force Main; and, WHEREAS,the City advertised for bids on November 12 and November 19,2022 for the El Vista Force Main Rehabilitation Project; and, WHEREAS, On February 08, 2023 the City of Port Arthur received four (4) sealed bids for El Vista Sanitary Sewer Force Main Replacement Project; and, WHEREAS, it was found that ALLCO, LLC of Beaumont, Texas submitted the lowest responsive bid for the project with a Total Amount Bid(Base Bid with Supplemental Bid Items A & D plus Alternate Bid Items A & E) in the amount of$2,299,500.50. 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 execute a contract with ALLCO, LLC of Beaumont,Texas, for the replacement of the existing 16" PR No. 22565 2/17/2023 bw Page 2 of 3 force main known as El Vista Force Main, with a projected budgetary impact of$2,299,500.50, contingent upon the notice to proceed; and, THAT, said funding for this contract is available in Account No.405-40-000-8516-00-00- 000, Sewer System, Project No. WS0007-CON; 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 , 2023 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: Sherri Bellard Valecia Tizeno City Secretary City Attorney PR No. 22565 2/17/2023 bw Page 3 of 3 APPROVED FOR ADMINISTRATION: Ronald Burton City Manager U / lvin Matthews, P.E. Water Utilities Director APPROVED FOR FUNDING: Kandy Danil Interim Director of Finance \..41).1,tvu, Clifton Williams, CPPB Purchasing Manager EXHIBIT A (Bid Tabulation) *Ix .4 _' .. ARCENEAUX WILSON &COLE engineering I surveying pianning February 14, 2023 Mr. Calvin Matthews, P.E. City of Port Arthur Director of Water Utilities 444 4th Street Port Arthur, Texas 77640 RE.- AWARD OF CONTRACT for EL VISTA FORCE MAIN REPLACEMENT AWC Job No. CPA-995 Mr. Matthews: On February 08, 2023 the City of Port Arthur received four (4) sealed bids for El Vista Force Main Replacement 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 Allco, LLC of Beaumont, Texas submitted the lowest responsive bid for the project. The Total Amount Bid (Base Bid) for El Vista Force Main Replacement was $1,380,355.50. 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 the project. Through discussion with the City, it has been agreed to award the contract to ALLCO, LLC: El Vista Force Main Replacement for the Total Amount Bid (Base Bid with Supplemental Bid Items A & D plus Alternate Bid Items A & E) in the amount of Two Million Two Hundred Ninety-Nine Thousand Five Hundred Dollars and Fifty Cents ($2,299,500.50). 409.724.7888 2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Engineering Surveying awceng.com F-16194 10194049 1 1 1 it avoc Should you have any questions or require additional information, please contact our office. ARCENEAUX W/L ON&COLELLC TEXAS REGISTERED ENGI ERING FIRM F-16194 Av Keith ZotzkY, Attached. El Vista Force Main Replacement Bid Tabulation Z 0 0 0 0 0 0 0 0 000 00 0 0 0 0 0 p O 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 o O + Do oD0000 000 d • +-, 00000 • F- C o 0 V 0 0 0 0 0 000 00 C o 0 0 0 0 O U 0 0 0 0O O O O 0 O 000 in 0 r) O o 0 0 0 E • C 0 0 O: ri Ln Q ,F 0 f U O V M E0 ,F u 00 In p M d' O ' n M ' Ln LU en ^ .0 - - N I- X Q N Q LU CO N F Z in L) in L)N 0)L)L) V)L)N L) N L)L)L)L7 L) o• Z < w } O O 0 0 0 0 0 0 000 O 0 0 0 0 0 p CC O O O O O O O O O O O O 0 0 0 0 0 V O O O O O O O O O O O Ln I O O V 0 0 0 0 0 O O O N U N 0 0 0 0 V) Cr_ 0 0 N O W) 0 0 0 000 N CL, N Ln O O O W .L., O O N. P o Ln V P O }, N� 00 ul P O DCC D I L)L) L)in N in L)L) in L)L) L)N L)L)L)L)co- O O O O O O O O O O O cc) O o 0 0 o p O O CCCCCC 000 O p O O O O O O +' V Ln Ni 0 0 0 U) V •O N- L U O • a'' 0:,:,N C P •O O V V (V in V NI o CO C .O O N U) O d' 7 O r1 • r) O N N O N V ',IDM 7: 7 `- N •O V Cr p o E o •O N. N O O LNf OO N N N 40 0 Cy-) cc) o0 U D H Q C) Q Lnoo N N N V)L)N N N N N L)N N r in L)L)L)L) H O N O O 0 0 0 O O 0 000 O 00000 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 V V Ln n 0 0 0 LU P •O N- Ln Ln U P Ni .O P U P 0 0 N N N- O ',I- NI N M O (N rn Y CL O M N O •O N V .0a` N N ,C) 'I.2 - N O n V V N ,p '7 N 0O i-+ V 00 C � N N '- C in in in V)L)in L)in in L)V) L)N L)in L)L)L)L> 0 O 0 0 0 0 0 0 000 O p 0 0 0 0 0 p O O CCCCCC 000 OD 0 0 0 0 O p • i••' O O O O O O O O O O O O +' O O O O O • U C O O 000000 000 O O C O O o O o O W J 7 0 0 N Ln o 0 0 0 0 0 0 O O 3 0 0 0 0 0 O d Z J W C O Lri pi N: ui'xi Ln O O «i O c`i N V 0 VT u'i 0 0 p J W E o rn N. .O - uU N E N i- as � W J Q N - LC) Q '0 -I `O O H > N N in in in in in in L)V)in N r L)in N L)V) t7 } U Z i O D M = Q O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N dmLn (1) 00 000000 000 0 y 00000 Z m P O D Z U u o 0 0 0 0 0 0 0 0 0 0 o u 0 0 0 0 0 O 00 Q co- Q Q d O O N N N N N o O Ln O d N N O O O _ Q O C ' C J i CD N �- 3 O7, a> a V L L)L) L)L)L)L)L)L) L)L)in N V> L)L)L)L)L)L? Q 0 0 0 O O CCCCCC 000 Op 000000 I- 0 I- 4.Z 0 00 Ln00o00 00o Din 00000 N +' 0o L0000o0 000 0 • +' ri0000 0 I_ V ID LL C o o Ln LC) o Ln 0 0 0 0 o O � C 0 0 0 0 _ M 0 C O N n P co 0 0 Ln 0 0 O M P 0 0 0 m H C Lc)n O P N N m L •O Ln M 0 N N P Ln M VI Z J Q Co Q "' OD a J O N V) 01 L)L)in L)V>L) in in L) L) r L)in L)in in w 0 Uj 0 0 Ln 0 0 0 0 0 000 O 0 0 0 0 0 in N J Q U 0 o U 0 0 ui 0 0 0 0 0 O u Lri 0 0 0 0 < W o o N- In (0 Ni o 0 0 0 o Ln `O LC) 0 0 0 CO m d 0 '- N 0 0 Ln O O d N V 0 0 0 4. Ln ri ,' 0` •0 Ln u7 +' 0` Ln C N- CO C D D in in co L)L)L)N in in L)L) L)L> L)L)L)in in 0, -O M N N M .O , ,- O (cj) O N r- ,- ,- 0 5 .O N G Y O G LUN LUa I- O F- 0 Q W Q m W OJ O w O Q U_' o z Z Z Q n o Z Z Z Z o2S O Z m E O Z it Za QZ a Jy w 0QO m 0 ¢ H w ¢ Q m 0 ¢ w J n H O O ~ m J¢ w w QyJ '- N } J UZ m ~ Q J ' Lo m Q Z mX CC H ¢ mN H cc ZX U Q_ Z ;pN uo wOZ � v1 HXmN � Z � N oO � � W a: Nn Z w m w v) Nn w N cn Z m w Nn N W m J a. O D Q m w w J w C� w 0 U Q ++ a 0 W dS > X m U m ODOO www > Q Z J ¢ 4 QD� Y Lu w > ¢ wv=i Z a t� Q O Q w O a O a el > a 0 O a Q w O O Z O Z F_ O C w > LU Z O Z W '-' O Z H ( > LU Z /' Q = cC w w O w ¢ O w O Z ob = o = w w ¢ O Q U ui j w ui F• U' 1- d) ~ -0 Ln W O H J F- N U D U 0 0- V N (.� W Q W N > a U 0 V O W /♦ m L` 0 w a Z 2 2 2 2 . Z U Z ¢ O O O w a Z Z 040 O1- a ,ars ,o _o _o �oQO _ O } wu � a o � o -oQO .♦♦ Ni M 7 LO .O 0 P rN, N N M V LO Z 0 000000 0 p 0 0 0 O 0 000000 0 p 0 0 0 +� 0 000000 0 + 0 0 0 • H C V o 0 0 0 0 V o p C n o o p U• E7 CC 0 0 Ln 0 0 N 0 CO 7 .O O 0 d' W N- M ^ Lri P N O0 in O E N Ln I- X Q M < O ~ N Q U Z V) Vf V)IN V)N N (!) (A VT (N U Z Q W } 0 0 0 0 0 0 0 0 0 0 0 O m 0 0 0 0 0 0 0 0 y 0 0 0 U O O O O o 0 0 O U Ln O O I I, LU 0 0 0 0 C) 0 Ln 0 0 LN d M 0 0 Ln 0 0 o d V o 0 „ L- N u- o; 0 :Pc- Ln u Ln d' C N Lo o > I U) (A V)N U)4!1 V) V)U) V) N (N L) 0 0 0 0 0 O 0 0 p 0 0 0 p 0 000000 O p O O O p 4-, P O O L P ("•ornh. 00rnO O nC •43 N. 0 N 7o O0 0 LN 43 VI '0Ct � NoLOC V - V .7 E M co n N U X Q Ln M O Q N H 0 cc c• e N N in(A V)U)N VT r (N V) V) N Z CD0 000000 0 0 0 0 O O 000000 O O O O U n O O P O O L(1 P U o O n U N CO _ 10 0 0, M ' X d in V (U O O O N d V •O Ln I N_ N N N V lb y' U) C C M U) V)V)N V)V)V) V)U) V? U) V(1) 0 000000 00 0 0 0 0 000000 O p 0 0 0 c, + 0 WJ _I 7 0 LULUP 0 0 0 0 C 0 7 d Z J W ° -0- 0- N OOVO U O WO OO OO O V Ln N J a C O co in C) E Ln NL l- d cc --I Q N Ln Q U Tr O d O 5 V) -CO,V)(N U)(i!V) N (N to V) ro } UZ U 3 N a = 0n N 0 000000 0 0 0 0 0 Z (C 5Lnp CCHY u 0 000000 o u o 0 0 p, N DZU ' o 00000 o 0 0 0 O Q. P • p Q a N O Lf1 In 0 0 0 a N 0 0 Q j 1 (� U Y N N O O O 4+ Lf7 Ld Q O C Ln N J i C i O d D O (1 a) eL 0 N tN V)V)V)V)V) V)N V) V) V)' CO LL 2 in O O O i Q 0 H 0 000000 O p o O O p � �+Z � 0 000000 O O O O U N Y CO O O O O O L(1 o - +' n o Ln C) 0 U O LL C 0 CO Ln L 0 0 CO 0 Cr) C N N -Ocsi M N- O o co O N 7 N M Ln CO CO .L+ U X 11-1 O N or P M N Ln �O I, N E to N V o- as Ln Z J H Q 0,3 Q CO 5 a O n U)Z V) V)< V)V)U) V) V) N U) — 0 u 0 0 0 0 0 0 0 0 0 0 0 Q Q Q y 0 000000 0 a) Ln 0 0 W U ri 0 O' 0 0 0 Ill O 0 O O Lr) 'O Ln LU o O V O N N V m CO a O Ln N 0 O O a 0' M L0 C hiM P Ln L ++r. V 0.0 `- V) (il V)U)4.41 V)(n V-V) U) V) U)VN N O M M C M (n n e- NM 5 o 2 N 2 d 1- C I- m U= W O ~ cc H J 3cc 0 W OU 72 a ? O Q Z a_ ? 3 w Z dS= p Z z z Z D w H W U71 Q 0 Q LLJ W Z, > a � < • Z Q 0 + >-- U H O) 6 mom J w Q > � -� mom ¢ 0 z J J m Ow in J LU W W Q < m 13 O J < m JL,.j ¢ 0 w Lno= J J Q J X Q r Z m 0 LL H Y Q Z F ? H "� co VI O N Q Z U O c0 Ln C Ln Ln Q C Z N ZLL, Z w Z n n m w v O a m 43 43 Z `" CV w w 1 a 0 a > X U Z a ,X 0 w W m LtjJ O w w - • p O p w Li > 0 ? p 0 0 o U U U > aOQ a U wN n n � N � wadSJ a0a N La 20 Z Ct 0 w wp Q O w 0 ? Lp.42 0= Z CC - Ln - Ln W Ln C ul J U Z U C W73Ln Hw dS 0 dS W 00% Q U P N w U 0 w w Q ' 0 U o w U > J 0UU IY w z 5Zw Cm > UOLL QO a.% o w a w o Z f z o CC w a Lu z z ;oa o1ow :oL- QOmCLO •rt a = ctw0 � Q l � H > N U Q aOQ -a- - � U � 2 E ♦♦ C N M V LU O n CO , N M N Z 0 0 0 0 00 0 0 0 0 O 00 0 0 0 0 0 0 0 0 I- c a o •0 c o 0 O• C .o 0 0 0 U 3 0 0 O 3 O O 0 3 N N N OO I- X < N Q N Q OZ U Z to to to C to to to to U Z Q 0 0 0000WI - C 0 0 yO CO U o o CDu o o u ,- ,- o I coo - o o - o Le) a ' L) a o o a o N ^ C V V C O 0 D D D OU)to V> to t/)</> to to U)U) O O O O O O O 0 0 0 C O O 0 O O O O 0 }' O O t'' O O • �'' O m O O N C O O O C N O C O 0 0 Q' CC 0 0 0 O O M 3 u-1 O N LP O C O V ,o E P <-- N U x < '- < I' a • i- ce d to to � CI, to to to I- O N 0 O O O O o 0 0 0 O - y CO No O e O m 0 0 U Ln O U Ln O U O O O U ' N O I O N I in 0 Ln O Y p. M O d O• -O O Z Ln M .4., N �r O V �r N C C N C O 0 0 to.n N to t/)N to to to 0 0 0 C 0 0 O 0 0 0 c C O 0 0 O O • +' O O O O G w U J 3 0 0 00 O 0 0 3 0 0 0 0 d Z J- W U O Ln O U O O Oin U O O n Lfi W d' LC O O c 7 N }r % w a J < Q O < in cc) C M a O -IN N EL F- > to to to to to to to to E o } Uz 3 M I < O o 0 0 0 0 0 0 0 Z Lu0 I.() N (0 I u o o u o p u o 0 0 0 p, NO DZU O0 0 0 • o 000 O Q O, m0QN1oln C. o o CL0 0 0 O U t-, N ++ O O 4+ N M In ~- CC O i Q 0 C C Lf') Oo C - C O 0- >, 0 0 D O d Vi to to to to to v> to to to to CO wOto 1 0o 000 0 0 000F >Z -0 00 Q L.L C N O 'O C N O N •c O 0 0 0 CO Li. a)U O 3 0 0 N 3 (h - M 3 LOn 0 0 0 N Q x c m m O 0 Lri ao M Lri o 0 +co+ _CI- w U H ; N .p E Ln -0 M E O O0 N VI Z J 1 Q CT < N Q CN d -IO to to N to to to to to to w 0 U 2 Ln0 o O o 000 N J U 0 0 No O 00 CCC CI < w U Ln O U -O O U O O O O �'`� O Ln N • Lf) O O O m m a M Ln d .O d N LP O O +' ^ + t\ O 4- ' o C C N C O 0 0 to to(r) tn. to</> to to to to O N Ul N `- N O 0 0 > 7 C T L C N IN N L >:, N N N a I- Cr I- Cr Cl w w ZQ-IOU.= -I xD T Q Va N w QZ V ¢m W O N Q • ry ~a+co 0c Z O wy `nmo Q mN ? a+ 2 O acDj 2a UZ wLLJ m V U cc L Jf+ Q co C W a O Q J � ZJ w I- LL O QZ iii �QdQ>- o_ u. J � ~ 0Q v ~O I- FWI J w Q co I- U JQ (nj 0 o >• ~ W ~ ww ill :3v > v a>OZ O W W Qw'a am Z W Z Z O O Q W JE• w Nn U J N J O > • ZuZW �dwcO 3 d W a � n ZOd >_ N- 0°.% U O a nj �� v "6 O aI3Z10 cnWO `nZ > E O Q a1LLQ � O02 0\04••• E N LL= > (f)) LL d C N m2W ~J I- lil < on U O 0 0 0 0 0 0 U D M 73 CT,x ^ N N N (Ni os co O U z N N N N Ni W cr O CO I U W Cr O vT NV? in- VT 2 0 0 0 0 0 0 0 0 0 V) oci 00 m 00 00 ce 0) O O in N U• H 0 0 Z O0 U F Or 00 co � 1- u.) O lV z 0 O > U 2 vT v} vT vT 0 0 0 0 0 O O O O 0 t W U J O O O O O O a z J u- ON ON ON O N J vi W M �c O n U so co N a > O ,- '0 00 L (0 = Z Q r N N N qi M cr N Z (13 �' InNO CC O ¢ Qo 2o < H a ; D0 '0 N d 0 i </T N vT N vT =...\\b�,,\ N 4— .. g a 3%1 Q a) H >,Z Q O O O O O i�u P• f m 0,04'.3it ~ i ' N in Ln in in in /~• G o m LL a) .1 a Ln in Ln Ln O i°' '� '� N :.O5 ( .0 LLI H co CO CO M In rY`. < `..0. N U O N Ln O U 44 . m . .•4 W J Z 00 00 00 N 1��\.a p 0 w O u m - - - - N V) -J J D o a W V 11;- m m J ,: </T vT </T v} vT W J 0 V I C, o 0 11 0 0 Z �� • O m cn 0 Z U ' m r-. m .-. m i. 06- N W Q W m W U + W y - >5" w Z- Q in QO QO 0_ 06 _ < . 0 m m m m m m m m N = O - 0 OQ OQ OQ cn0 , N a- m cZ mZ � Z •m • m �: ~ w w w 0 -I a _ W Se, U- O O _J O �11j O � + 2a 2 2 o a Q aaZW r r r <-1 O Q Q Q,_ 0 , ;_' 1 0101 ••• EXHIBIT B CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF El Vista Force Main Replacement to Serve City of Port Arthur PORT ARTHUR, TEXAS JOB NO.CPA-995 CONTRACT NO. 1 CITY OF PORT ARTHUR'S BID NO.20-407 City of Port Arthur JEFFERSON COUNTY, TEXAS SEPTEMBER 2022 i•�c:• OF• • •+91I /*. .*/ BRIAN K. ZOTZKY /I'o•. 124808 ../, +I,ccS��CENSE�G.��% 0 /27/2022 TEXAS REGISTERED ENGINEERING FIRM F-16194 ARCENEAUX WILSON& COLE LLC Engineers * Surveyors * Planners PORT ARTHUR, TEXAS THURMAN BILL BARTIE,MAYOR RONALD BURTON DONALD FRANK,SR.,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC INGRID HOLMES CITY SECRETARY CAL JONES o r t r t h tt r THOMAS KINLAW,III. VAL TIZENO KENNETH MARKS Texas CITY ATTORNEY CHARLOTTE MOSES November 29, 2022 INVITATION TO BID EL VISTA FORCE MAIN REHABILITATION DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, November 30, 2022. (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, November 30, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P23-010 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 writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS 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 Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID SCHEDULE YES E. TECHNICAL SPECIFICATIONS F. BID BOND YES G. PAYMENT BOND H. PERFORMANCE BOND I. NOTICE OF AWARD J. NOTICE TO PROCEED K. INSURANCE L. NON-COLLUSION AFFIDAVIT YES M. AFFIDAVIT PAGE YES N. CONFLICT OF INTEREST YES O. SB 252 YES P. HOUSE BILL 89 VERIFICATION YES APPENDICES Drawing r SECTION A AGREEMENT CONSTRUCTION CONTRACT AGREEMENT THIS AGREEMENT, made this day of ,A.D. 2023, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Construction Firm ALLCO LLC, herein acting by and through hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the construction of EL VISTA FORCE MAIN REHABILITATION 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies,tools,equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice to Proceed and will complete the same within 270 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum $2,299,500.50, or as shown in the Bid Schedule. 5. The term "CONTRACT DOCUMENTS"means and includes the following: (A) Construction Contract Agreement (B) Advertisement for Bids (C) Informationto Bidders (D) Bid Schedule (E) Technical Specifications (F) Bid Bond (G) Payment Bond (H) Performance Bond (I) Notice of Award (J) Notice to Proceed (K) Insurance (L) Non Collusion Affidavit (M) Affidavit (N) Conflict of Interest (0) SB 252 (P) House Bill 89 Verification A-I Addenda No. , dated 20 No. , dated 20 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs. executors, administrators, successors and assigns. IN WITNESS WHEREOF. the Parties hereto have executed, or caused to be executed by their duly authorized officials. this Agreement in two (2} copies, each of which shall be deemed an original on the date first above written. OWNER: City of Port Arthur BY: CONTRACTOR NAME: TITLE: NAME: ADDRESS: [CORPORATE SEAL] ATTEST: NAME: A-1 SECTION B AD FOR BID 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, November 30, 2022 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday,November 30, 2022 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: 1. EL VISTA FORCE MAIN REHABILITATION 2. 2022-2023 STREET REHABILITATIONS PROGRAM 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. THE CITY OF PORT ARTHUR RESERVES THE RIGHT TO REJECT ANY AND/OR ALL BIDS AND TO WAIVE FORMALITIES. 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. 0.2d�i,�4m e- Cli n Williams Purchasing Manager FIRST PUBLICATION: November 12,2022 SECOND PUBLICATION: November 19, 2022 SECTION C INFORMATION TO BIDDERS GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. 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. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. Excluding Federal Funds TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. 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. 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 RFP, 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. 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 and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder'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. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal 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.: Public Works Department, 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 601 f 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. 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. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. 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. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. 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 Contractor 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 $500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 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. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. BID SECURITY: Bids shall be accompanied by a bid guarantee of not less than five percent(5%)of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time,and that in the event of the withdrawal of said bid within said period,or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract,bonds and insurance are approved, and work has commenced within the time specified. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars($50,000)a payment bond is required.If the contract exceeds one hundred thousand dollars ($100,000)a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent(100%)of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. r• e SECTION D BID SCHEDULE • BID TO: CITY OF PORT ARTHUR 4144 4TH STREET P.O. BOX 1089 CITY OF PORT ARTHUR,TEXAS 77640 Proposal of ALLCO LLC (hereinafter called 'BIDDER"),organized and existing under the laws of the State of Texas doing business as A CORPORATION and acting by and through T.W. HARRISON 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 El Vista Force Main Replacement, 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 270 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$500 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. BIDDER acknowledges receipt of the following ADDENDUM: ONE,TWO,THREE,FOUR,FIVE,SIX *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-1 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount BASE BID ITEMS Mobilization, including all necessary appurtenances, Complete in Place 1. 1 L.S. @ Se- �' `11n04;tsCV ' $'j5,boo.Oc $ '$ DC O.VD Per Lump Sum Traffic Control, including all necessary appurtenances, Complete in Place 2. 1 L.S. @ Per Lump Sum 16" DR 13.5 HDPE DIPS Installed by Pipe Bursting and/or 16" DR 13.5 HDPE DIPS or 16" PVC CertaLok DR 25 Installation in Trench, including all connections, surface repair and 3. 6,166 L.F. restoration, and all necessary appurtenances,Complete in Place '( •'" @e, Si:. •, ,. A $ 'i a 5 $ . 5, _ Per Linear Foot 16" MJ 90 Degree Assembly, including all necessary appurtenances, Complete in Place 4.- 3 EA. @- j,- - 1�ri uSit.�� 1'� It;ncia4 _ Per Each 16" MJ 45 Degree Bend, including all necessary appurtenances, Complete in Place 5. 2 EA. @ :n ,h �� T i 1 a c 11E v 5 ; Per Each D-2 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 16" MJ 22.5 Degree Bend, including all necessary appurtenances, Complete in Place 6. 2 EA- @ C;be. Tfu .o,j l-1-wo, 4 ,$2S Wit, D Per Each 16" MJ Gate Valve and Box, including all necessary appurtenances, Complete in Place 7. 3 EA- @ '� ,� !j{ r;_ D-A? $)1. ,G Per Each 2" Air Release Valve (ARV), including all necessary appurtenances, Complete in Place 8. 6 EA. @ f n e $9 Qt t . $ ,CC%.t C Per Each_ _ .._ . ._ Connection to Existing Lift Station Discharge Piping, including all necessary appurtenances,Complete in Place 9. 1 L.S. @ S: Per Lump Sum Connection to Existing Force Main, including all necessary appurtenances, Complete in Place 10. 1 EA. @ ve -t►�c<:. ? � t> .J.) C t 5 $ c Qt $S zt.C. v C Per Each D-3 Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount Bypass Manifold, including all necessary appurtenances, Complete in Place 11. 1 L.S. ✓1. I 4 - r Per Lump Sum $� cr .c $)5 000.G0 Remove & Replace Existing Chain Link Fence with 3-Strand Barbed Wire, including all necessary appurtenances, Complete in Place 12. 20 L.F. tF, �r � ce Per Linear Foot TOTAL AMOUNT BID BASE BID $ 1 3 8D;35 C D-4 item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amouift ADDITIVE ALTERNATE A BID ITEMS 16" DR 13.5 1=IDPE DIPS Installed by Pipe Bursting and/or 16" DR 13.5 HIRE DIPS or 16" PVC CertaLok DR 25 Installation in Trench, including all connections, surface repair and 1. 2,090 L.F. restoration, and all necessary s iF� 7 $ Ste, .3 c appurtenances, Complete in Place Per Linear Foot 16" MJ 45 Degree Bend, including all necessary appurtenances, Complete in Place 2. 2 EA. @fie ir�4x ��i . 1, y Per Each 16" MJ Gate Valve and Box, including all necessary appurtenances, Complete in Place 3. 1 EA. @ Ele-4 sc, `i>��it.a $jli v4l-.\.b $ );tvcc .cz Per Each 2" Air Release Valve (ARV), including all necessary appurtenances, Complete in Place 4. 1 EA. @`1};neei�s Per Each .. D-5 Item Approx. Description of Item Unit_with - Price Amount No. Qty. Unit Unit Price Millen in Words Connection to Existing Force Main, including all necessary appurtenances, Complete in Place 5. 1 EA. TctsL �a 1\ s� g Per Each TOTAL AMOUNT BID ADDITIVE ALTERNATE A$' S 3 3, 0 U D-6 p Item Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount ADDITIVE ALTERNATE B BID ITEMS 1 i 16" DR 13.5 HDPE DIPS Installed by Pipe Bursting or Other Trenchless Technology and/or 16" DR 13.5 HDPE DIPS or 16" PVC CertaLok DR 25 Installation in Trench, including all 1. 1,032 L.F. connections, surface repair and restoration, and all necessary appurtenances, Complete in Place @ i�c 1i-tC ..5,-,--A Ff;,-r,,,, r -- _._.---" $Jy i 1 o a'�uz $1;DD5 J,1005„CC Per Linear Foot 16" DR 13.5 HDPE DIPS in 24" Steel Casing with vents, including all necessary appurtenances,Complete in Place 2. 140 L.F. @ CiTl ,"Thattst: a %:J- -' - - Per Linear Foot $ J:51: l'. V D $<219,33i;•Lr 16" MJ 90 Degree Assembly, including all necessary appurtenances, Complete in Place 3. 3 BA. @-ji^;:.-,:- �j'1-- r d -1,,:a -\ ,n.. .e„4 1 $3j : ,c,Tic, $5 i r Per Each 16" MJ 22.5 Degree Assembly, including all necessary appurtenances, Complete in Place 4, 1 EA. @`y le e s -fr,4 4,: :,,.- ,4-, v ., , ti> Per Linear Foot $. p 5 i< = C $3;I-'t V. c' i D-7 pItem Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount 2" Air Release Valve (ARV), including all necessary appurtenances, Complete in Place 5. 3 EA. @`i);r+c Per Each Connection to Existing Force Main, including all necessary appurtenances, Complete in Place Per Each $5,3" .s t. $ j Abandon Existing 16" Force Main, including all necessary appurtenances, Complete in Place 7. 153 L.F. _v � $ firms Per Linear Foot Provide Construction Observation as outlined in Union Pacific Railroad Agreement, including all necessary 8. 1 L.S. appurtenances,Complete in Place Per Lump Sum TOTAL AMOUNT BID ADDITIVE ALTERNATE B$1)3 91 1 7 3: 00 D-8 pstern Approx. Description of Item with Unit No. Qty. Unit Unit Price Written in Words Price Amount ADDITIVE ALTERNATE C BID ITEMS 16" DR 13.5 HDPE DIPS Installed by Pipe Bursting and/or 16" DR 13.5 HDPE DIPS or 16" PVC CertaLok DR 25 Installation in Trench, including all connections, surface repair and 1. 274 L.F. restoration, and all necessary appurtenances,Complete in Place Per Linear Foot Remove & Replace Existing Storm Sewer • Conflict Structure, including all necessary appurtenances, Complete in Place 2. 1 L.S. @ Vic:441 41;, 2 tit-sc,,.cl Per Lump Sum Remove & Replace Existing Concrete Manhole, including connections and all necessary appurtenances, Complete in Place 3. 1 EA. @ ter- Per Each TOTAL AMOUNT BID ADDITIVE ALTERNATE CS 9(3), 0 D-9 Item Approx. Description of Item with Unit PricenitAmount No. Qty. Unit Unit Price Written in Words ADDITIVE ALTERNATE D BID ITEMS 16" DR 13.5 HDPE DIPS in 24" Steel Casing, including all necessary appurtenances, Complete in Place 1. 40 L.F. @= �;r„ ri -r ,cam 11:. 11f.r545:4-41„ : Per Linear Foot $ ,3 t.5 $;� 13,0 16" M.1 45 Degree Bend, including all necessary appurtenances, Complete in Place 2. 2 EA. @ ; n ` Y15cv; k; -2; ?1. C A 5 i. $ ,�' ,:.t $ �:Jv Per Each TOTAL AMOUNT BID ADDITIVE ALTERNATE D$ cI 6,0 a(p, • D-I0 Description of Item with Unit Item Approx. P No. Qty. Unit Unit Price Written in Words Price Amount ADDITIVE ALTERNATE E BID ITEMS Furnish & Install 16" FLG Eccentric Plug Valve with Gear Operator Inlet Pump Suction Valve, including all necessary appurtenances, Complete in Place 1. 2 EA. � 5 �+ Per Each Furnish & Install Temporary Bypass Pumping at El Vista Lift Station for Removal & Replacement of Plug Valves, including all necessary appurtenances, 2. 1 L.S. Complete in Place $ $b ,� Per Lump Sum TOTAL AMOUNT BID ADDITIVE ALTERNATE E$ 3 ' 0 D-11 Item Approx. Description of Item with Unit PricenitAmount No. Qty. Unit Unit Price Written in Words SUPPLEMENTAL BID ITEMS Bypass Pumping, including all necessary appurtenances, Complete In Place A. 270 DAY @ ;kj,J C2'JCS $ '750-vt- Per Day Lift Station Influent Sewage Removal, Haul Off, and Disposal, including all necessary .appurtenances, Complete In Place B. 270 DAY t n @ Ube'. •Crt`1 f#� :Q—}{} CzA Per Day Temporary Service Connection; including all necessary appurtenances, Complete in Place C. 270 EA @ Cc t\-..: Per Each Storm Water Pollution Prevention, including all necessary appurtenances, Complete In Place D. 1 L.S. Ter, y ;'k_t .s Per Lump Sum TOTAL SUPPLEMENTAL- BID A $ 500 ' 0 0 TOTAL SUPPLEMENTAL BID B $ $f� ' a U , 0 U • TOTAL SUPPLEMENTAL BID C $ 7", 'C' . C. C TOTAL SUPPLEMENTAL BID D $ C, o o ' ' C. D-12 SUBSTITUTIONS 1. A_ V (Add) (Deduct) $ 2. AI k iv i 1• (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 Altemate(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:irritation. Respectfully submitted: ALLCO LLC (NAME OF CONTRACTOR) P.O. BOX 3684,BEAUMONT, TX 77704 (ADDRESS) -ct)-1 BY: 409-860-4459 T.W. HARRISON (TELEPHONE NUMBER) �yyiitYtilif `'‘` jC° C.4 1'I'1'LE: PRESIDENT ''•• . . �A NUMBER IF APPLICABLE) FEBRUARY 8, 2025 } DATE: �' -. .b • (SEAL,iF BIDDER IS A CORPORATION) (ATTEST) D-13 CITY OF PORT ARTHUR EXCEPTION I APPROVED EQUAL REQUEST [Please submit this form for each exception/approved equal] VENDOR: ALLCO LLC TELEFAX: 409/860-4459,409/860-3857 PROJECT: EL VISTA FORCE MAIN REPLACEMENT PAGE: of PARAGRAPH: SUBJECT: N/A REQUEST: • tg S nature •, *i t `\,``�` T.W. HARRISON - PRESIDENT 'FOR CITY OF PORT ARTHUR USE ONLY APPROVED: DISAPPROVED: CLARIFICATION: REMARKS: Signature CITY OF PORT ARTHUR BID OPENING DATE: D-14 SECTION E TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS For Construction of El Vista Force Main Replacement to Serve City of Port Arthur PORT ARTHUR, TEXAS JOB NO. CPA-995 CONTRACT NO. 1 TABLE OF CONTENTS ITEM NO. A2001 - CLEARING AND GRUBBING ITEM NO. A2002 - SITE GRADING ITEM NO. A2003 - STRUCTURAL EXCAVATION AND BACKFILL ITEM NO. A2004 - EMBANKMENT ITEM NO. A2013 - STRIPPING AND SITE GRADING ITEM NO. A3001 - SPOT SODDING ITEM NO. A3002 - COMPACTED SAND FILL UNDER STRUCTURES ITEM NO. A3004 - SEEDING ITEM NO. A3007 - REMOVING OLD STRUCTURES ITEM NO. A3030 - HYDRO-MULCH SEEDING ITEM NO. A3031 - PLANTING ITEM NO. A3032 - MAINTENANCE AND WARRANTY ITEM NO. B1001 - CONCRETE ITEM NO. B2001 - CONCRETE STRUCTURES ITEM NO. B2002 - METAL STRUCTURES ITEM NO. B3001 - REINFORCING STEEL ITEM NO. B3002 - WOOD FENCING ITEM NO. B3007 - MISCELLANEOUS METALS ITEM NO. C3001 - PAINTING AND PROTECTIVE COATING ITEM NO. C3007 - SEALANTS ITEM NO. H1001 - DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS ITEM NO. H2001 - JOINTING CAST IRON AND DUCTILE IRON PIPING ITEM NO. J1002 - POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS ITEM NO. J1005 - HIGH DENSITY POLYETHYLENE (HDPE) PIPE ITEM NO. J1200 - PIPEBURSTING OF SANITARY SEWER LINES Page 1/2 ITEM NO. J2001 - CONSTRUCTION OF UNDERGROUND LINES ITEM NO. J2002 - WELL POINT SYSTEM ITEM-NO. J2003 - HYDROSTATIC TESTING OF PRESSURE LINES ITEM NO. J2005 - LOW PRESSURE AIR TEST - SANITARY SEWER LINES ITEM NO. J2016 - PIPE IN AUGERED HOLE ITEM NO. J3001A - STANDARD SANITARY SEWER MANHOLE ITEM NO. J3001 B - STORM SEWER MANHOLES ITEM NO. J3006 - CEMENT - STABILIZED SAND BACKFILL ITEM NO. J3007 - REMOVAL & REPLACEMENT OF STREET BASE AND SURFACE ITEM NO. J3010 - SEWER LINE SPECIALS ITEM NO. J3011 - REINFORCED CONCRETE ITEM NO. J3019 - FIBERGLASS MANHOLE ITEM NO. J3024 - BANK SAND BACKFILL ITEM NO. J3045 - TRENCH EXCAVATION AND SHORING SAFETY PLAN ITEM NO. K3001 - CEMENT-STABILIZED CRUSHED STONE BASE ITEM NO. K3003 - LIME-STABILIZED SUBGRADE ITEM NO. K3007 - REMOVAL OF EXISTING PAVEMENTS AND CURBS ITEM NO. K3015 - FLEXIBLE BASE, CRUSHED STONE ITEM NO. K3101 - CONCRETE PAVEMENT ITEM NO. K3109 - TRAFFIC & ZONE MARKING PAINT ITEM NO. K3203 - ROADWAY EXCAVATION AND/OR EMBANKMENT ITEM NO. K3303 - HOT MIX ASPHALTIC CONCRETE SURFACING APPENDIX A - UNION PACIFIC RAILROAD AGREEMENT APPENDIX B - RAILPROS REQUIREMENTS & DOCUMENTS Page 2/2 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 2.01 MATERIALS 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 A2002 - 1/2 10/13/2005 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. 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. A2002 - 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 03/04/2009 ITEM NO. A2003 — 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 03/04/2009 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 convenient for rehandling, and locate so as not to interfere with other work. Locate edge of stockpile no closer to excavation than 1'h 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 03/04/2009 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 03/04/2009 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. A2004—EMBANKMENT PART 1 —GENERAL 1.01 SCOPE OF WORK Placing and compacting approved materials to required lines, grades, and cross- sections as shown on PLANS. PART 2 —PRODUCTS 2.01 GENERAL As called for in other Items of TECHNICAL SPECIFICATIONS or as shown on PLANS. PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS A. Prior to levee construction, the subgrade below the proposed embankment should be stripped of all vegetation, topsoil and other objectionable materials to a minimum depth of 12-inches. All major root systems should be removed and roots larger than one-half inch in diameter should be grubbed. All stumpholes should be backfilled with clay soils and compacted as indicated below. B. Place embankment on properly cleared and prepared areas. Use suitable materials from excavation, borrow, or other designated or approved sources. Use material free from vegetation, roots, and debris. Construct embankments or fills in successive horizontal layers, extending across entire fill area. Fill material to be placed in horizontal layers of depths compatible to material being placed and type of equipment to be used. No layer spread for compaction to exceed 8-inches of compacted thickness. Each layer of fill to be uniform as to material, moisture, and density before compaction. C. Each lift should be placed, bladed to proper elevation, disked to break down large soil clods, moisture-conditioned as necessary and compacted. Use mechanical tamps to obtain required density in inaccessible areas. Unless otherwise specified, the embankment soils should be compacted at or above optimum moisture to a minimum dry density of 95 percent as determined by ASTM D-698. Preferably, a sheepsfoot compactor should be used to insure good inter-lift bonding. The exposed surface of each lift should be scarified about 2-inches prior to placement and compaction of A2004 - 1/2 08/03/2004 subsequent lifts to insure adequate bonding between lifts. Make at least one (1) density test per 500 cubic yards of embankment. D. Materials used for embankment shall conform to requirements outlined in Item No. A2003 — Structural Excavation and Backfill, or other prior approved designated sources. 3.02 MEASUREMENT AND PAYMENT A. Unless otherwise indicated, no separate payment for work performed under this Item, including testing. Include cost of same in Contract prices bid for items of which this work is a component. When indicated in PROPOSAL as pay item, measure Embankment by cubic yard volume based on average end areas and actual lengths placed. Measurement to be made from prepared ground elevation to finished top and side slopes. Embankment to be paid for at Contract unit price. Price paid for embankment to be full compensation for all items of work described herein, including testing. A2004 - 2/2 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". Stripping to be at depths called for or shown on plans. A2013 - 2/2 01/17/2011 ITEM NO. A3001A— 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 as shown on plans. Top of sod to match finish grade elevations and in no case more than 1/2-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 unless unit cost is included in Bid Proposal. Include cost of such work in Contract price bid for items of which this work is a component part such as utility or paving items. A3001A - 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 01/17/2011 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 01/17/2011 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. F. Trees, Shrubs and Landscaping: Remove and dispose of all trees, shrubs and landscaping associated with site or as shown on plans. Trees, shrubs and landscaping to remain shall be protected during demolition. Trees, shrubs and landscaping shown to be relocated or to be removed shall be relocated or removed as directed on the plans. 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 A3007 - 2/3 01/17/2011 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 mechanical or hand tamps, or rammers to obtain the required density comparable with adjacent undisturbed material. 3.04 MEASUREMENT AND PAYMENT Measurement and Payment: Work prescribed for in this item for culverts & sewers shall be on a linear foot basis. Any work involving structures shall be on a per each basis. A3007 - 3/3 01/17/2011 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 01/17/2011 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 acre 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 13/4 inch 2 2" x 2" x 8' 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 8/4/14 ITEM NO. B1001 - 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. B 1001 - 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 C 173, 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. B1001 - 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(') Min.Comp. Pounds of Gallons of Min.Cement Per Strength(psi) Water/Lb. Water/Bag C.y(2) Slump Range Total Air Content Class-Type 7-Day 28-Day Cement Cement Lbs. Bags (m) (/�) A-Structural 2000 3000 0.55 6.25 494 5.25 21/2 to 41/2 2'/2 to 4'V2 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 2/2 to 4 21 Protection C-Pipe Blocking --- 1500 0.97 11.00 282 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 31/2 to 5 2'/2 to 41/2 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 21/2 to 4/2 (8) 450(7) P-Paving 7-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 2'/2 to 4/2 (8) 500(7) P-Paving 8-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 2/2 to 4'/2 (8) 550(7) *All slump Ranges+ '/2-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. 1 B 1001 - 6/8 1 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 1'/z 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 1'/2 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 01/17/2011 ITEM NO. B2001 -CONCRETE STRUCTURES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Construction procedures for all types of concrete cast-in-place structures including methods for forming,placing, and curing. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 SUBMITTALS A. Submit samples mix designs,tests, and reports,per Item No. B1001 - "Concrete." B. Prior to start of work, submit following information when requested by Special Provision. 1. Methods of construction. 2. Plans for forms and falsework. 3. Amount and type of equipment. 4. Concrete placing schedule with facilities for handling concrete shrinkage. 5. Tabulation of concrete surfaces indicating types of finish on each surface. PART 2 -PRODUCTS 2.01 MATERIALS A. Concrete: Item No. B 1001 - Concrete. The class of concrete for each type of structure or unit shall be as shown on the plans, or by pertinent governing specifications. B. Reinforcing Steel. All reinforcing steel shall conform to the provisions of Item No. B3001 - "Reinforcing Steel." C. Expansion Joint Material: Per ASTM D1752 and Texas Department of Transportation Standard Specifications for construction of highways, streets and bridges (TXDOT) Item 433, "Joint Sealants and Fillers." 1. Performed Fiber Material. Preformed fiber expansion joint material shall conform to the dimensions shown on the plans. Unless otherwise specified, "Performed Bituminous Fiber Material" shall be used. 2. Joint Sealing Material. Unless shown otherwise, the sealer shall be a "Low Modulus Silicone Sealant." B2001 - 1/27 01/17/2011 3. Asphalt Board. Asphalt board shall conform to the dimensions shown on the plans. 4. Rebonded Neoprene Filler. Rebonded neoprene filler shall conform to the dimensions shown on the plans. D. Waterstop. 1. Rubber waterstop or polyvinyl chloride (PVC) waterstop shall be in conformance with TXDOT Item 435, "Elastomeric Materials." 2. Other types shall be as shown on the plans. E. Curing Materials: Unless otherwise indicated, use one of the following. 1. Membrane curing shall conform to TXDOT Item 526, "Membrane Curing." 2. Cotton mats shall consist of a filling material of cotton "bat" or "bats" (min. 12 oz. per sq. yd.); covered with unsized cloth (min. six (6) oz. per sq. yd); tuft or stitched to maintain stability; shall be free from tears; and shall be in good general condition. 3. Polyethylene sheeting shall be four(4)mil. minimum thickness and free from visible defects. It shall be clear or opaque white except when the temperature during the curing period does not exceed 60 F or when applicable to control temperature during mass pours. 4. Burlap-polyethylene mats shall be made from burlap impregnated on one side with a film of opaque white pigmented polyethylene and free from visible defects. 5. Laminated mats shall have not less than one (1) layer of an impervious material such as polyethylene, vinyl plastic or other acceptable material (either as a solid sheet or impregnated into another fabric) and shall be free of visible defects. F. Admixtures. Concrete admixtures shall comply with the requirements of TXDOT Item 437, "Concrete Admixtures". G. Epoxy. Unless otherwise specified, epoxy materials shall conform to TXDOT Item 575, "Epoxy". H. Latex Emulsions. Latex emulsion used for latex based grout/mortar, latex adhesive grout/mortar or other purposes shall conform to TXDOT Departmental Materials Specification D9-8110. I. Forms and Falsework 1. Timber a. Seasoned good quality timber, free from loose or unsound knots, knot holes, twists, shakes, decay, and other imperfections which would affect its strength or impair finished surface of concrete. b. Wedges, when required,to be hardwood or metal. 2. Metal a. Thickness of metal forms as required to maintain true shape without warping or bulging. B2001 - 2/27 01/17/2011 b. Keep metal forms free from rust, grease, or other foreign materials, and use only those which present a smooth surface and line up properly. c. Aluminum not permitted. J. Grout 1. Nonshrinking Grout: Premixed grout which is nonmetallic, noncorrosive, and nonstaining; containing specially selected silicon sands, cement, shrinkage compensating agents,plasticizing and water reducing agents. a. Conform to requirements of Corps of Engineers CRD-0588 Test Method CRD- 0589. b. Minimum 28-day compressive strength of 8,000 psi. c. Maintain grout temperature during placement between 50 deg. F and 90 deg. F. d. Prepare and place grout according to grout manufacturer's specifications. 2. Nonshrink Epoxy Grout: Five Star epoxy grout as manufactured by U.S. Grout Corporation or equal. K. Permanent Moisture Barrier: Polyethylene film minimum thickness of .006 inch (six mils)with high impact strength rating. L. Paint Type Coating: Synthetic elastomer-polyester base coating containing fiberglass, mica, and perlite, and may be either of the following: 1. "Tex-Cote" concrete gray fine textured "Bridge Coat" (Textured Coatings of America, Inc.) 2. "Scotch Shield" coatings (Preston Company). M. Waterproofing: Self-adhering polyethylene with a rubberized asphalt mastic material. 1. Minimum 4 mil thickness polyethylene coated on one side with a layer of adhesive rubberized asphalt with protective membrane. 2. Designed for tensile strength of 250 psi when tested in accordance with ASTM D412-80. 3. Thickness to be 60 mils excluding the protective release membrane. 4. Furnish in rolls 36 inches minimum width and 50 feet minimum length. N. Coal Tar Epoxy Coating 1. Modified Coal Tar Epoxy Compound consisting of 100 percent sprayable solids not requiring solvent material for application or curing. Finished product to be flexible and free of chalking, checking, and hairline shrinkage cracks. Manufacturers: Madewell 1103 Coal Tar Epoxy Coating or equal. 2. Coal Tar Epoxy Primer: Madewell 927 or equal. B2001 - 3/27 01/17/2011 PART 3 -EXECUTION 3.01 GENERAL REQUIREMENTS Concurrence on the part of the Engineer of any proposed construction methods, approval of equipment, or of form and falsework plans does not relieve the Contractor of the responsibility for the safety or correctness of the methods, the adequacy of his equipment or from carrying out the work in full accordance with the contract. A. Time Sequence of Construction Operations. 1. Do not place superstructure members, forms, falsework, or erection equipment on substructure before concrete therein has attained a flexural strength of 425 psi. 2. Erect forms on footings support by piling or drilled shafts after concrete has attained a minimum flexural strength of 340 psi. Such work may begin on spread footings after concrete has aged at least 2 curing days. Concrete may be placed as soon as the forms and reinforcing steel are approved. 3. Support of tie beam and/or cap forms by falsework placed on previously placed tie beams is permissible, provided such beams have attained 425 psi. flexural strength, properly supported to eliminate stresses not provided for in design. 4. For bridges and direct traffic culverts, construction traffic and traveling public permitted in accordance with the following. a. Authorization for light construction traffic not to exceed a three-quarter ton truck may be given after last slab of concrete has been in place at least 14 days. b. After the last slab concrete has been in place at least 21 days, authorization may be given for other construction traffic, or for the traveling public when necessary. Vehicle exceeding the legal load limit will be allowed in accordance with TXDOT Item 6, "Control of Materials". 5. Forms, or screed supports for bridges, may be attached to I-beams or girders by welding, subject to the following requirements: a. Welds will not be permitted on tension flanges and in those areas shown on the plans or as directed by the Engineer. b. Welds shall be made in accordance with TXDOT Item 448, "Structural Field Welding". 3.02 CONSTRUCTION A. Forming 1. General Requirements: Shall be designed and constructed to safely carry the maximum anticipated loads, including wind loads, and to provide the necessary rigidity. Details of falsework construction shall be subject to review and approval by the Engineer. 2. Design Loads: For evaluating the adequacy of job fabricated falsework, a weight of 150 pounds per cubic foot shall be assumed for concrete, and a live load allowance of 50 pounds per square foot of horizontal surface of the form work shall be included. The maximum stresses shall not exceed 125 percent of the allowable stresses used for the design of structures. Commercially produced structural units used in falsework shall not exceed the manufacturer's maximum allowable working B2001 -4/27 01/17/2011 load for moment, and shear or end reaction. The maximum allowable working load shall include an allowance of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for approval. 3. Falsework a. When wedges are used to adjust falsework to desired elevations, the wedges shall be used in pairs to insure even bearing. The use of wedges to compensate for incorrectly cut bearing surfaces will not be permitted. b. Sills or grillages shall be large enough to support the superimposed load without settlement, and unless founded on solid rock, shale or other hard materials, precautions shall be taken to prevent yielding of the supporting material. c. Falsework, which cannot be founded on a satisfactory spread footing, shall be placed on piling or drilled shafts having a bearing capacity sufficient to support the superimposed load without settlement. Falsework piling shall be driven to the required resistance determined by the applicable formula given in TXDOT Item 404, "Driving Piling". Drilled shafts for falsework shall be designed to carry the superimposed load using both skin friction and point bearing. d. Welding, when used, shall conform to the requirements of TXDOT Item 448, "Structural Field Welding". Each falsework bent shall be securely braced to provide the stiffness required with the bracing securely fastened to each pile or column it crosses. The falsework shall be removed when no longer required. Falsework piling shall be pulled or cut off not less than six (6) inches below finished ground level. Falsework, piling or drilled shafts in a stream, lake, or bay shall be completely removed to a point specified by the Engineer to prevent any obstruction to the waterway. 4. Forms. All forms shall be constructed in accordance with the following: a. General. Except where otherwise specified, forms may be of either timber or metal. 1) Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. 2) Studs, joists, wales or other devices used for form supports shall be of sufficient section and rigidity to withstand undue bulging or settling of the forms. Any device or method used for form support shall be subject to the approval of the Engineer. 3) Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. Job fabricated forms shall be designed for an additional live load of 50 pounds per square foot of horizontal surface. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used for the design of structures. 4) Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for review. B2001 - 5/27 01/17/2011 5) Forms shall be practically mortar-tight, rigidly braced and strong enough to prevent bulging between supports and shall be maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner to prevent warping and shrinkage. 6) Offsets at form joints shall not exceed 1/16 inch. Form supports for slabs shall not be welded to the top flange of I-beams or girders except in accordance with the provisions of Article 3.02.A. 7) Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. 8) All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. 9) Permission to place concrete will not be given until all preparatory work is complete to the satisfaction of the Engineer. 10) If, at any stage of placement, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 11) Wet surface of forms to be in contact with concrete immediately before placing concrete. 12) Before concrete placement, align edges and faces of form panels and tape or fill joints with patching plaster or cold-water putty to prevent leakage; sand lightly with No. 0 sandpaper to make joints smooth. 13) Forms of any kind are not permitted under permanent structures. B. Timber Forms. 1. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections, which would affect its strength or impair the finished surface of the concrete. 2. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred or has defects that will produce inferior work shall not be used and shall be promptly removed from work. 3. Form lining will be required for all forms surfaces, except for the inside of culvert barrels, inlets, manholes and box girders; the bottom of bridge decks between beams or girders; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting such as polyethylene sheets shall not be used for form lining. Commercial form liners used to imprint a pattern or texture on the surface of the concrete shall be as shown on the plans and/or as approved by the Engineer. 4. Forms may be constructed of plywood not less than 1/2 inch in thickness. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces which remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior of the U.S. Depaitinent of Commerce, National Institute of Standards and Technology, U.S. Product Standard, latest edition. B2001 - 6/27 01/17/2011 5. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. 6. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least four(4) feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. 7. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. 8. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. 9. Molding for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided herein or shown on the plans, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring 3/4 inch on the side. 10. Except at structures where railing is to be attached, culvert headwall heights shall be adjusted as necessary to provide a maximum projection of three (3) inches above the roadway slope unless otherwise directed by the Engineer. As the entrance of all box culverts, a three (3) inch chamfer shall be provided along the bottom edge of the top slab. Reinforcing steel shall be adjusted as necessary to provide a minimum 1-1/4 inch clear cover. No changes will be made in quantities and no additional compensation will be allowed for this work. 11. All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. 12. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. 13. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least 1/2-inch from the concrete surface. The appliances shall be made so the metal may be removed without undue chipping or spalling of the concrete, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods,bolts or ties will not be permitted. 14. Any wire ties used shall be cut back at least 1/2-inch from the face of the concrete. 15. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. 16. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. 17. Adequate clean-out openings shall be provided for narrow walls and other locations where access to the bottom of the forms is not readily attainable. 18. The facing of all forms shall be treated with bond breaking coating of such composition that would not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. C. Metal Forms. The foregoing requirements for timber forms regarding design, mortar- tightness, filleted corners, beveled projections, bracing, alignments, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. B2001 - 7/27 01/17/2011 The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or which line up improperly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. D. Form Supports for Overhang Slabs. Form supports which transmit a horizontal force to a steel girder or beam, or to a prestressed concrete beam will be permitted, providing a satisfactory structural analysis has been made of the effect on the girder or beam and approval is granted by the Engineer. 1. When overhang brackets are used on prestressed concrete beam spans with slab overhangs not exceeding three (3) feet six (6) inches, bracing requirements shall conform to the details shown on the plans. 2. For spans in which the overhang exceeds three (3) feet six (6) inches, additional support will be required for the outside beams regardless of the type beam used. Details of the proposed support system shall be submitted by the Contractor for approval. 3. Holes in steel members for support of overhand brackets may be punched or drilled full size or may be torch cut to 1/4-inch under size and reamed full size. In no case shall the holes be burned full size. The hole shall be left open unless otherwise shown on the plans. The holes shall never be filled by welding. E. Drains. Weep holes and roadway drains shall be installed and constructed as shown on the plans. F. Joints 1. Expansion Joints. a. Joints and devices to provide for expansion and contraction shall be constructed in accordance with plan details and the requirements of this Item. b. The bearing area under the expansion ends of concrete slabs and slab and girder spans shall be given a steel trowel finish, and finished to the exact grades required. c. Bridging of concrete or mortar around expansion joint material in bearings and expansion joints shall be prevented. d. All open joints and joints to be filled with expansion joint material shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement of the span without requiring full form removal. e. When a "Type A" joint is shown on the plans, preformed fiber joint material shall be used in the vertical joints of the roadway slab, curb, median or sidewalk and the top one (1) inch thereof shall be filled with the joint sealing material shown herein or shown on the plans. f. The sealer shall be installed in accordance with TXDOT Item 438, "Cleaning and/or Sealing Joints and Cracks (Portland Cement Concrete)", and the manufacturer's recommendations. B2001 - 8/27 01/17/2011 g. Where preformed fiber joint material is used, it shall be anchored to the concrete on one(1) side of the joint by light wire or nails. h. Finished joints shall conform to the plan details with the concrete sections completely separated by the specified opening or joint material. i. Soon after form removal and again where necessary after surface finishing, all concrete shall be removed from within the joint opening to insure full effectiveness of the expansion joint. 2. Construction Joints. a. The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean that the manner and sequence of concrete placing shall not create a construction joint. b. Construction joints shall be of the type and at the locations shown on the plans. Construction joints other than those shown on the plans will not be permitted in bridge slabs. Additional joints in other members will not be permitted without written authorization from the Engineer. When additional joints are authorized, they shall have details equivalent to those shown on the plans for joints in similar locations. c. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all vertical joints. d. Construction joints requiring the use of joint sealing material shall be as shown on the plans. e. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. £ The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign matter and saturated with water. All freewater shall be removed and the surface shall be in a moist condition when concrete and/or bonding grout is placed against it. g. Forms shall be drawn tight against the existing concrete to avoid mortar loss and offsets at joints. h. When shown on the plans or in other specifications, the joint surface shall be coated with bonding mortar, grout, or other specified material. i. When shown on the plans, Type V epoxy material shall be used for bonding fresh concrete to hardened concrete. The bonding epoxy shall be placed on a clean, dry surface and shall be tacky when the fresh concrete is placed. G. Seal for Foundations. Concrete for foundation seals, unless otherwise specified, shall be in accordance with TXDOT Item 400, "Excavation and Backfill for Structures". H. Placing Reinforcement. 1. Reinforcement shall be placed as provided in Item No. B3001 - "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders or to reinforcing steel except where shown on the plans to be permissible. 2. Post tensioning ducts shall be placed in accordance with the approved prestressing details, and in accordance with TXDOT Item 426, "Prestressing". The Contractor B2001 - 9/27 01/17/2011 shall maintain all ducts free of obstructions until all post tensioning operations are complete. I. Placing Concrete-General. 1. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement and other preparations. 2. The sequence of placing concrete shall be as shown on the plans or as required herein. 3. Concrete placement will not be permitted when impending weather conditions would impair the quality of the finished work. If conditions of wind, humidity, and temperature are such that concrete cannot be placed without cracking, concrete placement shall be done in the early morning or at night. When concrete mixing, placing, and finishing is done in other than daylight hours, provisions shall be made to adequately light the entire placement site. The Engineer will approve the adequacy of such lighting before operations are begun. 4. Where work has been started and changes in weather conditions require protective measures,the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures as outlined in Article 3.02.J. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need to be covered only to the extent necessary to control the moisture conditions in the aggregates. 5. After concrete has achieved initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement in order to prevent damage to the concrete. 6. Placing Temperature. a. The temperature of all concrete at the time of placement shall be not less than 50 F. b. The temperature of cast-in-place concrete in bridge slabs and top slabs of direct traffic structures shall not exceed 85 F when placed. Concrete diaframs, parapets, concrete portions of railing, curbs, and sidewalks, unless monolithically placed with the slab, will not be subject to the above maximum. Other portions of structures, when shown on the plans, shall require the temperature control specified. c. For mass concrete placements, as defined in Subarticle 3.02.I.15, the concrete temperature at the time of placement shall not exceed 75 F. 7. Transporting Time. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall conform to the requirements in Table 1. B2001 - 10/27 01/17/2011 TABLE 1 TEMPERATURE-TIME REQUIREMENTS Concrete Temperature Max Time Max Time(*) (at point of placement) (No Retarding Agent) (With Retarding Agent) Non-Agitated Concrete: Above 80° F 15 30 80° F and Below 30 45 Agitated Concrete: Above 90° F 45 75 Above 75°through 90°F 60 90 75° F and Below 90 120 (')Normal dosage of retarder 8. Transporting Equipment. a. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement shown on the plans or required by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other methods. b. When belt conveyors or pumps are used, sampling for testing should be done at the discharge end. When in the opinion of the Engineer, it is deemed impractical to sample as the discharge end, sampling may be done at the mixer provided that correlation testing is performed and documented to ensure specification requirements are met at the discharge end. c. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes, or other aluminum equipment. Pump lines shall conform to the following: 1) For Grade 2 coarse aggregate and smaller, the minimum size pump line shall be five (5)inches ID. 2) For Grade 1 coarse aggregate, the minimum size pump line shall be eight (8)inches ID. d. Chutes,troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When necessary to prevent segregation, such equipment shall terminate in vertical down-spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in the forms. e. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. 9. Forms. a. Openings in forms shall be provided, if needed, for the removal of laitance or foreign matter. B2001 - 11/27 01/17/2011 b. All forms, prestressed concrete panels, T-beams, and concrete box beams on which concrete is to be placed shall be wetted thoroughly prior to placing concrete thereon. Any remaining puddles of excess water shall be removed. The top of such members shall be in a moist surface dry condition when concrete is placed on them. 10. Handling, Placing, and Consolidation. The method of handling, placing, and consolidation of concrete shall minimize segregation of the concrete and displacement of the reinforcement. A uniform dense compact mass shall be produced. a. Handling and Placing. Concrete shall not have a free fall of more than five (5) feet, except in the case of thin walls such as in culverts or as specified in other items. Any hardened concrete splatter ahead of the plastic concrete shall be removed. Each part of the forms shall be filled by depositing concrete as near its final position as possible. Depositing large quantities at one point and running or working the concrete along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. Cold joints in a monolithic placement shall be avoided. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogeneous mass with the previously placed concrete. Not more than one (1) hour shall elapse between adjacent or successive placements of concrete, except as otherwise required by an approved placing procedure when revibration of the concrete is shown on the plans or specifications. This time requirement may be extended by 1/2 hour when the concrete contains not less than a normal dosage or retarding admixture. An approved retarding agent shall be used to control stress cracks and/or cold joints in placements where differential settlement and/or setting time may induce stress cracking. b. Consolidation. All concrete shall be well consolidated and the mortar flushed to the form surfaces with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one(1) stand-by vibrator shall be provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. A systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. 11. Slabs. 11 B2001 - 12/27 01/17/2011 a. Unless otherwise shown on the plans or other specifications, slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until the slabs have aged at least four (4) full curing days. For the remainder of the curing period, timber planking will be required for carting of the concrete. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. b. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. c. A longitudinal screed may be placed directly on previously placed concrete slabs for the purpose of checking and grading of an adjacent slab after the previously placed slab has aged not less than 24 hours. Actual screeding may be done after the previously placed slabs have aged at least 48 hours. 12. Continuous Placements. For continuous placement of the deck on steel units, the initial set of the concrete shall be retarded sufficiently to insure that the concrete remains plastic in not less than three (3) spans immediately preceding the slab being placed. For simple spans,retardation shall be required only if necessary to complete finishing operations or as required by Article 3.02. 13. Fogging and Interim Curing. a. From the time of initial strike off of the concrete until finishing is completed and required interim curing is in place, the unformed surfaces of slab concrete in bridge decks and top slabs of direct traffic culverts shall be fogged when necessary to replace water loss due to evaporation. b. Fogging equipment shall be capable of applying water in a fine mist, not a spray. The fog shall be produced using equipment which pumps water or water and air under high pressure through a suitable atomizing nozzle. The equipment shall be hand operated and sufficiently portable for use in the direction of any prevailing wind. It shall be adaptable for intermittent use as directed by the Engineer to prevent excessive wetting of the concrete. c. Interim curing will be required for slab concrete in bridge decks and top slabs of the direct traffic culverts immediately upon completion of final finish. Type 1- D membrane curing compound (Resin Base Only) will be required. Water curing will be required in accordance with Article 3.02 and shall be commenced as soon as possible without damaging the surface finish. 14. Installation of Dowels and Anchor Bolts. Dowels and anchor bolts may be cast-in- place or installed by grouting with grout, epoxy or epoxy mortar. Holes for grouting may be formed or drilled. a. General. Holes for anchor bolts shall accommodate the bolt embedment required by the plans. Holes for dowels shall be a minimum of 12 inches deep unless otherwise shown on the plans. When grout or epoxy mortar is used, the diameter of the hole shall be not less than twice the dowel or bolt diameter nor more than the diameter plus 1'/2 inches. When using epoxy, the hole diameter shall be 1/16 inch to 1/4 inch greater than the dowel or bolt diameter. Holes shall be thoroughly cleaned of all loose material, oil, grease, or other bond breaking substance and blown clean with filtered compressed air. Holes shall be in a surface dry condition when epoxy type material is used. Holes shall be B2001 - 13/27 01/17/2011 in a surface moist condition when Portland cement grout is used. The Contractor shall develop and demonstrate a procedure for cleaning and preparing the holes for installation of the dowels and anchor bolts that is satisfactory to the Engineer. The void between the hole and dowel or bolt shall be completely filled with grouting material. b. Cast-in-Place or Grouted Systems. Portland cement grout, epoxy mortar, or other prepackaged grouts as approved by the Engineer may be used. Port cement grout shall conform to the pertinent provisions of TXDOT Item 421, "Portland Cement Concrete". Epoxy (Type V) and Epoxy Mortar (Type VIII) shall conform to TXDOT Item 575, "Epoxy". Grout, epoxy or epoxy mortar may be used as the binding agent unless otherwise indicated on the plans. c. Other Anchor Systems. These systems shall be in accordance with the plans and approved by the Engineer. 15. Mass Placements. a. Unless otherwise shown on the plans, for monolithic mass placements having a least dimension greater than five (5) feet, the Contractor shall develop a plan to assure that during the heat dissipation period, the temperature differential between the central core of the placement and the exposed concrete surface does not exceed 35° F. b. A detailed plan, along with an analysis of the associated heat generation and dissipation (heat flow analysis) shall be submitted to the Engineer for approval. No concrete shall be placed until this plan is approved. This plan may include a combination of the following: 1. Selection of concrete ingredients to minimize heat of hydration. 2. Using ice or cooling concrete ingredients. 3. Controlling rate of concrete placement. 4. Using insulation to control heat loss. 5. Using supplemental heat to control heat loss. 6. Use of fly ash. c. The Contractor shall furnish and install two (2) sets of strip chart temperature recording devices or approved equivalent at locations designated by the Engineer. These devices shall be accurate to within+/-2° F within the range of 32° F to 212° F and shall be used to simultaneously measure the temperature of the concrete at the core and the surface. J. Placing Concrete in Cold Weather. 1. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing during cold weather will not relieve the Contractor of the responsibility for producing concrete equal in quality to that place under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced. 2. Concrete may be placed only when the atmospheric temperature is greater than 35° F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32°F. 3. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: B2001 - 14/27 01/17/2011 The water temperature shall not exceed 180° F, nor shall the aggregate temperature exceed 150° F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregate and water shall be between 50° F and 85° F before introduction of the cement. 4. The Contractor shall provide and install recording thermometer(s) or other suitable temperature measuring device(s) to verify that all concrete is effectively protected as follows: a. The temperature of all unformed surfaces of bridge decks and top slabs of direct traffic culverts shall be maintained at 50° F or above for a period of 72 hours from time of placement and above 40° F for an additional 72 hours. b. The temperature at the surface of all concrete in bents, piers, culvert walls, retaining walls, parapets, wingwalls, bottom of slabs, and other similar formed concrete shall be maintained at 40° F or above for a period of 72 hours from time of placement. c. The temperature of all concrete, included the bottom slabs (footings) of culverts placed on or in the ground, shall be maintained above 32° F for a period of 72 hours from time of placement. 5. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article 3.02.A shall be provided during this period until all requirements for curing have been satisfied. 6. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand and ready for use before permission is granted to begin placement. 7. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. K. Placing Concrete in Hot Weather. Unless otherwise directed by the Engineer,when the temperature of the air is above 85° F, an approved retarding agent will be required in all concrete used in superstructures and top slabs of direct traffic culverts. L. Placing Concrete in Water. 1. Concrete shall be deposited in water only when shown on the plans or with the written permission of the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping of water will not be permitted during the concrete placing,nor until it has set for at least 36 hours. 2. The concrete shall be placed with a tremie, or other approved method, and shall not be permitted to fall freely through the water nor shall the concrete be disturbed after being placed. The concrete surface shall be kept approximately level during placement. 3. The tremie shall consist of a water-tight tube of a diameter which will permit adequate placement of the concrete, but not greater than 14 inches. The tremie shall be constructed so that the bottom can be sealed and opened after the tremie is in place and fully charged with concrete. The tremie shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the B2001 - 15/27 01/17/2011 concrete flow. The lower end of the tremie shall be submerged in the concrete at all times. 4. The placing operations shall be continuous until the work is complete. 5. Unless otherwise specified, all classes of concrete placed under water, except Class E and Class SS, shall be redesigned to contain an additional sack of cement per cubic yard more than the mix design being used. Pilot beam tests may be waived by the Engineer for this redesign. M. Placing Concrete in Superstructure. 1. Unless otherwise shown on the plans, simple span bridge slabs shall be placed without transverse construction joints by using either a mechanical longitudinal screed or a self propelled transverse finishing machine. For small placements or for unusual conditions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated screeding equipment. The screed shall be adequately supported on a header or rail system sufficiently stable to withstand the longitudinal or lateral thrust of the equipment. Unless otherwise shown on the plans, temporary intermediate headers will be permitted for placements exceeding 50 feet in length for the longitudinal screed, provided the rate of placement is rapid enough to prevent a cold joint and that these headers are designed for early removal to permit satisfactory consolidation and finish of the concrete at their locations. 2. Unless otherwise shown on the plans, slabs on continuous units shall be placed in one continuous operation without transverse construction joints using a mechanical longitudinal screed or a self propelled transverse finishing machine. For unusual conditions, such as widening, variable cross slopes or transitions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated screeding equipment. Rails for transverse finishing machines which are supported from the beams or girders shall be installed so that the supports may be removed without damage to the slab. Bond between removable supports and the concrete shall be prevented in a manner acceptable to the Engineer. Rail support parts which remain embedded in the slab shall not project above the upper mat of reinforcing steel. Rail or screed supports attached to I-beams or girders shall be subject to the requirements of Article 3.02.A. 3. Unless otherwise shown on the plans, for transverse screeding, the minimum rate of concrete placement shall be 30 linear feet of bridge deck per hour. The Contractor shall furnish personnel and equipment capable of placing, finishing and curing the slab at an acceptable rate to insure compliance with the specifications. 4. The profile gradeline may require adjustment, due to variation in beam camber and other factors, to obtain the required cover over the slab reinforcement. Beams shall be set in a sufficient number of spans so that when adjustment is necessary, the profile gradeline can be adjusted over suitable increments and the revised gradeline will produce a smooth riding surface. 5. One (1) or more passes shall be made with the screed over the bridge deck segment prior to the placement of concrete thereon to insure proper operation and maintenance of grades and clearances. 6. Slab concrete shall be deposited between the exterior beam and the adjacent beam prior to placing concrete in the overhang portion of the slab. B2001 - 16/27 01/17/2011 7. For transverse screeding, concrete shall be placed in transverse strips. Additionally, on profile grades greater than 1-1/2 percent,placement shall begin at the lowest end. 8. For longitudinal screeding, concrete shall be placed in longitudinal strips starting at a point in the center of the segment adjacent to one side, except as provided herein, and the strip completed by placing uniformly in both directions toward the ends, except that for spans on a grade of 1-1/2 percent or more placing shall start at the lowest end. 9. The width of strips shall be such that the concrete therein will remain plastic until the adjacent strip is placed. Where monolithic curb construction is specified, the concrete shall be placed therein in proper sequence to be monolithic with the adjacent longitudinal strips of the slabs. 10 An approved system of checking shall be used to detect any vertical movement of the forms or falsework. Forms for the bottom surface of concrete slabs, girders and overhangs shall be maintained to the required vertical alignment during concrete placing. 11. Unless otherwise shown on the plans, girders, slab and curbs of slab and girder spans shall be placed monolithically. Concrete girder stems shall be filled first and the slab concrete placed within the time limits specified in Article 3.02.I. a. Construction joints, when permitted for slab placements on steel and prestressed concrete beams, shall be shown on the plans. Where plans permit segmental placing without specifying a particular order of placement, any logical placing sequence which will not result in the overstressing of any of the supporting members will be permitted subject to the approval of the Engineer. 12. Any falsework under steel girder or truss spans shall be released and the spans swung free on their permanent supports before placing any slab concrete thereon. 13. When the curb forms are filled, the top of curb and sidewalk section shall be brought to the correct camber and alignment and finished as described in Articles 3.02.P and 3.02 V. N. Placing Concrete in Box Culverts. 1. Where the top slab and walls are placed monolithically in culverts more than four(4) feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for settlement and shrinkage in the wall concrete. 2. The footing slab shall be accurately finished at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified in Article 3.02.Q. Top slabs of fill type culverts shall be given a float finish. O. Placing Concrete in Foundation and Substructure. 1. Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. 2. Placing of concrete footings upon seal concrete will be permitted after the cofferdams are free from water and the seal concrete cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. B2001 - 17/27 01/17/2011 3. All temporary wales or braces inside cofferdams shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints. 4. When footings can be placed in a dry excavation without the use of cofferdams, forms may be omitted, if approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing. In this case, measurement for payment will be based on the footing dimensions shown on the plans. 5. Concrete in columns shall be placed monolithically between construction joints unless otherwise provided. Columns and caps and/or tie beams supported thereon may be placed in the same operation. To allow for settlement and shrinkage of the column concrete, it shall be placed to the lower level of the cap or tie beam and placement delayed for not less than one (1) hour nor more than two (2) before proceeding. P. Treatment and Finished of Horizontal Surfaces Except Roadway Slabs. 1. All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. 2. After the concrete has been struck off, the surface shall be floated with a suitable float. Bridge sidewalks shall be given a wood float or broom finish or may be striped with a brush, as specified by the Engineer. 3. The tops of caps and piers between bearing areas shall be sloped slightly from the center toward the edge, and the tops of abutments and transition bents sloped from the backwall to the edge, as directed by the Engineer, so that the water drains from the surface. The concrete shall be given a smooth trowel finish. When shown on the plans, the top of caps and piers shall be coated with Type X epoxy material except for areas under shoes and bearing pads. Unless otherwise shown on the plans, the color shall be concrete gray. The color of the epoxy may be adjusted to concrete gray by the use of a black universal type tinting paste. Bearing areas for steel units shall be constructed in accordance with TXDOT Item 441, "Steel Structures". 4. Bearing seat build-ups or pedestals for concrete units may be cast integrally with the cap or with a construction joint as follows: 5. The bearing seat build-ups shall be constructed of a latex based mortar or an epoxy mortar, mixed in accordance with the manufacturer's recommendation. Pedestals shall be constructed of Class "C" concrete,reinforced as shown on the plans. 6. Bearing areas under elastomeric pads or non-reinforced bearing seat build-ups shall be given a textured, wood float finish. Q. Finish of Roadway Slabs. 1. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 2. For concrete slab or concrete slab girder spans cast in place on falsework, an additional amount of camber shall be provided to offset the initial and final deflections of the span. The additional amount of camber shall be determined from the dead load deflection diagram shown on the plans. When dead load deflections is not shown on the plans, the additional amount of camber shall be 1/8 inch per ten foot of span length but not to exceed 1/2 inch. For pan girder spans the additional B2001 - 18/27 01/17/2011 camber for initial and final deflections shall be approximately 1/2 inch for 30 foot spans and 5/8 inch for 40 foot spans unless otherwise directed by the Engineer. 3. Roadway slabs supported on prestressed concrete, steel beams or girders shall receive no additional camber, except that for slabs without vertical curvature, the longitudinal camber shall be approximately 1/4 inch. 4. Dead load deflection shall be taken into account in setting the grades of headers and rail systems. 5. Work bridges or other suitable facilities shall be provided by the Contractor from which to perform all finishing operations and check measurements for slab thickness and reinforcement cover. 6. As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber or section. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds, except those of the roller drum type, shall be provided with metal cutting edges. 7. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. 8. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. 9. If necessary, the screeded surface shall be worked to a smooth finish with a long handled wood or metal float, or hand floated from bridges over the slabs. 10. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over 1/16 inch in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. 11. Rail support holes shall be filled with concrete and finished to match the top of the slab. 12. Unless otherwise shown on the plans, when no additional wearing course is to be placed, the bridge deck surface shall be given a grooved steel tine finish. The grooves shall be approximately 1/8 to 3/16 inch deep, approximately 1/8 inch wide. The tines shall be randomly spaced approximately 3/4 to one (1) inch apart. The grooves shall run perpendicular to the structure center line when a transverse screed is used and parallel to the structure centerline when a longitudinal screed is used. Areas which receive insufficient texture depth shall receive additional texturing, when directed by the Engineer, by saw grooving in accordance with the procedure given below. 13. At the option of the Contractor, or when shown on the plans, the surface shall be given its final texture by saw grooving to meet the above requirements. Saw grooving may be done a minimum of four (4) days after the slab concrete has been B2001 - 19/27 01/17/2011 placed. If saw grooving is done prior to the completion of curing, the curing shall be continued after sawing to provide the minimum curing time required. 14. When shown on the plans that a concrete overlay is to be placed on the slab (new construction) or on prestressed concrete box beams or other precast elements, the slab or the top surface of shear key and diafram concrete shall be given a broom finish. The finish shall have an average texture depth of approximately 0.035 inches with any individual test, not falling below 0.020 inches unless otherwise shown on the plans, when tested in accordance with Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. 15. When the plans require that an asphaltic seal, with or without overlay, on the slab (new construction), on prestressed concrete box beams or other precast elements, the slab or top surface of shear key and diafram concrete shall be given a lightly textured broom finish having an average texture depth of approximately 0.025 inches when tested in accordance with TXDOT Test Method Tex-436-A. 16. Straightedge requirements will be required on slabs (new construction) to be overlaid. 17. After the concrete slab has attained final set, the Engineer may require that the finished surface be tested with a standard 10-foot straightedge. The straightedge shall be used parallel to the centerline of the structure to bridge any depressions and tough high spots. Ordinates of the irregularities, measured from the face of the straightedge to the surface of the slab, should normally not exceed 1/8 of an inch, making proper allowances for camber, vertical curve and surface texture; however, occasional variations exceeding this will be acceptable if, in the opinion of the Engineer,the variations will not produce unacceptable riding qualities. 18. When directed by the Engineer, irregularities exceeding the above shall be corrected. Areas which are corrected to produce satisfactory riding qualities shall be provided with an acceptable surface texture in a manner approved by the Engineer. R. Curing Concrete. 1. The Contractor shall inform the Engineer of the methods proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. 2. Unless otherwise noted herein or shown on the plans, the choice of curing methods shall be at the option of the Contractor, except that the Engineer may require the same curing methods for like portions of a single structure. 3. Inadequate curing and/or facilities shall be cause for the Engineer to delay all concrete placement on the job until remedial action is taken. 4. All concrete shall be cured for a period of four (4) curing days except as noted herein. B2001 - 20/27 01/17/2011 TABLE 2 EXCEPTIONS TO 4-DAY CURING Description Type of Cement Required Curing Days Upper surfaces of bridge slabs, top slab of direct traffic culverts, I or III 8 and concrete overlays II or l/III* 10 All types with fly ash 10 Concrete Piling Build-ups All 6 *Meets the requirements of both Type I and Type IL. 5. When the air temperature is expected to drop below 40° F, the concrete shall be covered with polyethylene sheeting, burlap-polyethylene blankets, mats or other acceptable materials to provide the protection required by Article 3.02.J. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50° F for at least 10 hours, or on colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40° F for the entire 24 hours. The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the requirements of Table 3 and the following additional requirements for each method of curing: a. Form Curing: When forms are left in contact with the concrete, other curing methods will not be required except for exposed surfaces and for cold weather protection. b. Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in TXDOT Item 421, "Portland Cement Concrete". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be used. 1) Wet Mat Curing. This curing method shall consist of keeping the concrete continuously wet by maintaining wet cotton mats in direct contact with the concrete for the required curing time. Damp burlap blankets made from nine (9) ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of cotton mats. The cotton mats may then be placed dry and wetted down immediately after they are placed. The mats shall be weighted down adequately to provide continuous contact with all concrete where possible. B2001 - 21/27 01/17/2011 Surfaces which cannot be cured by direct contact shall be covered with mats forming an enclosure well anchored to the forms or ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. Wet mat curing will be required for Part A in Table 3 when the anticipated ambient temperature is expected to remain above 40 F for the first 72 hours of the curing period. Polyethylene sheeting, burlap-polyethylene blankets, laminated mats or insulating curing mats placed in direct contact with the slab will be required when the air temperature is expected to drop below 40 F during the first 72 hours of the curing period. These curing materials shall be weighted down with dry mats to maintain direct contact with the concrete and to provide insulation against cold weather. Supplemental heating or insulation may be required in cold and/or wet weather if the insulating cotton mats become wet or if the concrete drops below the specified curing temperature. 2) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. 3) Ponding. This curing method requires the covering of the surfaces with a minimum of two (2) inches of clean granular material, kept wet at all times, or a minimum of one (1) inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. c. Membrane Curing. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where membrane curing is permitted except that Type 1-D (Resin Base Only) will be required for bridge slabs and top slabs of direct traffic culverts and all other surfaces which may require a higher grade of surface finish. B2001 - 22/27 01/17/2011 TABLE 3 CURING REQUIREMENTS REQUIRED PERMITTED STRUCTURE UNIT Water for Membrane Water for Membrane for DESCRIPTION Complete for Interim Complete Complete Curing Curing Curing Curing A. Upper surfaces of Bridge X X Roadway,Median and Sidewalk (Resin slabs,Top Slabs of Direct Traffic Base) Culverts. B. Top Surface of any Concrete X Unit upon which Concrete is to be placed and bonded at a later interval (Stub Walls, Risers, etc.). Other Super structure Concrete (Curbs Wingwalls, Parapet Walls, etc.). C. All Substance Concrete, *X *X Culverts,Box Sewers, Inlets, Manholes, Retaining Walls, Riprap, Railing All other concrete As specified in other items. *Polyethylene Sheeting, Burlap-Polyethylene Mats or Laminated Mats in close intimate contact with the concrete surfaces will be considered equivalent to water or membrane curing. For substructure concrete only one (1) type of curing compound will be permitted on any one (1) structure. Material requirements and construction methods shall be as required by TXDOT Item 526, "Membrane Curing", except as changed herein. Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or shown on the plans, the choice of membrane type shall be at the option of the Contractor. B2001 - 23/27 01/17/2011 S. Removal of Forms and Falsework. 1. Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than 12 hours, provided the removal can be done without damage to the concrete. 2. Forms for inside curb faces be removed at such time the removal can be done without damage to the curb. 3. Weight supporting forms and falsework for all bridge components and culvert slabs, except as noted herein, shall remain in place a minimum of four (4) curing days. The forms then may be removed if the concrete has attained a flexural strength of 425 psi, as evidenced by strength tests using test beams made from the same concrete and cured under the same conditions as the portion of the structure involved. Forms for other structural components may be removed as specified by the Engineer. 4. Inside forms (walls and top slabs) for box culverts and sewers may be removed after concrete has aged not less than one (1) day (24 hrs.) and has acquired a flexural strength of not less than 225 psi, provided an overhead support system, approved by the Engineer, is used to transfer the weight of the top slab to the walls of the box culvert or sewer before the support provided by the forms is removed. 5. When all test beams made for the purpose of form removal have been broken without attaining the required strength, forms shall remain in place for a total of 14 curing days. 6. The above provisions relative to form removal shall apply only to forms or parts thereof which are constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the structure. 7. All forms and falsework shall be removed unless otherwise approved by the Engineer. T. Defective Work. Any defective work shall be repaired as soon as possible. Any defect which in the opinion of the Engineer cannot be repaired satisfactorily to the extent required by the Engineer shall be removed and replaced at the expense of the Contractor. U. Finishing Exposed Surfaces. A Surface Finish shall be applied to all concrete surfaces and shall be in accordance with TXDOT Item 427, "Surface Finishes for Concrete". 3.03 MEASUREMENT A. The quantities of concrete of the various classifications which will constitute the completed and accepted structure or structures in place will be measured by the cubic yard, each, square foot, square yard, or linear foot as shown on the plans or as each is shown in the bid proposal. Measurement will be as follows: 1. General. a. All concrete quantities will be based on the dimensions shown on the plans or those established in writing by the Engineer. Diafram concrete, when required, will be included in the slab measurement. b. In determining quantities, no deductions will be made for chamfers less than two (2) inches, embedded portions of structural steel or prestressed concrete B2001 - 24/27 01/17/2011 beams, piling, anchor bolts, reinforcing steel, drains, weep holes, junction boxes, electrical or telephone conduit, conduit and/or voids for prestressed tendons or for embedded portions of light fixtures. c. For pan girder spans, a quantity will be included for the screed setting required to provide proper camber in the roadway surface after form removal. d. For slabs on steel and prestressed beams, a quantity for the haunch between the slab and beams will be included when required. No measurement will be made during construction for variation in the amount of haunch concrete due to deviation from design camber in the beams. e. For slabs on panels, T-beams, or box beams, the combination of span length, theoretical camber in beams, computed deflections, and planvertical curve will be taken into account in determining the quantity for the slab. f. Additional concrete which may be required by an adjustment of the profile grade line during construction, to insure proper slab thickness, will not be measured for payment. g. Variation in concrete headwall quantity incurred when an alternate bid for pipe is permitted will not be measured for payment. h. Quantities revised by a change in design, measured as specified herein, will be increased or decreased, as the case may be, and included for payment. 2. Plan Quantity. a. For structure elements designated in Table 4, and when measured by the cubic yard, this is a plans quantity measurement Item and the quantity to be paid for will be that quantity shown in the proposal. If no adjustment of quantities is required, additional measurements or calculations will not be required. b. When the quantity for a complete structure element has been erroneously included or omitted from the plans, the quantity shown on the plans for that element will be added to or deducted from the plan quantity and included for payment. A complete structure element will be the smallest portion of a total structure for which a quantity is included on the plans. c. When the plan quantity for a complete structure element is in error by five (5) percent or more, a recalculation will be made and the corrected quantity included for payment. 3. Measured in Place. a. For those Items not measured for plan quantity payment, measurement will be made in place. B2001 - 25/27 01/17/2011 TABLE 4 PLAN QUANTITY PAYMENT (Cubic Yard Measurement Only) Culverts and Wingwalls Slabs on Steel Spans Headwalls for pipe Slabs on Prestressed Spans Retaining Walls Pan Girder Spans Inlets and Manholes Pile Bent Caps Slab Spans Shear Key Concrete Slab and Girder Spans Abutments Note: Other structure elements may be paid for as "plan quantity", including pier and bent concrete,when shown on the plans. For those portions of structures not listed in Table 4, the concrete quantities, measured as provided in Subarticle 3.03.A.(1) will be paid for at the unit price bid per "Cubic Yard", per "Each", per "Square Foot", per "Square Yard", or per "Linear Foot", in place, for the various classifications of concrete shown. 3.04 PAYMENT A. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various structure elements specified of the various classes of concrete. This price shall be full compensation for furnishing, hauling and mixing all concrete materials; for furnishing, bending, fabrication, splicing, welding and placing the required reinforcement; for all clips, blocks, metal spacers, ties, wire or other materials used for fastening reinforcement in place; for placing, finishing and curing all concrete; for all grouting and pointing; for furnishing and placing drains; for furnishing and placing metal flashing strips; for furnishing and placing expansion joint material required by this Item; and for all forms and falsework, labor,tools, equipment and incidentals necessary to complete the work. B. Concrete which fails to meet minimum strength requirements may be rejected or a structural review may be made by the Engineer. Such concrete which is proven structurally adequate may be accepted at an adjusted price based on the following formula: B2001 - 26/27 01/17/2011 A = .10Bp+ .75(Sa/Ss)2 Bp A = Amount to be paid per unit of measure Sa = Actual strength from beams or cores. Ss = Minimum required strength(specified) Bp = Unit bid price B2001 - 27/27 Std. 08/03/2004 ITEM NO. H1001 - DUCTILE IRON PIPE AND FITTINGS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Ductile iron pipe and fittings for water mains, wastewater force mains, and gravity sanitary sewers. 1.02 UNIT PRICES A. No separate payment will be made for ductile iron pipe and fittings under this Section. Include cost in unit price for water mains, force mains, gravity sanitary sewers, and storm sewers. 1.03 SUBMITTALS A. Conform to requirements of all sections and provisions of these specifications. B. Submit shop drawings showing design of new pipe and fittings indicating alignment and grade, laying dimensions, fabrication, fitting, flange, and special details. Show station numbers for pipe and fittings corresponding to Drawings. Production of pipe and fittings prior to review by the Owner's Representative is at Contractor's risk. 1.04 QUALITY CONTROL A. Provide manufacturer's certifications that all ductile iron pipe and fittings meet provisions of this Section and have been hydrostatically tested at factory and meet requirements of ANSI A21.51. B. Provide certifications that all pipe joints have been tested and meet requirements of ANSI A21.11. PART 2 - PRODUCTS 2.01 DUCTILE IRON PIPE A. Ductile iron pipe barrels: ANSI A21.15, ANSI A21.50 or ANSI A21.51; bear mark of Underwriters' Laboratories approval; pressure classes as shown on the Drawings and/or Bid Proposal. B. Provide pipe sections in standard lengths, not less that 18 feet long, except for special fittings and closure sections as indicated on shop drawings and/or Bid Proposal. 2.02 JOINTS H1001 - 1/3 A. Joint types: ANSI A21.11 push-on; ANSI A21.11 mechanical joint; or ANSI A21.15 flanged end. Provide push-on joints unless otherwise indicated on the Drawings or required by these specifications. For bolted joints, bolts shall conform to requirements of AWWA C 111. B. Where restrained joints for buried service are required by Drawings, provide Series 1100 (MEGALUG) by EBAA Iron Inc., or equal. C. Threaded or grooved type joints which reduce pipe wall thickness below minimum required are not acceptable. D. Provide for restrained joints designed to meet test pressures required under Section 02676 — Hydrostatic Testing of Pipelines or Section 02731 — Sanitary Sewage Force Mains, as applicable. E. Where ductile iron water main is cathodically protected from corrosion, bond rubber gasketed joints as shown on Drawings to provide electrical continuity along entire pipeline, except where insulating flanges are required by Drawings. 2.03 GASKETS: A. Furnish, when no contaminant is identified, plan rubber (SBR) gasket material; for flanged joints 1/8-inch thick gasket in accordance with ANSI A21.15. B. Pipes to be installed in potentially contaminated areas, especially where free product is found near the elevation of the proposed pipeline, shall have the following gasket materials for the noted contaminants: Contaminant Gasket Material Required Petroleum (diesel, gasoline) Nitrile Rubber Other contaminants As recommended by the pipe manufacturer 2.04 FITTINGS A. Use fittings of same size as pipe. Reducers are not permitted to facilitate an off-size fitting. Reducing bushings are also prohibited. Make reductions in piping size by reducing fittings. Line and coat fittings as specified for pipe they serve. B. Push-on Fittings will not be allowed. C. Flanged Fittings: ANSI A21.10; ANSI B16.1 cast or ductile iron. Flanges: ANSI B16.1, Class 125; pressure rated at 250 psig. D. Mechanical Joint Fittings: ANSI A21.10 (AWWA C 110); pressure rated at 250 psi. E. Ductile Iron Compact Fittings for Water Mains: ANSI A21.53 (AWWA C153); 4- inch through 12-inch diameter; fusion bonded epoxy-lined or cement-mortar lining; conform to requirements of Section 02630—Polyethylene Wrap. H 1001 - 2/3 2.05 COATINGS AND LININGS A. Water Main Interiors: ANSI A21.4, cement lined with seal coat. B. Sanitary Sewer and Force Main Interiors: 1. Preparation: Commercial blast cleaning conforming to SSPC-SP6. 2. Linear thickness: Nominal 40 mils, minimum 35 mils, for pipe barrel interior; minimum 6-10 mils at gasket groove and outside spigot end to 6-inches back from end. 3. Testing: ASTM G62, Method B for voids and holidays; provide written certification. 4. Acceptable Lining Materials: a. Virgin polyethylene conforming to ASTM D1248, with inert fillers and carbon black to resist ultraviolet degradation during storage heat bonded to interior surface of pipe and fittings; APolyline by American Cast Iron Pipe Company; or equal. b. Polyurethane: Corro-pipe II by Madison Chemicals. c. Ceramic Epoxy: Protecto-401 by Enduron Protective Coatings. C. Sanitary Sewer Point Repair Pipe: For pipes which will be lined with high density polyethylene liner pipe or cured-in-place liner, provide cement-lined with seal coat in accordance with ANSI A21.4. For pipes which will not be provided with named liner, provide pipe as specified in Paragraph 2.05B. D. Exterior: 1. Water Lines a. Auger Holes: Conform to requirements of Section 02629-Polyurethane Coatings on Steel or Ductile Iron Pipe. b. Above Ground(or Exposed): Conform to the following: Provide a 3-coat epoxy/polyurethane coating system as designated below. Surface Preparation SSPC SP10 Near White Blast Clean 2.0 to 3.0 mils surface profile Prime Coat ACRO 4422 Inhibitive Epoxy 2.0 to 4.0 mils DFT Primer, or approved equal Intermediate Coat ACRO 4460 Chemical Resistant 4.0 to 6.0 mils DFT Epoxy, or approved equal Finish Coat ACRO 4428 Polyurethane, 1.5 to 2.0 mils DFT Or approved equal c. Total Minimum allowable dry film thickness for system: 10 mils. d. All materials shall be from same manufacturer. e. Color of paint shall be in accordance with the City's standard. H1001 - 3/3 2. Sanitary Sewers: Prime coat and outside asphaltic coating conforming to ANSI A21.10, ANSI A21.15, or ANSI A21.51 for pipe and fittings in open cut excavation and in casings. E. Polyethylene Wrap: For buried water lines and sanitary sewers, including point repairs, provide polyethylene wrap unless otherwise specified or shown. Provide Polyethylene Wrap for all buried ductile iron pipe, including polyurethane coated pipe. Conform to requirements of Section 02630—Polyethylene Wrap. F. For flanged joints in buried service, provide petrolatum wrapping system, Denso, or equal, for the complete joint and all alloy steel fasteners. Alternatively, provide bolts made of Type 304 Stainless Steel. G. Pipe to be installed in potentially contaminated areas shall have coatings and linings recommended by the manufacturer as resistant to the contaminants. 2.06 MANUFACTURES A. Pre-approved manufactures of ductile iron are American Cast Iron Pipe Co., McWane Cast Iron Pipe Co., and U.S. Pipe and Foundry Co. PART 3 - EXECUTION 3.01 INSTALLATION A. Conform to installation requirements of Section 02664 — Water Mains, 02730 — Gravity Sanitary Sewers, and 02731 — Sanitary Sewage Force Mains, except as modified in this Section. B. Install in accordance with AWWA C600 and manufacturer's recommendations. C. Install all ductile iron pipe in polyethylene wrap, unless cathodic protection is provided. Do not use polyethylene wrap with a cathodic protection system. D. Holiday Testing 1. Polyurethane: Conform to requirements of Section 02629 — Polyurethane Coatings for Steel or Ductile Iron Pipe. 2. Fusion Bonded Epoxy: Conform to requirements for new fittings in ANSI A21.16. 3.02 GRADE A. Unless otherwise specified on Drawings, install ductile iron pipe for water service to clear utility lines with following minimum cover: Diameter Depth of Cover (Inches) (Feet) 16 and 24 5 H 1001 - 4/3 12 and smaller 3.5 3.03 FIELD REPAIR OF COATINGS A. Polyurethane: Conform to requirements of Section 02629—Polyurethane Coatings for Steel or Ductile Iron Pipe. B. Fusion Bonded Epoxy: Conform to requirements for new fittings in ANSI A21.16. END OF SECTION H 1001 - 5/3 Std. 08/03/2004 ITEM NO. H2001 - MJ JOINT (FLANGE-GASKET-BOLTS) RESTRAINT PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Covers procedures for making up joints for piping systems. 1. PLANS show types of joints required. 2. Other related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS 2.01 MATERIALS As specified in Item No. H1001 - "Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings." PART 3 - EXECUTION 3.01 INSTALLATION A. Bell and Spigot Boltless Gasketed Joints 1. Preparation of Pipe Ends: Removal from bell and spigot ends all lumps, blisters, excess coal-tar coating, oil and grease, then wire brush and wipe clean and dry before laying pipe. 2. Installation of Ring Gasket: Wipe gasket seat in socket with clean dry cloth. Place gasket with large end entering first. Spring gasket into seat in bell so that groove fits overhead in seat. Apply thin film of lubricant to inside surface of gasket. 3. Setting Spigot: Align spigot with bell and start into bell so that it contacts gasket. Apply lubricant to engaging surface of spigot if necessary. Pipe 6 inches and smaller may be driven with a bar lever on end of pipe. For larger pipe, use only approved ratchet-type jacking tool to pull pipe "home". B. Mechanical 1. Wash socket and plain end with soapy water, then slip gland and gasket over plain end. Face small side of gasket and lip of gland to bell. 2. Point gasket with soapy water. 3. Push gasket into position, being sure it is evenly seated in socket. 4. Slide gland into position, insert bolts, and run nuts up finger tight. 5. Tighten bolts to uniform tightness with ratchet wrench. First tighten bottom bolt, then top, and on around in sequence of 180 degrees apart. C. Flanged 1. Threading and Tightening Flanges: As specified Item No. H 1001 - "Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings." H2001 - 1/2 2. Setting Gasket: If non-graphite gaskets are used, apply graphite and water solution to gasket before placing on flange. Wire-brush flange and clean inside of pipe before placing gasket. 3. Tightening Bolts: After initial alignment, place flange bolts with all heads in same direction. Tighten flange bolts, each in turn, at uniform rate around joint until all are tight. 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. H2001 - 2/2 10/13/2005 ITEM NO. J1002 - POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish Polyvinyl Chloride (PVC) Pressure Rated Pipe and fittings of size(s) shown on PLANS for use in sanitary sewer construction. B. Related Work Specified Elsewhere: Item J2001 - "Construction of Underground Lines." 1.02 QUALITY ASSURANCE TESTS: Sewer pipe shall be tested in accordance with Item J2005 - "Low Pressure Air Test- Sanitary Sewer Lines." PART 2 —PRODUCTS 2.01 MATERIALS A. Pipe and Fittings 1. Pipe and fittings shall be made of PVC having a cell classification of 1245B (PVC 1120)per ASTM-D-1784. 2. Pipe and fittings shall conform to the requirements of ASTM-D-2241 Standard Specification for"Polyvinyl Chloride (PVC) Pressure-Rated Pipe (SDR 26 - Class 160)", and shall be furnished with integral bell gasketed joints. B. Lubricant: Lubricant used for assembly to have no detrimental effect on gasket or pipe and to be used in accordance with pipe manufacturer's recommendations. PART 3 - EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 - "Construction of Underground Lines." B. Joining: Assembly of joints to be per manufacturer's recommendation. J1002 - 1/2 10/13/2005 C. Connections to Manholes and Other Rigid Structures: Manhole couplings corresponding to size of sewer pipe to be cast directly into a rigid structure such as a manhole or manhole base. Manufactured fittings and adapters may be used for prefabricated manholes. D. Deflection Tests: All pipe to be satisfactorily tested for deflection by pulling a mandrel through the pipe no earlier than THIRTY (30) DAYS after backfilling is complete. Mandrel to have an outside diameter equal to 95% of the original inside diameter of pipe being tested. Mandrel to be pulled by hand line. Should mandrel meet any resistance, Contractor may clean the pipe and repeat test. Any pipe not meeting this test to be removed and replaced at Contractor's expense. 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 - "Construction of Underground Lines." J1002 - 2/2 08/03/2004 ITEM NO. J1005 - HIGH DENSITY POLYETHYLENE (HDPE) PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish and install high-density polyethylene pipe and fittings of size(s) shown on plans for use in potable waterline construction. B. Related Work Specified Elsewhere: Item J2001 - "Construction of Underground Lines." 1.02 QUALITY ASSURANCE TESTS: Waterlines shall be tested in accordance with item J2003 - "Hydrostatic Testing of Pressure Lines." PART 2 —PRODUCTS 2.01 MATERIALS A. Materials used for the manufacture of HDPE pipe and fittings shall be extra high molecular weight, high density PE 3408 polyethylene resin: The material shall be listed by PPI (Plastics Pipe Institute, a division of the Society of the Plastics Industry) in PPI TR-4 with a 73 degree F hydrostatic design basis of 800 psi. The PPI listing shall be in the name of the pipe manufacturer and shall be based on ASTM D 2837 testing. B. Pipe: Pipe supplied under this specification shall have a nominal DIPS (Ductile Iron Pipe Size) OD unless otherwise specified. The DR (Dimension Ratio) and the pressure rating of the pipe supplied shall be as specified by the engineer. The pipe shall be produced from approved HDPE pipe grade resin with the nominal physical properties outlined in Section III. Pipe having a diameter 3" and larger will be made to the dimensions and tolerances specified in ASTM F 714. C. Fittings: HDPE fittings shall be in acdor4dance with ASTM D 3261 and shall be manufactured by injection molding, a combination of extrusion and machining, or fabrication from HDPE pipe conforming to this specification. The fittings shall be fully pressure rated and provide a working pressure equal to that of the pipe with an included 2:1 safety factor. The fittings shall be manufactured from the same base resin type and cell classification as the pipe itself. The fittings shall be homogeneous J1005 - 1/3 08/03/2004 throughout and free from cracks, holes, foreign inclusions, voids, or other injurious defects. PART 3 - EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 - "Construction of Underground Lines." B. Jointing: Sections of polyethylene pipe shall be joined by the butt fusion process into continuous lengths at the job site. The joining method shall be the heat fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations. The heat fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer. Properly executed electrofusion fittings may be used. Extrusion welding or hot gas welding of HDPE shall not be used for pressure pipe applications or fabrications where shear or structural strength is important. Mechanical joint adapters, flanges, unions, grooved-couplers, transition fittings, and some mechanical couplings may be used to mechanically connect HDPE pipe. Refer to the manufacturer's recommendations. C. Pipe Packaging, Handling and Storage: The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The pipe shall be handled in such a manner that it is not pulled over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the pipe wall thickness shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. Fused segments of pipe shall be handled so as to avoid damage to the pipe. Chains or cable type chokers must be avoided when lifting fused sections of pipe. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. J1005 - 2/3 08/03/2004 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 - "Construction of Underground Lines." J1005 - 3/3 04/12/2012 ITEM NO. J1200—PIPE BURSTING OF SANITARY SEWER LINES PART 1 - GENERAL 1.01 DESCRIPTION A. Pipe Bursting/Crushing existing sanitary sewers. 1.02 REFERENCES 1. ASTM D1248 —Polyethylene Plastics Molding and Extrusion Materials. 2. ASTM D2122—Dimensions of Thermoplastic Pipe and Fittings, Determining. 3. ASTM D2412 —Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. 4. ASTM D2992 — Obtaining Hydrostatic or Pressure Design Basis for "Fiberglass" (Glass-Fiber-Reinforced-Thermosetting) Resin Pipe and Fittings. 5. ASTM D3262 — "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe. 6. ASTM D3350—Polyethylene Plastics Pipe and Fittings Materials. 7. ASTM D3681 — Chemical Resistance of "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition. 8. ASTM D4161 — "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. 1.03 DEFINITIONS A. Pipe Bursting/Crushing: The pipe bursting/crushing process is defined as the reconstruction of existing sanitary sewers by the simultaneous insertion of a pipe within the bore of the existing pipe, by breaking and expanding the old pipe. 1.04 SYSTEM DESCRIPTION A. The pipe bursting/crushing involves rehabilitation of deteriorated gravity sewer pipe by installing new pipe material within the enlarged bore created by using a static, hydraulic, or pneumatic hammer "moling" device, suitably sized to break the old pipe or by using a modified boring "knife" may be aided by hydraulic equipment or other apparatus. Replacement pipe is either pulled or pushed into the bore. J1200 - 1/6 04/12/2012 1.05 QUALITY ASSURANCE A. Acceptance: Provide pipe material which is homogeneous without defects and manufactured to the standards and dimensions specified. Cause for rejection includes physical defects of the pipe, such as concentrated ridged, discoloration, excessive spot roughness, pitting, visible cracks foreign inclusions and varying wall thickness. 1.06 DELIVERY, STORAGE AND HANDLING A. Prevent injury or abrasion to pipe during loading, transportation, and unloading. Do not drop pipe from cars or trucks, nor allow pipe to roll down skids without proper restraining ropes. Use suitable pads, strips, skids, or blocks for each pip during transportation and while awaiting installation in the field. B. Pipe with cuts, gashes, nicks, abrasions or any such physical damage which may have occurred during shipping, storage, or handling, which are deeper than 10 percent of the wall thickness shall not be used and shall be removed from the construction site. C. Use wide belly band slings for lifting and moving pipe. Do not use bare chains in contact with pipe. 1.07 SUBMITTALS A. Submit manufacturer's product data with complete information on pipeline materials, physical properties, and dimensions pertinent to this job. Furnish a certificate of compliance with specifications for materials to be supplied. B. Submit test reports prepared by an independent testing laboratory certifying that polyethylene pipe conforms to the requirements of ASTM D1248 and ASTM D3350 or that fiberglass reinforced polyester (FRP) pipe conforms to requirements of ASTM D2992 and ASTM D3681, as applicable. C. Submit manufacturer's product data on clamps. 1.08 TESTING A. The Owner may run tests on field samples following applicable ASTM specifications at an independent laboratory to verify the required physical properties and characteristics of supplied materials. Provide product samples as requested by Owner Engineer. B. The Owner will pay for tests on pipe material which meets specification requirements. Contractor shall pay for failed tests and retesting of failed materials. PART 2 - PRODUCTS 2.01 POLYETHYLENE PIPE (PEP) AND FITTINGS A. Provide polyethylene pipe, manufactured of solid wall, high density, high molecular weight, polyethylene compound conforming to ASTM D1248, Type III, Class B, Grade J1200 - 2/6 04/12/2012 P-34, Category 5, with a PPI rating of PE3408. Use polyethylene material with a minimum cell classification of 345434D or E (inner wall of light color) under ASTM D3350. A higher numbered cell classification limit which gives desirable higher primary property, according to ASTM D3350, is also acceptable. Dimensions and workmanship shall be in accordance with ASTM F714 and ASTM D2122. B. The maximum Standard Dimension Ration (SDR), the ratio of outside diameter of pipe to wall thickness, is specified below. Select the SDR for the deeper of two manholes in a particular pipeline segment. Minimum Wall Thickness (Inches) Existing Nominal Minimum Outside <20' Deep >20' Deep Diameter(Inches) Diameter(Inches) SDR 17 SDR 11 6 - 8 8.625 0.507 0.784 10 10.75 0.750 1.159 12 12.75 0.824 1.273 15 15.0 0.941 1.455 18 18.0 1.176 1.818 2.02 PIPE SEAL AT MANHOLE A. Manhole wall penetration, for replacement pipe, shall be reshaped with approved mortar/grout. B. The replacement pipe shall be installed with a tight fitting seal with the existing or new manhole using Hydrophilic waterstop. Manufacturer to be approved by engineer. 2.03 CLAMPS AND GASKETS 1 A. Clamps shall be stainless steel, including bolts and lugs as manufactured by JCM Industries, Type 108, or equal. Furnish full circle, universal clamp couplings with a minimum 3/16-inch thick neoprene, grid-type gasket. Select clamps to fit outside diameter of pipe. Use minimum clamp (length) as specified in the following table: Replacement Pipe Minimum(Length) O.D. (Inches) of Clamp (Inches) 8.625 18 10.750 or greater 30 2.04 BEDDING MATERIAL J1200 - 3/6 04/12/2012 A. Provide bedding conforming to requirements of ITEM U—CEMENT STABILIZED SAND or SGRADED STONE BACKFILL. PART 3 - EXECUTION 3.01 OBSTRUCTION REMOVAL A. Remove obstructions such as roots, rocks, or other debris, prior to installing pipe. 3.02 INSERTION OR ACCESS PITS A. Locate pits so that the total number is minimized and footage of replacement pipe installed in a single pull is maximized. Use excavations at point repair locations for insertion pits, where possible. B. Before excavating, obtain required utility locates in the work area. For damage done to utilities, the resulting repair, temporary service, and other such costs shall be borne by Contractor. C. Perform excavation and backfill in accordance with requirements of ITEM R — EXCAVATION AND BACKFILL. D. Perform work in accordance with OSHA Standards. Follow requirements specified in ITEM V—TRENCHING & SHORING for excavations requiring trench safety. E. Install and operate as necessary, dewatering and surface water control measures. 3.03 POLYETHYLENE PIPE INSTALLATION A. Joints: 1. Assemble and join sections of polyethylene pipe on site above ground. Make joints by heating and butt-fusion method in strict conformance with manufacturer's instructions. 2. Use operators who are experienced with the butt-fusion method of pipe jointing in the field. Operators should be trained in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by pipe manufacturer. 3. Form joints with a smooth, uniform double rolled back bead made while applying the proper melt, pressure, and alignment. Joints will be inspected by Owner Engineer before insertion. B. Preparation: After completing insertion pit excavation, remove top of existing sanitary sewer line down to the spring line. Connect a Pipe Bursting/Crushing system to the end of polyethylene pipe by use of a suitable pulling head equal to or greater than the outside diameter of pipe. Secure pulling head to pipe and attach to Pipe Bursting/Crushing system so that pipe can be satisfactorily fed and pulled through sanitary sewer main. Prevent ragged edges of existing pipe from scarring pipe. Refer to insertion procedures J 1200 - 4/6 04/12/2012 given in ASTM F585. Do not allow sand or other debris to enter the PEP. C. Pulling PEP: 1. The maximum length of continuous PEP which may be assembled above ground and pulled at any one time is the length recommended by the manufacturer's printed instructions. 2. Limit the pulling force so that the forces indicated below for the various diameter of polyethylene pipe are not exceeded. Provide a suitable measuring device connected to the winch or pulling mechanism. Polyethylene Pipe Maximum Pulling Force O.D. (Inches) (Tons) 8.625 6.0 10.75 10.0 14.0 17.0 16.0 23.0 18.0 28.0 3.04 CLAMP AND GASKET INSTALLATION A. Where excavations for replacement pipe insertion are made between two manholes, cut ends of the pipe smooth, square to its axis. Join pipes with appropriately sized stainless steel universal clamp couplings. Pipe ends shall be butted together with space between ends not exceeding ''A inch. B. Bedding shall be cement stabilized sand conforming to requirements of ITEM U — CEMENT STABILIZED SAND. Bedding shall extend 12" above the clamp/replacement pipe. 3.05 FIELD QUALITY CONTROL A. After pipe installation, perform the following tests: 1. Low pressure air test before replacement pipe has been sealed in place at the manholes, and before any service reconnections have been made. Check integrity of joints that have been made and verify that the replacement pipe has not been damaged by inserting it into sanitary sewer. 2. Service lateral connection test after all service laterals have been completed for a particular sewer section. Verify integrity of reconnections at points where thy join the replacement pipe and existing service lines by performing smoke test. 3.06 SEALING PIPE AT MANHOLE A. Allow replacement pipe to normalize to ambient temperatures as well as recover from imposed stretch before cutting to fit between manholes, sealing at manholes, and manhole invert shaping. Normalization usually takes at least 12 hours for polyethylene. J1200 - 5/6 04/12/2012 B. Cut replacement pipe so that it extends 4 inches into manhole. Make a smooth, vertical cut and slope area over top of exposed replacement pipe using non-shrink grout. C. Seal space between replacement pipe and manhole wall with a chemical seal and non- shrink grout. Use hydrophilic water stop to form an effective water-tight gasket in the annular space between replacement pipe and existing opening in manhole. Make width of sealing band a minimum of 8 inches or the thickness of the manhole wall, whichever is greater. D. Finish seal with a non-shrink grout place around annular space from inside manhole. Apply grout in a band not less than 6 inches wide. 3.07 FINAL CLEANUP A. Upon completion of installation work and testing, clean and restore project are affected by the Work. Restoration shall be in accordance with ITEM S—SITE RESOTRATION. PART 4 - MEASUREMENT AND PAYMENT A. Measurement and payment for installing replacement pipe using pipe bursting/crushing method is on a linear foot basis for installed pipe, measured from center line of upstream manhole to center line of downstream manhole. B. Insertion or access pits, clamp installation, embedment (bedding, haunching and initial backfill), field quality control (testing), sealing replacement pipe at manhole, build up, and shaping and reworking the manhole inverts and benches, shall be incidental to installation of pipe bursting/crushing. C. Excavations initially begun as an obstruction removal which the Contractor later decides to use as an insertion pit shall be considered as an insertion pit and not paid separately. D. Trench safety systems, well pointing, and backfill with cement-stabilized sand, and other applicable bid items associated with insertion pits will be paid at the contract unit price. END OF SECTION J1200 - 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. J2001 - 1/7 10/13/2005 PART 2 - EXECUTION 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 - 2/7 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 "C"Bedding as shown in this item. 2. Waterline Construction - PVC pipe shall be installed using Class `B" 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. J2001 - 3/7 , 10/13/2005 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 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." J2001 - 4/7 , 10/13/2005 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 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 J2001 - 5/7 10/13/2005 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. 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: Payment for Sidewalks shall be by the square yard or linear foot. Concrete Curbs and Gutters shall be paid by linear foot. 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 stand in Contract unit prices bid for"Extra Concrete" of class installed. J2001 - 6/7 10/13/2005 F. Street and Driveway Surfacing: As per applicable Item of TECHNICAL SPECIFICATIONS or PLANS. 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 - 7/7 Std. 10/13/2005 ITEM NO. J2002 - WELL POINT SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish, install, operate and maintain well point system to control groundwater in excavations when requested by Contractor and approved by Engineer. B. Related Work Specified Elsewhere: Per Item A2003 "Structural Excavation and Backfill" or Item J2001 "Construction of Underground Lines." PART 2 - PRODUCTS Not required for this Item. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS. A. Install well point system parallel to trench line. B. Operate well point system in advance of and during excavation. Continue operation until backfilling is completed. C. Discharge pumped water into storm sewer system or drainage swale away from excavation. D. Upon removal of well point system, backfill holes with select backfill or sand. 3.02 MEASUREMENT AND PAYMENT A. Measurement: "Well Point System" per linear foot parallel to trench line, regardless of whether one or more well point system(s) are used. B. Payment: Pay for"Well Point System" measured as stated above, at Contract unit price bid. C. No payment for"Well Point System" which does not successfully dewater trench. No separate payment for dewatering trench due to rainfall during construction. J2002 - 1/1 06/27/2013 ITEM-NO. J2003 - HYDROSTATIC TESTING OF PRESSURE LINES PART 1 GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnish and perform all operations in connection with hydrostatic testing of pressure lines. B. Time of Testing: After pipe has been laid and backfilled, except prior to replacement of pavement, newly laid pipe to be subjected to hydrostatic testing described herein. PART 2 PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Test Pressure: Any Section being tested, apply pressure such that, at highest point in section, pressure to be 125 pounds per square inch or pressure specified by Special Provision to Item. B. Permissible Leakage: Leakage not to exceed that determined from the following formula: ND-VP L= 7400 Where L =Allowable leakage in gallons per hour. N =Number of rubber gasket joints or rubber seat valves. D =Nominal diameter of pipe valve, in inches. P =Test pressure during leakage test in pounds per square inch. C. Leakage Defined: Leakage is quantity of water supplied into newly laid pipe, or any valved section thereto, necessary to maintain specified leakage test pressure after pipe has been filled with water and air expelled and the specified test pressure has been applied. D. Duration of Pressure Test: Exposed joints to be tested for not less than 2 hours with no allowable leakage. Covered joints to be tested for a minimum of 6 hours. If leakage at the end of the 6-hour period exceeds the allowable by less than 25 percent, test to continue for not less than 18 additional hours. J2003 - 1/2 06/27/2013 PART 3 EXECUTION 3.01 TESTING A. Procedure: Fill each valved section of pipe slowly with water and apply specified test pressure, measured at point of highest elevation, by means of pump connected to pipe. Furnish pump, pipe connections, and necessary apparatus, gauge, and meters. Furnish necessary labor and assistance for conducting test, all subject to approval by Engineer. B. Expelling Air Before Test: Before applying specified test pressure, expel air form pipe. To accomplish, make taps in pipe, if necessary, at points of highest elevation. On completion of tests, taps to be tightly plugged with brass fittings. C Examining Under Pressure: At intervals during test, inspect route of pipe to disclose leakage greater than that specified; located and repair defective joints or defective pipe until test proves that leakage is within specified allowance. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract prices for items of which this work is a component. J2003 - 2/2 08/03/2004 ITEM NO. J2016 - PIPE IN AUGERED HOLE PART 1 - GENERAL 1.01 SCOPE OF WORK Auger lines under railroads, highways, streets, drives, walks and pipelines at location (s) shown on PLANS, without interference to use of facility. 1.02 WORK SPECIFIED ELSEWHERE Conveyance Pipe: Per applicable Item or as shown on PLANS. PART 2 - PRODUCTS As specified by other TECHNICAL SPECIFICATIONS. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. General: Unless otherwise indicated, extend augured hole 10 feet beyond edge of pavement, railroad tie, or other structure. Diameter of hole not more than 1 inch greater than the outside diameter of pipe bell. Overcutting in excess of 1 inch shall be remedied by pressure grouting the entire length of installation. Excavate work pit conforming to trench requirements and keep neat and dry. Construct to alignment and grade shown using 2-inch pilot hole followed by machine bore of size required. All joints for pipe in augured hole to be made up prior to pipe entering auger. B. Dry Auger: All highways and railroad crossings with diameters of 16-inches and larger to be dry machine bored. Limited lubrication of auger bit permitted. Do not use water or air to clear excavated material from augered hole. C. Wet Auger: Machine bore "wet" all auger locations not specified or shown as "dry" auger. Strict regulation of water and air pressure required of bored hole as stated above. J2016 - 1/2 3.02 MEASUREMENT AND PAYMENT A. Measurement: Measure "Pipe in Augured Hole" by linear foot of size installed complete in place. B. Payment: Pay for "Pipe in Augured Hole," measured as stated above, at Contract unit price bid. J2016 - 2/2 07/06/2010 ITEM NO. J3001 — STANDARD SANITARY SEWER MANHOLE—CITY OF PORT ARTHUR PART 1 - GENERAL 1.01 DESCRIPTION This item governs for construction of precast reinforced concrete manholes on sanitary sewer lines. Inside diameter of riser to be 48 inches. Inside diameter of access opening not less than 30 inches. 1.02 WORK SPECIFIED ELSEWHERE A. Reinforcing Steel: Item "Concrete Construction". B. Concrete: Item"Concrete Construction". C. Sewer Pipe and Fittings: See Applicable Item for type used or as shown on PLANS. PART 2 - PRODUCTS 2.01 MATERIALS A. Cast Iron: ASTM A-48, Class No. 20, cast iron. Make cast iron frames and covers to dimensions shown on detail drawing. Castings free from sand or blow-holes and other defects. Holes in cover to be free from plugs and burrs. Machine-bearing surfaces of manhole frames and covers to obtain even bearing. Cast working "Sanitary Sewer" and "City of Port Arthur" on cover. B. Reinforced Concrete Manhole Riser and Tops: ASTM C478-63T. C. Joint Material: RAM-NEK Plastic Gaskets. D. Epoxy Coating: One coat of VersaFlex PV 30 or approved equal, 100% solids epoxy primer and one coat of VersaFlex FE-100 or approved equal, 100% solids 2 component bisphenol A epoxy to total inside surface of manhole, except invert. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. Construct manholes on concrete foundations of shape and size indicated on PLANS. Make foundation minimum of 8 inches in thickness. Suspend or support first riser J3001A- 1/3 07/06/2010 section in such a manner to permit pouring foundation below and around the bottom 6- inch of riser. Methods used to suspend or support to remain in place until concrete foundation has cured sufficient to withstand imposed load. B. Where main sewer (lowest line) passes straight through manhole or degree of deflection of main sewer is less than 5 degrees, and no other line or stub-out is shown entering manhole below centerline of main sewer, lay pipe continuous through manhole. After manhole walls have been completed above top of sewer, break out and remove top half of barrel of sewer pipe that was previously laid through manhole. Use concrete with 1-inch mortar topping and construct invert as shown. C. Where main sewer (lowest line) alignment deflects greater than 5 degrees at manhole or where another sewer or stub-out enters at or below centerline of main sewer, terminate main sewer pipe lying is such manner than ends of pipe protrude inside of manhole. Construct invert with concrete and top with 1-inch of mortar. Shape invert for smooth flow across floor of manhole and slope side as shown to obtain proper contour. D. Install concentric access tops for manholes requiring line pipe openings in each 90- degree quadrant. E. Seal with mortar, or other approved material, annular space around line pipe where it passes through wall of manhole. F. Coat inside of manhole from invert to casting with 2-3 dry mils thickness of epoxy primer. Allow to cure then apply 40-60 dry mils thickness of 2 component bisphenol A epoxy. Coating, except joint patching, applied to riser and top before installations. G. Install stub-outs, where shown, to line and grade. Use one full joint of pipe, of size indicated, for stub-out. Seal stub-out with plug. Install plug in such manner as to prevent seepage or leakage through stub-outs. Installation of plug such that it may easily be removed in future without damaging bell or groove end of stub-out. H. Where lateral sewer pipe, stub-outs, and drop connections enter manholes, cut off ends of protruding pipe flush with inside of manhole wall. Point up any irregularities with mortar. I. After installation of riser and top has been completed to proper elevations, set cast iron manhole in full mortar bed and adjust to required elevation. When adjacent finished surface is at or above elevation 104.0, top of cast iron casting to be flush with surface. When adjacent finished surface is below elevation 104.0, top of cast iron casting to be at 104.0. If top of cast iron casting is constructed below the elevation of 104.0, manhole cover and frame to be bolted and gasketed at Contractor expense. J3001A- 2/3 07/06/2010 J. Where drop connections into manholes are required, construct drops of 6-inch pipe for 6-inch sewer lines, of 8-inch pipe for sewers 8 inches in diameter through 15 inches in diameter, and of 12-inch pipe for all larger sizes of sewer lines. Drop connections consist of tee in sewer line faced vertical down, riser stack, 90-degree cut elbow at base of stack and joint of pipe from elbow into manhole. Encase entire drop connection in Class "B" concrete extending at least 4 inches outside of bells on three sides away from manhole wall and extending to face or manhole wall on side adjacent to manhole. Join entire drop connection with wall of manhole in solid mass of concrete. Construct drop connection at time manhole is constructed. If lateral is not to be immediately connected into drop connections, plug outer end of tee in same manner as specified for plugging stub-outs. K. Backfill around manholes and drop connections immediately after mortar and concrete have set. Place backfill in accordance with applicable provisions of item covering construction of sewer line. All manholes located within 5 feet of curb line to be backfilled the same as manholes within existing or future pavements. 3.02 MEASUREMENT AND PAYMENT Measure "Standard Sanitary Sewer Manhole: per each being 0'-8' depth measured from flow line of manhole to top of manhole casting. Measure "Extra Depth of Standard Sanitary Sewer Manhole" per foot in excess of 8' depth. Pay for "Standard Sanitary Sewer Manhole" measured as stated above at Contract Unit Price indicated per each. Pay for "Extra Depth of Standard Sanitary Sewer Manhole: measured as stated above at Contract Unit Price bid per foot. J3001A- 3/3 Std. 08/03/2004 ITEM NO. J3001B- STORM SEWER MANHOLES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: This item governs for construction of reinforced concrete manholes for storm sewer lines. B. Work Specified Elsewhere: 1. Reinforcing Steel: Item No. B3001 - "Reinforcing Steel." 2. Concrete: Item No. B1001 - "Concrete." 3. Storm Sewer Pipe and Fittings: See applicable Item for type used, or as shown on PLANS. PART 2 -PRODUCTS 2.01 MATERIALS A. Cast Iron. ASTM A-48, Class No. 20 grey cast iron. Make cast iron manhole frames and covers to dimensions shown on detail drawings. Castings shall be free from sand, blow holes or other defects. Machine bearing surfaces of frames and covers to obtain even bearing. Cast wording "Storm Sewer" on cover. B. Mortar. ASTM C-270, Type M using Portland Cement. C. Aggregate for Mortar. ASTM C-144. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. Construct manholes on concrete foundations of shape and size indicated on PLANS. Construct to line and grade and at locations shown on PLANS or as directed by Engineer. Terminate storm sewer pipes and leads such that ends of pipe protrude inside of manhole. Cut pipe ends flush with inside of manhole and point up irregularities with mortar. B. Backfill all manhole excavations located within 5 feet of existing or future pavement with cement-stabilized sand to a point one (1) foot below top of pavement or natural ground, whichever is higher. For manholes located in other areas, backfill with trench excavated material. Compact layers in 12-inch lifts to a density equal to that J3001B - 1/2 Std. 08/03/2004 of the surrounding soil. 3.02 MEASUREMENT AND PAYMENT A. Measure "Standard Storm Sewer Manholes" per each being 0'-8' in depth. Measure "Extra Depth on Standard Storm Sewer Manhole per foot over 8 foot depth. B. Pay for "Standard Storm Sewer Manhole" at Contract unit price per each. When indicated in the PROPOSAL, pay for "Extra Depth on Standard Storm Sewer Manhole" at Contract unit price per foot. J3001 B - 2/2 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 ITEM NO. J3007—REMOVAL AND REPLACEMENT OF STREET BASE AND SURFACE PART 1 —GENERAL 1.01 DESCRIPTION Extent of Work: this Item governs for the removal and subsequent replacement of street base and surface required for installation of sewer, storm sewer, or waterlines. 1.02 WORK SPECIFIED ELSEWHERE Compaction requirements for trench backfill, to base or subgrade, to be in accordance with applicable Item. PART 2 —PRODUCTS 2.01 MATERIALS A. Flexible Base 1. Calcareous (Caliche): Obtained from approved source consisting of argillaceous limestone, calcareous, or calcareous clay particles, with or without stone, conglomerate, gravel, sand, or other granular materials. When properly slaked and tested, material to meet the following requirements: Passing 1-3/4 -inch sieve 100 percent Retained on 40 mesh sieve 50 to 85 percent Material passing 40 mesh sieve to have following properties: Liquid limit not exceeding 40 Plasticity Index not exceeding 12 2. Gravel: Obtained from approved source, consisting of durable particles of stone or gravel mixed with acceptable binder and free from thin or elongated pieces, lumps of clay, soil, loam, or other vegetable matter. When properly slaked and tested, material to meet following requirements: Retained on 1 - 3/4- inch sieve 0 to 5 percent Retained on No. 4 sieve 30 to 75 percent Retained o No. 40 sieve 60 to 85 percent J3007 - 1/7 Material passing 1/4 - inch screen known as binder; that portion of binder material passing 40 mesh sieve known as soil binder and conform to following requirements: Liquid limit not exceeding 35 Plasticity Index not exceeding 10 3. Cement - Stabilized Shell a. Aggregate: Use oyster shell with its natural binder or other approved fine aggregate. Gradation as follows: Retained on 3-inch sieve 0 percent Retained on 3/4-inch sieve 12 to 37 percent Retained on No. 4 sieve 95 to 100 percent Passing on No. 200 sieve 0 to 6 percent b. Cement: ASTM C 150-78, Type III. c. Water: As required by ASTM C94-78. d. Proportioning: Proportion material within following limit subject to change, if necessary, to obtain satisfactory mix. Cement by weight (based on dry weight of cement shell and sand mixture) 7- 1/2 percent Maintain moisture content between optimum moisture and 3 percentage points above optimum moisture. If necessary, use sand having Plasticity Index not greater than 7 as binder to obtain satisfactory proportioning. Fine aggregate not to exceed 20 percent of batch by weight. 4. Iron Ore: Obtained from approved source, consisting of hematite, or limonite ore, occurring with or without sand, as found at or near surface and containing not more than 10 percent gravel by weight. Excessive amounts of free clay prohibited. Remove grass, weeds, tree, stumps, roots, overburden, rubbish, and other objectionable materials. Use material meeting following requirements when tested by applicable procedures: Retained on 2-1/2-inch sieve 0 percent Retained on No. 40 sieve 50 to 85 percent Material passing 40 mesh sieve to conform to following: Liquid limit not exceeding 35 Plasticity Index not exceeding 12 J3007 - 2/7 5. Other Types Not Listed: In event other types of flexible base are encountered such as "shell with sand admixture," "crushed stone," etc., materials furnished for replacement of flexible base removed to be in accordance with applicable provisions of Department of Highways and Public Transportation Specifications for Construction of Highways, streets, and bridges, 2004 edition. B. SURFACING 1. Concrete a. Cement per ASTM C 150-78 also meeting the requirements for weight variations and length of storage. Use no caked cement. Deliver in bags for site-mixed concrete. b. Water per ASTM C94-78. c. Coarse Aggregate: Per ASTM C33-79. Not larger than one-fifth of narrowest dimensions between sides of forms, nor larger than three-fourths of minimum clear spacing between reinforcing bars, or between reinforcing bars and forms, nor more than 1-1/2-inch in size. d. Fine Aggregate: Per ASTM C33-79. e. Concrete Admixtures: Air-entraining agent or other approved admixture. Use between 3 and 5 percent as determined by ASTM C138-77 or C173-78. f. Proportioning (1) Minimum 28-day compressive strength - 3,000 lbs./sq.in. (2) Maximum water content per bag of cement - 6-1/4 gallons. (3) Minimum cement - 5 bags/cu.yd. (4) Consistency range in slump - 1 to 3 inches. (5) Minimum 7-day flexural strength - 600 lbs./sq.in. 2. Asphalts: Materials furnished, proportioning, and mixing to be in accordance with applicable provisions of Department of Highways, Streets, and Bridges, 2004 edition. Use of one of the following types and identical to existing adjacent undisturbed surface. a. One Course Surface Treatment b. Two Course Surface Treatment c. Three Course Surface d. Cold-Mix Limestone Rock Asphalt Pavement (Class A) e. Hot-Mix Asphaltic Concrete Pavement (Class A) f. Hot-Mix Cold-Laid Asphaltic Concrete Pavement(Class A) 3. Road Shell: Durable particles of oyster shell and approved binding material. When properly slaked and tested by laboratory methods, material to meet following requirements: J3007 - 3/7 Retained on 2-1/2-inch sieve 0 to 8 percent Retained on 1-inch sieve 12 to 40 percent Retained on 1/4-inch sieve 50 to 80 percent Material passing 40 mesh sieve to have following properties: Liquid limit not exceeding 45 Plasticity Index not exceeding 20 PART 3 - EXECUTION 3.01 CONSTRUCTION A. General: Where installation of pipe involves excavation of trench through any type of permanent surfacing, either asphalt or concrete or combination thereof, widen each side of trench 12 inches for depth shown. Where installation of pipe involves excavation through gravel, iron ore, or shell surfacing, widening of trench at top is prohibited. During time lapse between installation of pipe and replacement of surfacing, maintain all crossings, both public and private, by filling ruts, pot-holes, ect. with flexible base material. B. Removal of Existing Surfaces and Bases • 1. Concrete Surface or Base: Use power driven concrete saw to cut existing concrete in a neat straight lien on each side of widened section. Width of concrete to be removed between sawed lines, equal to normal trench width plus 12 inches on each side of trench. Depth of sawed cut to be minimum of 1-1/2 inches. Use appropriate wrecking ball,jackhammer, ect, to break concrete being removed into convenient sized pieces for handling. Protect all underground utilities. Remove and dispose of concrete removed. No concrete resulting from removal operations to be left on public right-of-way or on private property without consent of property owner. When shown on PLANS, concrete removed to be used for riprap. Cut existing longitudinal reinforcing steel on centerline of trench and bend bars back sufficiently to provide clearance for ditch excavation. 2. Asphalt surfacing on Flexible Base: Use power driven concrete saw to cut existing concrete in a neat straight line on each side of widened section. Width of asphalt surface to be removed between neatly cut lines, equal to normal trench width plus 12 inches on each side of trench. Contractor to remove and dispose of asphalt surfacing removed. No asphalt surfacing resulting from removal operation to be left on public rights-of-way or on private property without consent of property owner, 3. Flexible Base Surfaces: Flexible base other than cement stabilized shell may be removed ahead of trenching operation; stockpiled and subsequently reused. If J3007 - 4/7 Contractor elects to salvage existing flexible base for subsequent reuse, exercise care in removing flexible base so that base materials (weeds, sticks, dirt, ect.). Flexible base material which becomes mixed with foreign materials, prohibited from being reused. 4. Shell Iron Ore, Gravel, Etc. Surfaces: Surfaces constructed of shell, iron ore, gravel, etc. may be removed ahead of trenching operation; stockpiled and subsequently reused. Requirements as to removal, handling, stockpiling, and subsequent reuse are same as those specified for 3., Flexible Base. C. Replacement of Surfaces and Bases: Do not replace permanent surfacing until line has been tested. During time interval between laying of pipe and testing, maintain all crossings, either public or private, by filling pot-holes, ruts, etc. with flexible base material. Repair all surfaces damaged or removed. 1. Concrete Surface or Base: After completion of testing of line, remove temporary flexible base from area to be resurfaced; fine grade subgrade on which concrete slab section to be a minimum of 2 inches greater than adjacent existing concrete. Bend longitudinal bars back to original position and splice each cut bar with bar of same diameter. Replace transverse bars in accordance with table shown on attached detail drawing. After reinforcement mat is complete, place concrete proportioned as set forth above and shape to conform to adjacent pavement section. Mix, place, and cure in accordance with acceptable practices. Replace one-half of cut pavement section, cure, and open to traffic before replacing other half When pavement to traffic before replacing other half When pavement consists of concrete base with asphaltic surfacing, surface new concrete base with asphalt pavement equal in every respect to existing adjacent undisturbed asphalt surfacing. Place asphalt surfacing in accordance with applicable provisions of Department of Highways, Streets, and Bridges, 2004 edition. 2. Asphalt Surfacing on Flexible Base: Place base material, maximum of 4-inch lifts, to depth indicated. Thoroughly compact each layer to optimum moisture content of 95 percent ASTM D698-70, by rolling or mechanically tamping. Sprinkle and shape to conform to adjacent road section. If existing base material was salvaged and reused, provide such additional quantity of new base material, similar in quantity to reused material, as need to construct proper shaped section. If base material is cement-stabilized shell or new flexible base is to be used, material to conform to applicable parts of this Item and be of similar to existing 3. Shell, Iron Ore, Gravel, and Other Types of Surfaces: Terminate compacted backfill at a point 8 inches below surface, and backfill final 8 inches with material of same type as existing adjacent undisturbed material. J3007 - 5/7 3.02 MEASUREMENT AND PAYMENT 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. • J3007 - 6/7 CONCRETE SECTION ASPHALT SECTION E______,► SYMMETRICAL ABOUT OF TRENCH WHERE REINFORCEMENT EXISTS R WILL BE BENT BACK AS SHOWN CUT BASE BACK 12" -0112", 12 FROM EDGE OF TRENCH 2 COURSE aMeriNn FLEXIBLE BASE 'z'rrr'r '4,-*", EXIS11NG SUBGRADE TABLE OF SLAB DEPTHS & REINF. EDGE OF TRENCH Q 0i O z �� WIDTH VARIABLE o� o N� a ?� VARIABLE PIPE DIAMETER •MO ~ cn N �O �� 8" 18" 4 9" 40" 8" 24" 4 8" 46" 8" 30" 4 7" 52" 8" 36" 4 6" 58" 10" 42" 4 8 %" 64" SECTION SHOWING METHOD OF CUTTING 10" 48" 4 7 ." 70" 10" 54" 4 7" 76" 10" 60" 4 6 W 82" 10" 66" 5 9' 88" 10" 72" 6 8 1A" 94" 10" 78" 6 8" 100" REPLACE CONCRETE OR BITUMINOUS WEARING SURFACE 10" 84" 6 7 4"106" AFTER BASE HAS BEEN THOROUGHLY BEND STEEL BACK TO ORIGINAL COMPACTED. ASPHALT MAY BE APPLIED POSITION AND SPLICE 'warm rr FOR SIZE AND SPACING OF BASE REPAIR SHALL BE MADE WITH FLEXIBLE TRANSVERSE REINFORCING SEE BASE MATERIAL AS PER THIS SPEC. ITEM. "TABLE OF SLAB DEPTHS ETC." 2" BELOW ORIGINAL SUBGRADE VARIABLE PIPE DIAMETER BACKFILL ABOVE PIPE ZONE .. BACKFILL IN PIPE ZONE IN ACCORDANCE WITH PAR. 2.O6C IN ACCORDANCE WITH PAR. OF ITEM "CONSTRUCTION OF UNDERGROUND LINES." 2.06D OF ITEM "CONSTRUCTION UNDERGROUND LINES." SECTION SHOWING METHOD OF CUTTING CONCRETE & ASPHALT PAVEMENT CUTTING AND REPAIRING DETAILS N T.S END OF ITEM J3007 — 7/7 J3007 - 8/7 03/04/2009 ITEM NO. J3010- SEWER LINE SPECIALS PART 1 -GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnishing all plant, labor, material, equipment, supplies, supervision, and tools, and performing all operations in connection with the furnishing and installation of sewer line specials. PART 2-PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Materials 1. Pipe "Wye" and "Tee" Fittings. As specified under applicable Item of TECHNICAL SPECIFICATIONS. 2. Pipe "Saddle" to be epoxy coated bronze with double stainless steel straps; "Certainteed" Tee Saddle (Rubber gasket or equal) Catalog No. 58254- 58260 Series or Equal. 3. Cast Iron for Castings. Conform to ASTM A48,Class No. 20 gray cast iron. 4. Concrete for Blocking and Encasing. "Class C," as specified in applicable Item of TECHNICAL SPECIFICATIONS. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. General. Unless otherwise directed, install four or six-inch branches terminating in hub. The run of pipe to be the same type as used in sewer construction. Correct omission required special during construction of sewer at no extra cost to Owner. Leave specials uncovered until their locations have been recorded by the Engineer. Permanent plugs not to be installed in the ends of the branch openings until satisfactory exfiltration test or air test is performed as described under appropriate Items. B. Installation of"Wyes." Where ordered, place "Wyes" in pipe sewer at time pipe is laid. Plug branch openings of"Wyes" with standard pipe plug. Install plug in such manner that will facilitate its future removal without damage to bell. C. Service Line Assemblies. Install service line assemblies at locations indicated in J3010 - 1/2 03/04/2009 conformity with details shown. Top of pipe shall be plugged level with the finished grade elevation. End of pipe shall be marked by a 2" x 4" stake, 4 feet long, painted "red", and driven to a depth to allow 30 inches of exposure. Do not cover installations until their locations have been recorded by the Engineer. D. Cleanout. Install cleanouts at locations indicated and in conformity with details shown 3.02 MEASUREMENT AND PAYMENT A. Measurement 1. Pay for "Service Line Assemblies" at Contract unit price indicated for each "Service Line Connection"of size and type measured. 2. No separate payment for concrete blocking or encasement. Include cost of same in item of which it is a component. J3010 - 2/2 Std. 02/01/2005 ITEM NO. J3011 -REINFORCED CONCRETE PIPE 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. J3011 - 1/3 Std. 02/01/2005 3. Preformed Plastic Gasket: Use for storm sewers only. Use RAM-NEK 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 Std. 10/13/2005 ITEM NO. J3019 - FIBERGLASS MANHOLE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish and install fiberglass manholes on sanitary sewer lines when approved by Owner. B. Related Work Specified Elsewhere 1. Concrete and reinforcing steel per Item No. B3005 "Concrete Construction". 2. Sewer pipe and fittings per applicable Item No. J1002 "Polyvinyl Chloride (PVC) Sewer Pipe and Fittings" or Item No. H1001 "Ductile Iron Pipe and Cast Iron and Ductile Iron Fittings". 3. B3001 "Concrete, B2001"Concrete Structures" and B3001 "Reinforcing Steel". 1.02 QUALITY ASSURANCE Fiberglass manholes to be "Fiberglass Flowtite Manholes" by Owens/Corning Fiberglass Corporation or "Fiberglass Reinforced Plastic Manhole" by Armco, or approved equal. 1.03 STORAGE AND HANDLING Do not drop or impact manhole. Manhole to be chocked until installed. If manhole is rolled, insure that ground is smooth and free of rocks, debris, etc. Lift manhole with two slings on spreader bar in horizontal position or by use of 4-inch x 4-inch timber - 33 inches long inserted through top access hole for vertical positioning. PART 2 - PRODUCTS 2.01 MATERIALS Fiberglass manholes to meet, as a minimum, materials requirements as specified by ASTM D3753-79. PART 3 - EXECUTION 3.01 SITE PREPARATION Excavation at manhole location to be wide enough to accommodate slab specified on PLANS and provide working room around manhole. J3019 - 1/3 Std. 10/13/2005 3.02 MANHOLE PREPARATION A. Pipe cutouts to be made in manhole skirt prior to setting manhole in place over pipe in trench. Cutouts to be made using a saber saw or thin blade type saw. Fasten pipe connectors to manhole as shown on detail. Size of cutout is determined as follows: 1. Width to be equal to pipe outside diameter plus 1/2 inch. 2. Height of cutout to be deep enough to ensure that 4 inches of base of manhole will penetrate concrete slab. 3. Height of manhole to be sufficient to insure that manhole, when set in place over pipe, will be below finished grade to allow for final adjustment of chimney and ring and cover. 3.03 MANHOLE INSTALLATION A. With cutouts made, position manhole so that it may be set in place with backhoe or other lifting device. B. Lower manhole in place until top of cutout rests gently upon pipe. C. Connect pipe to manhole by means of molded connectors bonded to the manhole. D. Pour ready-mix concrete to spring line of pipe. E. Plumb manhole and work concrete around manhole and over pipe, forming a tight seal at least 6 inches high. 3.04 BACKFILLING A. Backfill after concrete base has hardened sufficiently to provide rigid support for both manhole and backfill. B. Backfill a minimum of one (1) foot out from fiberglass manhole with cement stabilized sand to a point of 18 inches below finished grade. Cement stabilized sand to be placed in 12-inch layers and thoroughly rodded. The remainder of the fill shall be select backfill from trenching or excavation operation. Foreign objects such as large stones, concrete, clay lumps, etc. over 5 inches in size are not allowed. C. Compact select backfill to a condition equal to or greater that the undisturbed surrounding material. D. Prevent backfill from sliding down bank and do not allow backfill material or equipment to impact manhole during filling. E. Invert Forming and Service Connection: Invert to be formed in accordance with standard procedures. Service connections to be accomplished as specified under Paragraph 3.03 C. J3019 - 2/3 Std. 10/13/2005 3.05 LATERALS In the event that one or more laterals are to be tied into manhole, standard drops are to be used. Cutout and pipe connections are to be the same as specified under Paragraph 3.02 Cutouts to be just large enough to fit pipe through. Same procedure for drop line cutout to be followed. 3.06 FINISHING MANHOLE TO GRADE A. Flat base for chimney to be one foot below finished grade. Construct chimney with precast concrete rings and mortar to bring manhole to finished grade. (Use chimney for ring support.) Bricks are not acceptable. Do not in any case place manhole cover ring directly on fiberglass manhole. Do not load manhole except on flat part of cone. B. When located in easements, finished rim elevation to be set 3 inches above natural ground or finish grade (where indicated) or as shown on Plans. C. For construction of manholes located in street right-of-way, refer to Sanitary Sewer Construction Notes. 3.07 TESTING A. After backfilling procedure is completed, manhole to be tested for leakage as follows: 1. Provide watertight plug on all manhole outlets. 2. Fill manhole with water up to base of chimney. 3. Allow water to stand in manhole for 24 hours. If leakage is detected, Contractor to drain manhole and make repairs as required to maintain the same water level at the base of the chimney for a 24-hour period. 4. Include cost of any repairs in unit price bid for manhole. 3.08 MEASUREMENT AND PAYMENT A. Measurement: Measure "Fiberglass Manhole" per each, being 0'-8' in depth, measured from flow line of manhole to top of manhole casting. Measure "Extra Depth on Fiberglass Manhole" per vertical foot or fraction thereof in excess of 8 foot depth. B. Payment: Pay for "Fiberglass Manhole" measured as stated above shall be at Contract Unit Price indicated per each. Pay for "Extra Depth on Fiberglass Manhole" measured as stated above shall be at Contract Unit Price indicated per foot. J3019 - 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 10/13/2005 ITEM NO. J3045 - TRENCH EXCAVATION AND SHORING SAFETY PLAN PART 1 -GENERAL 1.01 DESCRIPTIONS A. Scope of Work: Furnishing a Trench Excavation and Shoring Safety Plan, including detailed plans and specifications for a trench safety system and requirements for a safety program for the trench system, to be incorporated into the bid documents and the Construction Contract, and all labor and materials for installation, inspection, and maintenance of trench safety system. B. Application: For any trench excavation at a depth of five (5) feet or greater or where shown on PLANS provide trench safety system. Trench safety system is not required when (a) Contractor's geotechnical engineer determines that the trench excavation is to be made in stable rock; or (b) excavations are less than five (5) feet in depth and examination of the ground by a competent person on behalf of the Contractor provides no indication that a cave-in should be expected. Trench safety system shall be in accordance with details shown on Contractor's Trench Excavation and Shoring Safety Plan. 1.02 QUALITY ASSURANCE Trench safety system to meet appropriate requirements established in Occupational Safety and Health Administration (OSHA) Safety & Health Regulations, 29 CFR 1926-621, Subpart P - Excavations, Trenching and Shoring, and OSHA's proposed standards on trenching excavation published in Volume 54, No. 209 of the Federal Register, October 31, 1989. Those standards are incorporated into these specifications by reference. Should the applicable OSHA standards be modified or amended, the more stringent standards shall apply. Contractors working for political subdivisions of the State shall also be governed by Section 2, Chapter 722, Act of the 70th Legislature, Regular Session, 1987 (Article 2378a.6, Vernon's Texas Civil Statutes). 1.03 SUBMITTALS The successful bidder shall provide the Owner with its Trench Excavation and Shoring Safety Plan for Project prior to Award of the Contract. The plan shall incorporate detailed plans and specifications for trench safety system conforming to OSHA standards that accounts for project site conditions, Contractor's trench construction means, methods, techniques or procedures, the relationship of spoil to edge of trench, and Contractor's equipment to be used in construction of project facilities requiring trench system(s). Contractor shall provide a statement signed and sealed by a Registered Professional Engineer licensed in the State of J3045 - 1/5 10/13/2005 Texas stating that the Trench Excavation and Shoring Safety Plan and the detailed plans and specifications for the trench safety system are designed in a good and workmanlike manner and is in conformance with appropriate OSHA standards. Contractor's plan and the detailed plans and specifications for the trench safety system shall be incorporated into the bid documents and the Construction Contract. In determining who is a responsible bidder, the Owner may take into account the safety record of the bidder, or the firm, corporation, partnership of institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution. A political subdivision may require the bidders to attend a pre-bid conference for the purpose of coordinating a geotechnical investigation of the project site by the bidders. In awarding a contract, a political subdivision shall not consider a bid from a bidder who failed to attend a pre-bid conference required by the political subdivision under this section. PART 2 - PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENT A. Materials 1. Timber: Trench sheeting materials to be full dimension mixed oak, a minimum of two inches in thickness, solid and sound, free from weakening defects such as loose knots and splits. 2. Steel Sheet Piling: Steel sheet piling shall conform to one of the following specifications: a. ASTM A328. b. ASTM A572, Grade 50. c. ASTM A690. Steel for stringers (wales) and cross braces shall conform to ASTM A588. 3. Steel Trench Boxes: Portable steel trench box shall be constructed of steel conforming to ASTM Specification A-36. Connecting bolts used shall conform to Specification ASTM A-307. Welds to conform to requirements of AWS Specification D 1.1. 4. Other Materials: Other materials to be utilized shall conform to applicable ASTM standards. PART 3 - EXECUTION 3.01 GENERAL Trench safety system shall be constructed, installed, and maintained in accordance with the Trench Excavation and Shoring Safety Plan prepared by the Contractor's Registered Professional Engineer. Contractor's negligence in performance of J3045 - 2/5 10/13/2005 contract work resulting in any property damage or bodily injury including death or the failure to note exceptions to the trench safety plan by the owner and/or his representatives shall remain the sole responsibility and liability of the contractor. 3.02 INSTALLATION A. Timber Sheeting: Timber sheeting and size of uprights, stringers (wales), and cross bracing to be installed in accordance with Contractor's plan. Place cross braces in true horizontal position, spaced vertically, and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. Cross braces and stringers (wales) to be placed at splices of uprights, in addition to other locations required. B. Steel Sheet Piling: Steel sheet piling of equal or greater strength may be used in lieu of timber trench shoring shown in the OSHA tables (proposed standards). Drive steel sheet piling to a least minimum depth below trench bottom as recommended by Contractor's Registered Professional Engineer providing design. Place cross braces in true horizontal position, spaced vertically and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. C. Trench Boxes: Portable trench box may be used in lieu of timber trench shoring shown in the OSHA tables (proposed standards) and shall be designed to provide equal or greater protection than timber trench shoring shown in the OSHA tables. In cases where top of portable trench box will be below top of trench, the trench must be sloped to the maximum allowable slope for the soil conditions existing on the Project. In areas where a sloped trench will affect the integrity of existing structures, Contractor to protect structures prior to sloping trench. D. Trench Jacks: When trench jacks are used for cross bracing and/or stringers (wales), the trench jacks shall provide protection greater than or equal to the timber cross bracing shown in the OSHA tables (proposed standards). Trench jacks to be placed at each end of stringers (wales) in addition to other locations required. 3.03 SUPERVISION Provide competent supervisory personnel at each trench while work is in progress to ensure Contractor's methods, procedures, equipment, and materials pertaining to the safety systems in this Item are sufficient to meet requirements of OSHA Standards. J3045 - 3/5 10/13/2005 3.04 MAINTENANCE OF SAFETY SYSTEM The safety system shall be maintained in the condition as shown on the Trench Excavation and Shoring Safety Plan as designed by the Contractor's Registered Professional Engineer. The contractor shall take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel shall be immediately removed from the trench excavation area and the safety system repaired. The Contractor shall take all-necessary precautions to ensure no lads, except those provided for in the plan, are imposed upon the trench safety system. 3.05 INSPECTION Contractor shall make daily inspection of trench safety system to ensure that the system meets OSHA requirements. Daily inspection to be made by competent personnel. If evidence of possible cave-ins or slides is apparent, all work in the trench shall cease until necessary precautions have been taken to safeguard personnel entering trench. Contractor to maintain permanent record of daily inspections. 3.06 REMOVAL Bed and backfill pipe to a point at least one (1) foot above top of pipe or other embedded items prior to removal of any portion of trench safety system. Bedding and backfill to be in accordance to other applicable specification items. Backfilling and removal of trench supports shall be in accordance with Contractor's Trench Excavation and Shoring Safety Plan. Removal of trench safety system to be accomplished in such a manner to cause no damage to pipe or other embedded items. Remove no braces or trench supports until all personnel have evacuated the trench. Backfill trench to within five (5) feet of natural ground prior to removal of entire trench safety system. 3.07 FURTHER AMENDMENT TO CONTRACT All modifications to the Contractor's Trench Excavation and Shoring Safety Plan or the detailed plans and specifications necessitated by the site conditions, Contractor's trench construction means, methods, techniques or procedures and Contractor's equipment to be used in construction of project facilities shall be communicated to Owner in writing. All such modifications shall be communicated to Owner in writing. All such modifications shall be signed and sealed by a Registered Professional Engineer licensed in the State of Texas and a statement provided stating that the modified plan and/or the modified detailed plans and specifications for the trench safety system are designed in good and workmanlike manner and is in conformance with appropriate OSHA Standards. Such modifications to Contractor's plans and/or the Contractor's detailed plans J3045 -4/5 10/13/2005 and specifications for the trench safety system shall thereafter be incorporated into the Construction Contract. 3.08 MEASUREMENT AND PAYMENT A. Measurement: Measure "Trench Safety System" by linear foot of trench protected. Shoring of trench at manholes and other line structures to be included in the lineal foot cost. B. Payment: Pay for "Trench Safety System" measured as stated and by depth of trench protected as shown on PROPOSAL. Payment shall be full compensation for all work described herein. There shall be no increase in the Contract price because of the incorporation of Contractor's Trench Excavation and Shoring Safety Plan or Contractor's detailed plans and specifications for the trench safety system into the bid documents and the construction Contract. There shall be no increase in the Contract price because of modifications to Contractor's plan and/or the Contractor's detail plans and specifications for the trench safety system, whether or not the result of unforeseen of differing site or soil conditions. C. Pay for "Design of Trench Excavation and Shoring Safety Plan" by lump sum as shown on PROPOSAL. Payment shall be full compensation for all professional services relating to the Contractor's Trench Safety System. J3045 - 5/5 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 I 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 7/8" 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 GRADE5 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: I. 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 C 150, 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°AI 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 T 180 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 NO. 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 Department 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 08/03/2004 ITEM NO. K3007 - REMOVAL OF EXISTING PAVEMENTS AND CURBS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Remove existing concrete and/or asphalt pavement and concrete curbs as indicated on PLANS. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 —PRODUCTS Not applicable to this Item. PART 3 —EXECUTION 3.01 METHOD OF REMOVAL A. Remove pavements and curbs by methods that will not damage existing underground utilities or existing surface facilities that will remain in service adjacent to work area. In areas where only a portion of existing concrete is to be removed, special care is to be exercised to avoid damage to portions of concrete remaining in place. B. Existing concrete to be cut to the neat lines as shown on PLANS. Existing concrete beyond the established neat lines, which is damaged or destroyed by these removal operations to be replaced at Contractor's expense. C. Provide clean break from existing pavement that will remain in place with a sawed joint. Saw joint along break line with a power driven concrete pavement saw. Cut groove to a minimum depth of 2 inches on concrete surface or % inch on asphalt surfaces. Break and remove all unwanted pavement and curb. Cut exposed pavement reinforcement to remain in place, as necessary, to provide sufficient length as dowel bars. D. Unless shown on PLANS, excavations for the removal of pavement or curbs to be backfilled to grade with excavated material compacted to a density equal to density of material inside of trench. K3007 - 1/2 08/03/2004 E. Unless shown on PLANS, all materials removed except inlet frames and grates, manhole frames and covers, and salvageable utility pipe and fittings to become property of Contractor. Remove and dispose material at locations off jobsite in such a manner so as not to cause damage to Owner or any individual. 3.02 MEASUREMENT AND PAYMENT A. Unless otherwise indicated, no separate payment for work performed under this Item if noted as such in PLANS. Include cost of same in Contract price for work of which this is a component part. B. When indicated in the PROPOSAL, measure removal of existing pavement and/ or curbs or curbs and gutters as indicated below. Pavement to be made at Contract price bid for the following items as applicable. Such payment to be full compensation for all work described herein, including removal of curbs and/or gutters. 1. Pay for"Removal of Existing Concrete Pavement" at contract price bid per square yard. 2. Pay for "Removal of "Existing Asphalt Pavement" at contract price bid per square yard. 3. Pay for "Removal of Existing Concrete Pavement with Asphalt Overlay" at contract price bid per square yard. 4. Pay for"Removal of Existing Concrete Curb" at contract price bid per linear foot. K3007 - 2/2 Std. 10/08/2008 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 and per the TEXAS DEPARTMENT OF TRANSPORTATION 2004 STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS AND BRIDGES. 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: TABLE 1 MATERIAL REQUIREMENTS Property Test Method Grade 1 Grade 2 Grade 3 Grade 4 Master gradation sieve size(%retained) 2-1/2 in. — 0 0 1-3/4 in. 0 0-10 0-10 As shown 7/8 in. Tex-110-E 10-35 — — on the plans 3/8 in. 30-50 — — No.4 45-65 45-75 45-75 No.40 70-85 60-85 50-85 Liquid limit,%max.' Tex-104-E 35 40 40 As shown on the plans Plasticity index,max.' 10 12 12 As shown Tex-106-E on the plans Plasticity index,min.' As shown on the plans Wet ball mill,%max.2 40 45 — Wet ball mill,%max. Tex-1 1 6-E As shown increase passing the 20 20 — on the plans No.40 sieve Classification3 1.0 1.1-2.3 — As shown on the plans Min.compressive strength3,psi Tex-117-E As shown lateral pressure 0 psi 45 35 — on the plans lateral pressure 15 psi 175 175 — 1.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the plans,test material in accordance with Tex-411-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the plans. K3015 - 1/3 Std. 10/08/2008 MATERIAL TYPES. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following. TYPE A Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. TYPE B Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. TYPE C Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex-460-A, Part I. Blending of 2 or more sources is allowed. TYPE D Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.A.3.b, "Recycled Material (Including Crushed Concrete) Requirements,"and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. TYPE E As shown on the plans. PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS 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 K3015 - 2/3 Std. 10/08/2008 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. 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 'Er 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. B1001 "Concrete." B. Standard Beam Test: See Item No. B1001 "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. B1001 "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 K3101 - 2/10 10/13/2005 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 Y2-inch 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 K3101 - 3/10 10/13/2005 grouting block outs for embedded pipes and similar items, use grout 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. K3101 - 5/10 10/13/2005 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 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 K3101 - 8/10 10/13/2005 checking while setting. After each day's run, barricade street. No wheeling will be 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 K3101 - 9/10 10/13/2005 direction until cores are obtained which have designated thickness less 'A-inch. Width of such area to be entire width of pavement within length of such area to be 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. K3109 - TRAFFIC AND ZONE MARKING PAINT PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: This Item governs for pavement marking for roadways, crosswalks, parking lots, and other locations shown on PLANS. B. Work Specified Elsewhere: Striping location, color of paint, and length and width of stripe to be as shown on PLANS. PART 2 - PRODUCTS 2.01 MARKING PAINT Manufacturer: Mobil 18-W-7 white, 18-Y-7 yellow; Pittsburgh 11-3 white, 11-4 yellow. PART 3 -EXECUTION 3.01 MARKING APPLICATION A. Surface Preparation: Surfaces to be thoroughly dry and free from dirt, loose paint, oil, grease, or other contaminants. Remove dust or dirt by scrubbing brush or hosing. Paint only in dry weather. B. Application: Use brush, marking machine, roller, conventional or airless spray equipment. Spray equipment to be clean and free of all other previous paint and solvent to ensure proper application. Paint to be applied per paint manufacturer's recommendations with a minimum of 2.0 dry mil thickness. Traffic to not be allowed on striping until paint is completely dry. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices for items of which this work is a component part. K3109 - 1/1 Std. 08/03/2004 ITEM NO. K3203 - ROADWAY EXCAVATION AND/OR EMBANKMENT (STATION GRADING) PART 1 - GENERAL 1.01 DESCRIPTION This Item governs for required excavation of material and/or embankment construction within limits of road right-of-ways, except for excavation or embankment otherwise classified. Includes excavation, stripping, handling, filling, compaction, disposal, and satisfactory manipulation of excavated materials to required lines, grades, and cross sections. PART 2 —PRODUCTS No products required. PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS A. Excavation 1. Excavate and grade project within required limits. 2. Utilize suitable excavated materials in constructing required roadway sections. 3. Remove unsuitable soil and replace with satisfactory select material. Dispose of unsuitable or excess material as indicated on PLANS or in Special Provision. 4. Use care in excavating to finished grade. 5. Fill areas cut below designated grade with select material and compact at Contractor's expense. 6. Salvage and stockpile select topsoil where required by PLANS. 7. Shape and compact subgrade to at least 95 percent AASHTO T-99 density before placing base or pavement thereon. Unless otherwise specified, make one density thereon. Unless otherwise specified, make one density test per 300 linear feet of compacted subgrade. 8. Keep areas within limits of project properly drained. B. Embankment 1. Place embankment on properly cleared and prepared areas. 2. Use suitable materials from excavation, borrow, or other designated or approved sources. 3. Use materials free from vegetation, roots, and debris. 4. Scarify or roughen existing sloped areas receiving new embankment. K3203 - 1/3 Std. 08/03/2004 5. Construct embankments across entire fill area. Layers not to exceed 8 inches in thickness prior to compaction. Each layer of fill to be uniform as to material, moisture, and density before compaction, 6. Compact to required density by blading, rolling, and sprinkling. Use mechanical tamps to obtain required density in inaccessible areas. 7. Place embankment at or near optimum moisture and compact to at least 95 percent AASHTO Standard Method T-99-74 density. 8. Unless specified otherwise, make at least one density test per 300 linear feet of embankment. 3.02 MEASUREMENT AND PAYMENT A. Measurement 1. Roadway Excavations and/or Embankment (Station Grading) a. Measure by the station (100 linear feet) along centerline of pavement. b. Where streets intersect, measurement to be from point of intersection of centerlines. c. Measure divided street sections along centerline of each pavement section. No separate measurement for crossovers or left-turn lanes. d. Measure streets ending with cul-de-sacs along centerline of pavement, from centerline of intersecting street to center point of cul-de-sac. 2. Extra Roadway Excavation a. When necessitated by approved field grade change, measure by cubic yard of material measured in its original position, excavated, and disposed of. b. Where approved field grade change lowers or raises proposal PLAN grades, "Extra Roadway Excavation" will be measured from top of original subgrade as per PLAN grades to top of finished new subgrade. c. Width of subgrade to conform to typical sections in PLANS. 3. Extra Roadway Embankment a. When necessitated by approved field grade change, measure by cubic yard of compacted, in-place material. b. Where approved field grade change lowers or raised proposed PLAN grades in fill section, "Extra Roadway Embankment" will be measured from top of original embankment per PLAN grades to top finished new embankment. c. Top width of embankment to conform to typical sections in PLANS. 4. Compacted Subgrade (Including Stripping): Measure by square yard of approved surface area compacted to required depth. B. Payment 1. Pay for "Roadway Excavation and/or Embankment (Station Grading)," "Extra Roadway Excavation," "Extra Roadway Embankment," and "Compacted Subgrade," measured as provided above, at Contract unit price, which price to be full compensation for furnishing all materials, equipment, labor, tools, and K3203 - 2/3 Std. 08/03/2004 incidentals necessary to excavate, fill, and dispose of excess material. All required tests to be paid for by Owner; any retests to be paid for by Contractor. 2. Where approved field grade change reduces or increases amount of cut or fill, a deduction from or addition to the amount paid for "Roadway Excavation and/or Embankment (Station Grading)" will be made. Deduction or addition will be based on unit price bid for "Extra Roadway Embankment" as applicable. Unsuitable subgrade material ordered removed by Engineer to be paid for at the Contract unit price bid per cubic yard for "Extra Roadway Excavation"; replacement with approved, select material to be paid for at the Contract unit price bid for"Extra Roadway Embankment." K3203 - 3/3 Std. 10/13/2005 ITEM NO. K3303 - HOT-MIX ASPHALTIC CONCRETE SURFACING PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work: This Item governs for hot-mix asphaltic concrete surfacing consisting of a base course, a level-up course, a surface course, or any combination of these courses; each course composed of a compacted mixture of aggregate and asphalt cement and constructed on an approved subgrade, a sub-base course, a base course, or in case of a bridge, on prepared floor slab. Construct in accordance with these specifications and in conformity with lines, grades, compacted thickness, and typical cross-sections shown on PLANS or described in preceding Special Provision. 1.02 QUALITY ASSURANCE A. Laboratory density and stability of mixture, when designed and tested in accordance with these specifications and the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition, to be as follows: Density, Percent Stability, Value Min. Max. Optimum At least 35 94.5 97.5 96 B. Provide, at Contractor's expense, laboratory facilities equal to those used at stationary commercial asphalt concrete plants approved by the Engineer. Furnish, operate, and maintain templates, straight edges, scales, and other weighing and measuring devices necessary for proper construction and checking of work. C. Place set of standard platform truck scales at plant and provide with a suitable weight office adjacent to scales for use of truck weigher. Scales must be accurate to within 4 pounds per 1,000 pounds total load. PART 2 - PRODUCTS 2.01 MATERIALS A. Mineral Aggregate: Composed of a coarse aggregate, a fine aggregate, and a mineral filler, and if approved by Engineer, a suitable mineral admixture which may include reclaimed asphalt pavement (RAP). Exact proportion of admixture, if approved, to be determined by Engineer. Submit samples of coarse aggregate, fine aggregate, and mineral filler and test in accordance with prescribed methods. Approval of both materials and source of supply must be obtained prior to delivery of any material. K3303 - 1/7 Std. 10/13/2005 B. Coarse Aggregate: Consists of slag, limestone, or a mixture thereof as hereinafter specified, of uniform quality throughout and free from dirt, organic, or other injurious matter occurring either freely in material or as a coating on aggregate. Abrasion of slag or limestone from which coarse aggregate is made of not more than 35 when subjected to Los Angeles Abrasion Test. C. Fine Aggregate: Consists of sand or a combination of sand and stone, or slag screenings. Sand composed of sound, durable stone particles, free from loam or other injurious foreign matter. Screenings of same or similar materials as specified for coarse aggregate. Sand or combination of sand and screenings to meet the following requirements when tested by standard laboratory methods: Percent by Weight Passing a No. 3/8 Sieve 100% Passing a No. 10 Sieve 70-100% Passing a No. 200 Sieve 0-15% The plasticity index of that part of the fine aggregate passing the No. 40 sieve to be not more than 6. D. Mineral Filler: Consists of thoroughly dry stone dust, Portland cement, lime, flyash or other mineral dust approved by the Engineer. The material shall be free from foreign matter. Meet the following grading requirements when tested by standard laboratory methods: Percent by Weight or Volume Passing a No. 30 Sieve 95-100% Passing a No. 80 Sieve- not less than 75% Passing a No. 200 Sieve -not less than 55% E. Asphalt: Grade of asphalt as designated by Engineer. If more than one type of asphaltic concrete mixture is specified for project, only one grade of asphalt will be required for all types of mixtures. 1. Asphaltic materials, including tack coat, to meet requirements of the Item, "Asphalt, Oils and Emulsions", of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. F. Paving Mixture: To consist of a uniform mixture of coarse aggregate, fine aggregate, asphaltic material, and mineral filler, if required. 1. Grading of each constituent such as to produce, when properly proportioned, a mixture conforming to limitations for grading for type specified. Exact proportions of each constituent producing total aggregate within these limits to be as directed, and to conform to the requirements of Article 340.3, "Paving Mixtures", of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. K3303 - 2/7 Std. 10/13/2005 2.02 PROPORTIONING AND MIXING A. Proportions of various materials entering into asphaltic mixture as directed and in accordance with these specifications. Engineer, or his authorized representative, to have access at any time to all parts of paving plant. Use satisfactory equipment and construction methods as hereinafter specified. B. Store or stockpile separately various sizes of mineral aggregate as received. Feed various sizes of mineral aggregate to dryer by means of mechanical device that will give a uniform and constant feed of each size incorporated to control temperature and grading of mineral aggregate. C. Dry mineral aggregate in such manner that finer particles will not escape with furnace gases. Heat aggregate in a suitable apparatus which provides continuous agitation during heating. Provide efficient and positive control of temperature so that aggregate is not damaged and mixture produced has a temperature between 250° F and 375° F. Provide recording thermometer which will record temperature of aggregate as it leaves dryer. Equip recording thermometer with a double-pen in order to record both temperature of rock and temperature of asphalt incorporated in batch. Record temperatures on 24-hour charts. Furnish dryer or dryers of sufficient size to dry and heat amount of aggregate required to keep plant in continuous operation. D. Bin sizes and screening capacity sufficient to screen and store amount of aggregate required to properly operate plant and keep plant in continuous operation at full capacity. Bins to contain sizes of aggregate as specified in Article 340.4, "Equipment", Subarticle, "Screening and Proportioning", of the Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 Edition. 1. Provide bins with tight cut-off gates so that there is no leakage of mineral aggregate or mineral filler into weigh box. 2. Weigh box for mineral aggregate of sufficient capacity to hold a complete batch of aggregate and mineral filler without wasting or leveling by hand, and so designed with opening in top that, if in charging, an excess of one size of mineral aggregate is introduced into box, it may be removed by operator. 3. Provide weigh box with a close fitting and quick operating cut-off gate so that there is no leakage of mineral aggregate into mixer. E. Scales: Scales for weighing mineral aggregate and asphaltic material shall equal the weighing equipment used at stationary commercial asphaltic concrete plants as approved by the Engineer. 1. Scales of multi-beam type to have sufficient weighing beams to weight each grade of aggregate separately and also filter dust separately. 2. Furnish scales with tare beam for balancing. K3303 - 3/7 Std. 10/13/2005 3. Equip beam scales with a tell-tale dial indicator of springless dial type indicating over and under load of at least 50 pounds. Scales that are not accurate within 4 pounds per 1,000 pounds net load will be considered unsatisfactory. 4. In case vibration of plant interferes with accurate weighing, insulate scales satisfactorily against shock or vibration. F. Provide ample asphalt cement storage to meet requirements of Plans. Heat asphalt cement in storage by steam coils, absolutely tight to prevent leakage of moisture into asphalt. Temperature of steam for heating not in excess of 400° F. No direct fire heating of asphalt permitted. Agitation of asphalt with steam or air not permitted. 1. Provide steam heating system of type and capacity as to insure maintaining asphalt cement at a uniform draw-off temperature at asphalt cement bucket of between 275° F to 375° F. Maintain temperature with an efficient and positive control of heat at all times. Any asphalt cement heated above 375° F, either before or during mixing with mineral aggregate,will be rejected. 2. Use quick cut-off type draw-off valve at asphalt cement bucket that will not leak any asphalt into bucket after required weight of asphalt cement has been drawn. Asphalt supply line of circulating type, and equipped with recording thermometer indicating temperature of asphalt at draw-off valve. Recording thermometer may be combined with recording thermometer used in recording temperature of aggregate by using a double-pen recorder. 3. Asphalt cement weigh bucket of type from which asphalt will flow into mixer for approximately full width of mixer so as not to deposit asphalt cement in one place in mixer. Scales for weighing asphaltic cement of springless dial type arranged for quick adjustment at zero to provide for change in tare. Provide pointer to indicate weight of asphalt cement required in one batch. G. Mixer of twin-pug-mill type and capacity of not less than 3,000 pounds in single batch. Number and position of blades such as to give a uniform and complete circulation of batch in mixer from center to four ends of mixer arms and back to center. Mixers which tend to segregate mineral aggregate or fail to secure thorough and uniform mixing with asphalt cement and filler dust will not be used. Determination of thorough and uniform mixing will be made by mixing standard batch for required time and then dumping batch and taking samples from different parts of batch. Samples will be tested by extraction test and must show that batch is uniform throughout, or otherwise mixer will be rejected. 1. Provide mixers with an automatic time lock on discharge gates of mixer and weight box and lock for a period of 45 seconds after all of mineral aggregate has been introduced into mixer. 2. When discharged, mixture to have a temperature of 300° F to 375° F. 3. Dump door or doors of mixer to be tight to dry mineral aggregate or dust so that there is no spilling from pug mill. K3303 - 4/7 Std. 10/13/2005 4. In introducing batch into mixer, introduce mineral aggregate first, then thoroughly mix for a period of five to ten seconds before asphaltic cement is added. 5. Continue mixing for required time, or longer if necessary, to produce a mixture of uniform consistency. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS A. General 1. Construct pavement on previously completed and approved subgrade, base, existing pavement, bituminous surface or in case of a bridge, on prepared floor slab. 2. Place no asphaltic mixture or tack coat when air temperature is below 50° F and is falling. Asphaltic mixture or tack coat may be placed after air temperature is above 40° F and is rising, provided temperature is taken in shade away from artificial heat. Place no asphaltic mixture or tack coat when weather conditions, in opinion of Engineer, are unsuitable. B. Tack Coat: Thoroughly clean surface of base or surface of concrete bridge, as applicable, by brooming with wire brushes before asphaltic surface mixture is laid. When tack coat is shown, or if directed, give base an application of cut-back asphalt applied as directed with an approved sprayer and at rate not to exceed 0.05 gallon residual asphalt per square yard of surface. Cut-back asphalt as specified under Article 2.01, Paragraph E, or made by combining 50 percent of asphaltic material as specified and 50 percent gasoline. C. Laying Materials 1. Haul asphaltic concrete mixture, heated and prepared as specified, to site of work in tight vehicles previously cleaned of all foreign materials and, if considered necessary, covered with canvas of sufficient size to protect entire load. Arrange dispatching of vehicle so that all material delivered may be placed and receive its initial rolling in daylight. Lay mixture only on an approved base course, which has been tack coated as previously specified and free from all foreign materials. Paint contact surfaces of curbs and structures and all joints with thin uniform coating of cut-back or emulsified asphalt as required for tack coating. Lay mixture at temperature of 250° F to 375° F and spread and compact, using an approved finishing machine. Use finishing machine capable of producing finished surface that conforms to required typical sections and surface tests. Areas not accessible for finishing machine may be hand spread and shaped when approved. K3303 - 5/7 Std. 10/13/2005 2. Use approved finishing machine of screeding and troweling type. If necessary, use forms adequate to control lateral thrust due to rolling. If a finishing machine designed to run on forms is used, operate it on header curb, steel forms, or rigid steel faced forms approved by Engineer. Set forms to line and grade. 3. Oil or saturated solution of hydrated lime may be used for lubricating shovels and trucks to facilitate handling of asphaltic materials. Use of an excessive amount of either material is not permitted. 4. Adjacent to flush curbs, gutters, liners, and structures, finish mix uniformly high so that when compacted it will be slightly above edge of curb or flush structure. 5. When Plans require application of a non-skid surface of asphaltic concrete pavement, spread Type "B", Type "C", Type "D" or Type "E" mix, as specified, so that after lightly rolling, it has a finished thickness of approximately 3/8 inch less than completed thickness of pavement shown. After this course has been laid, spread mixture specified as Type "F" with sufficient thickness so that, after receiving ultimate compression, compacted pavement complies with requirements of typical cross-sections shown, but in no case will weight of Type "F" mixture be less than 35 pounds nor more than 50 pounds per square yard of surfacing. 6. While still hot, and as soon as it will bear roller without undue displacement or hair cracking, compress surface thoroughly and uniformly with an acceptable power-driven 3-wheel roller weighing not less than 10 tons. Weight on two rear wheels of roller obtained by power-driven tandem roller weighing not less than eight tons. a. Start rolling longitudinally at sides and proceed toward center of pavement, overlapping on successive trips by at least one-half of width of rear wheels. Alternate trips of roller to be slightly different in length. If necessary, subject pavement to diagonal rolling in each direction with tandem roller; second diagonal crossing lines of first. If width of pavement permits, roll at right angles to center line. b. Continue rolling until no further compression can be obtained and roller marks are eliminated, and at rate of not more than 20 tons of mixture per hour for each roller used. c. Motion of roller to be slow enough to avoid displacement of hot mixture. Correct any displacement occurring as a result of reversing direction of roller, or any other cause, by use of rakes and of fresh mixture where required. Roller must not stand on completed pavement which has not cooled to normal atmospheric temperature. To prevent adhesion of surfacing mixture to roller, keep wheels moistened with water; but an excess of water will not be permitted. 7. Along curbs, headers, and similar structures, and at places not accessible to roller, or in such positions as will not allow thorough compaction with roller, compact mixture thoroughly with lightly oiled tamps. K3303 - 6/7 Std. 10/13/2005 8. Surface of pavement after compression to be smooth and true and conform to line, grade and typical cross-sections shown. No deviation in excess of 1/8 inch per foot from nearest point of contact when surface is tested with a standard 10-foot straight-edge laid parallel to center line of roadway. Maximum ordinate measured from face of straight-edge not in excess of 1/4 inch at any point. Immediately correct any areas of surface not meeting these requirements. a. Roll mixtures until course is unyielding and true to established grade and cross-section. 9. Place surface course as nearly continuous as possible. Allow roller to pass over unprotected end of freshly laid mixture only when laying of course is discontinued for such length of time as to permit mixture to become chilled. In such cases, when work is resumed, material laid must be either cut back so as to produce a slightly beveled edge for full thickness of course or make a suitable lap joint. a. Remove old material which has been cut away and lay new mix against fresh cut. If desired, a stout rope may be stretched across pavement where joint is to be made. When work is resumed, cut materials laid back to rope. Remove altogether with surplus material, and lay fresh mix against joint thus formed. b. Hot smoothing irons may be used for sealing joints, but in such cases, exercise extreme care to avoid burning surface. 10. Except in an emergency, or where shown, open no portion of finished wearing course to traffic until twelve hours after completion of rolling. 3.02 MEASUREMENT AND PAYMENT A. Measurement: Measure work covered by this Item by ton of 2,000 pounds. Measurement by weight will be made on truck scales as previously specified. 1. Records will be kept on tare load, total load, and net load of asphaltic concrete for each load of same. 2. Measure cut-back or emulsified asphalt used in tack coat by gallon of material actually used on street for this purpose. Measurement taken at point of delivery on street. B. Payment: This Item, measured as provided above, will be paid for at unit contract price bid per ton as set forth in PLANS and PROPOSAL for "Hot Mix Asphaltic Concrete Surfacing", which price will be full compensation for quarrying, furnishing all materials, for all heating, mixing, hauling, placing asphaltic mixture, rolling and finishing, for all labor, tools, equipment, and incidentals necessary to complete the work, except work and materials involved in application of tack coats. 1. Work and materials incident to application of tack coats performed and measured as prescribed above will be paid for at contract unit price bid per gallon for "Tack Coat', which price will be full compensation for preparation of existing base course or pavement, furnishing all materials, all hauling, heating, manipulation, and for all labor, tools, equipment, and incidentals necessary to satisfactorily apply tack coats. K3303 - 7/7 APPENDIX A UNION PACIFIC RAILROAD AGREEMENT Audit 306838 Pipeline Crossing 080808 Folder No.03288-56 Last Modified:06/05/18 Form Approved,AVP-Law PIPELINE CROSSING AGREEMENT Mile Post: 15.51, Sabine Ind Ld Location: Port Arthur,Jefferson County,Texas THIS AGREEMENT ("Agreement") is made and entered into as of September 06, 2022, ("Effective Date") by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, ("Licensor") and CITY OF PORT ARTHUR, a Texas municipal corporation to be addressed at 444 4th Street,Port Arthur,Texas 77640("Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1. LICENSOR GRANTS RIGHT. A. In consideration of the license fee to be paid by Licensee set forth below and in further consideration of the covenants and agreements to be performed by Licensee, Licensor hereby grants to Licensee the right to construct and thereafter, during the term hereof, maintain and operate an underground 17.4 inch HDPE pipeline encased in a 23.125 inch steel casing for transporting and conveying sanitary sewer only, including any appurtenances required for the operation of said pipeline (collectively, "Licensee's Facilities") across Licensor's real property, trackage, or other facilities located in Port Arthur, Jefferson County, State of Texas ("Railroad Property"). The specific specifications and limited purpose for Licensee's Facilities on, along, across and under Railroad Property are described in and shown on the Print and Specifications dated September 06, 2022, attached hereto as Exhibit A and made a part hereof. B. Licensee represents and warrants that Licensee's Facilities will (i) only be used for an underground 17.4 inch HDPE pipeline encased in a 23.125 inch steel casing for transporting and conveying sanitary sewer, and(ii)not be used to convey any other substance, any fiber optic cable,or for any other use, whether such use is currently technologically possible, or whether such use may come into existence during the life of this Agreement. C. Licensee acknowledges that if it or its contractor provides Licensor with digital imagery depicting Licensee's Facilities ("Digital Imagery"), Licensee authorizes Licensor to use the Digital Imagery in preparing Exhibit A. Licensee represents and warrants that through a license or otherwise, it has the right to use the Digital Imagery and to permit Licensor to use the Digital Imagery in said manner. Article 2. LICENSE FEE. Upon execution of this Agreement, the Licensee shall pay to the Licensor a one-time License Fee of Seven Thousand Dollars($7,000.00). Article 3. TERM. This Agreement shall take effect as of the Effective Date first herein written and shall continue in full force and effect until terminated as provided in the"TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of Exhibit B. Article 4. LICENSEE'S COMPLIANCE WITH GENERAL TERMS. Licensee represents and warrants that all work on Licensee's Facilities performed by Licensee or its contractors will strictly comply with all terms and conditions set forth herein, including the General Terms and Conditions,attached hereto as Exhibit B and made a part hereof. Article 5. INSURANCE. A. During the term of this Agreement, Licensee shall fully comply or cause its contractor(s)to fully comply with the insurance requirements described in Exhibit C, attached hereto and made a part hereof. Upon request only, Licensee shall send copies of all insurance documentation (e.g., certificates, endorsements,etc.)to Licensor at the address listed in the "NOTICES" Section of this Agreement. B. If Licensee is subject to statute(s) limiting its insurance liability and/or limiting its ability to obtain insurance in compliance with Exhibit C of this Agreement,those statutes shall apply. Article 6. DEFINITION OF LICENSEE. For purposes of this Agreement, all references in this Agreement to Licensee will include Licensee's contractors, subcontractors, officers,agents and employees, and others acting under its or their authority (collectively, a "Contractor"). If a Contractor is hired by Licensee to perform any work on Licensee's Facilities (including initial construction and subsequent relocation, maintenance,and/or repair work), then Licensee shall provide a copy of this Agreement to its Contractor(s) and require its Contractor(s) to comply with all terms and conditions of this Agreement, including the indemnification requirements set forth in the "INDEMNITY" Section of Exhibit B. Licensee shall require any Contractor to release, defend,and indemnify Licensor to the same extent and under the same terms and conditions as Licensee is required to release,defend,and indemnify Licensor herein. Article 7. ATTORNEYS' FEES, EXPENSES,AND COSTS. If litigation or other court action or similar adjudicatory proceeding is undertaken by Licensee or Licensor to enforce its rights under this Agreement, all fees, costs, and expenses, including, without limitation, reasonable attorneys' fees and court costs, of the prevailing Party in such action, suit, or proceeding shall be reimbursed or paid by the Party against whose interest the judgment or decision is rendered.The provisions of this Article shall survive the termination of this Agreement. Article 8. WAIVER OF BREACH. The waiver by Licensor of the breach of any condition, covenant or agreement herein contained to be kept,observed and performed by Licensee shall in no way impair the right of Licensor to avail itself of any remedy for any subsequent breach thereof. Article 9. ASSIGNMENT. A. Licensee shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of Licensor, which must be requested in writing by Licensee.Any assignment or attempted transfer of this Agreement or any of the rights herein granted, whether voluntary, by operation of law, or otherwise, without Licensor's written consent, will be absolutely void and may result in Licensor's termination of this Agreement pursuant to the "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of Exhibit B. B. Upon Licensor's written consent to any assignment, this Agreement will be binding upon and inure to the benefit of the parties thereto,successors,heirs,and assigns, executors,and administrators. Article 10. SEVERABILITY. Any provision of this Agreement which is determined by a court of competent jurisdiction to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination, which shall not invalidate or otherwise render ineffective any other provision of this Agreement. Article 11. NOTICES. Except Licensee's commencement of work notice(s) required under Exhibit B, all other notices required by this Agreement must be in writing, and(i) personally served upon the business address listed below ("Notice Address"), (ii) sent overnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Corporation or United Parcel Service to the Notice Address, or (iii) by certified mail, return receipt requested to the Notice Address. Overnight express delivery notices will be deemed to be given upon receipt. Certified mail notices will be deemed to be given three(3)days after deposit with the United States Postal Service. If to Licensor: Union Pacific Railroad Company Attn: Analyst—Real Estate Utilities(Folder No.03288-56) 1400 Douglas Street, MS 1690 Omaha,Nebraska 68179 If to Licensee: CITY OF PORT ARTHUR 444 4th Street Port Arthur,Texas 77640 Article 12. SPECIAL PROVISONS-ABANDONMENT. The abandonment of the unlicensed pipeline shall be completed following the Guidelines for Abandonment and Removal of Subsurface Structures on Union Pacific Railroad Right of Way, marked as Exhibit D,attached hereto and hereby made a part hereof Article 13. SPECIAL PROVISION—CONSTRUCTION OBSERVATION. Licensor requires Licensee to provide monitoring of tracks and construction observation through Licensor approved observer named below during all construction and installation work. Licensee is to directly coordinate services with the named inspector: Railpros Field Services Email: RP.Utility ate,railpros.com Phone(682)223-5271 [Signature Page Follows] P I IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the date first herein written. UNION PACIFIC RAILROAD COMPANY CITY OF PORT ARTHUR Craig Benson 2022.09.27 09:48:23 `� By: 05'00' By: \`` IMMCraig Benson Name Printed: •.� 'dam Mgr Real Estate Contracts 0,..4 „ n ��c c Title: v 1� \ ev- ) NON-FLAMMABLE LIQUID 0CROSSING PIPELINE 0 ENCROACHMENT O BOTH B UPRR R.0.W. '6'J FT. 2670 FT, 1 ti '29.52 - I 2444 F T. r "- �� , - so DEG. — f �� cc ¢ z ANGLE OF s ° ? _ �CROSS ING M 2 T 2-4: f DESC_RIBEEL DESCRIBE r `��� FIXED OBJECT FIXED OBJECT / u v CROSSING TRACK CROSSING TRACK—' 'v 1 60th St.OIL S H.73 �i� NORTH (DOT 76526D) 1 ----------------------------- j AUPRR P.0-,N.------------------------- -- PLAN SCALE: NONE I tic c OUTER OUTER ald A-4 TRACK TRACK a Ir "' S0 FT. + — 50 FT. .....- ---. _. ._.._..._..m_. __--.I 110 FT. --------- -------�_ —�—i 55 F T. —...i..— OFT, _- 55 FT, i VENT PIPE 1 I I I �1 ' TOTAL TRACK; 52.5 FT. —GROUND — ___ 52.5 F i 4FT•i SURFACE I v—=- y —ORA I NAGE I DITCH f / I .// l 5FT. t I f __FT. i L. }��' —CASING PIPE CARRIER PIPE SEC f ION KALI: NONE LONGITUDINAL PIPE— ENCROACHMENT NOTES: 1)ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK 2)REFER TO AROMA VOLUME 1.CHAPTER 1.PART 5.SECTION 5,1 A) METHOD OF INSTALLATION BORED AND JACKED YNlON B) DIST.FROM CENTERLINE DI- TRACK TO PIPE ENCROACHMENT PACIFIC BUILDING AMERICA° C) SIGNS PROVIDED? AT MINIMUM SIGNS WILL BE PROVIDED AS STATED ABOVE III1II 0) CARRIER MATERIAL HOPE . IF RCP.CLASS V? NA .. COMMODITY TO BE CONVEYED SAMTARYSEWER OPERATIONAL PRESSURE 95 PSI. MAGP 160 PSI. WALL THICKNESS (INCH)/ SCHEDULE 13" . DIAMETER 17.4 IN,. ION:Sabine)rd.'_a CATHODIC/COATING PRGTECTION YES TRACK TYPE:MAINLINE E) CASING MATERIAL STEEL PIPE IF RCP.CLASS V? NA , M.P.; 1551 1 T.: 29.891051 TOTAL LENGTH CASING PIPE: 110 FT. E.S.M.:774.05t i_ONG.: -94.002402 WALL THICKNESS 0.4375 TN. DIAMETER 23.125' IN. CATHODIC/COATING PROTECTION YES ,EARES T -Y: COUNTY: STATE CASING PIPE IS SEALED d" - ENDS. PORT ARTHUR JEFFERSON TX DISTANCE FROM CEN-= LINE :P TRACK TO NEAR FACE OF APPLICANT: CITY OF PORT ARTHUR BORING AND ;ACKINC °IT5 ,V-Es MEAS RED AT RIGHT ANGLES , , = t_ -,. 0328856 DATE: 916I2022 Pipeline Crossing 06/05/18 Form Approved.AVP Law EXHIBIT B GENERAL TERMS AND CONDITIONS Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED. A. The foregoing grant is subject and subordinate to the prior and continuing right and obligation of Licensor to use and maintain its entire property including the right and power of Licensor to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication,fiber optics,or other wirelines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by Licensor without liability to Licensee or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad Property) and the right of Licensor to renew and extend the same, and is made without covenant of title or for quiet enjoyment. It shall be Licensee's sole obligation to obtain such additional permission, license and grants necessary on account of any such existing rights. Section 2. ENGINEERING REOUIREMENTS; PERMITS. A. Licensee's Facilities will be designed. constructed, operated, maintained, repaired, renewed, modified, reconstructed, removed, or abandoned in place on Railroad Property by Licensee or its contractor to Licensor's satisfaction and in strict conformity with: (i) Licensor's current engineering standards and specifications, including those for shoring and cribbing to protect Licensor's railroad operations and facilities ("UP Specifications"), except for variances approved in advance in writing by Licensor's Assistant Vice President Engineering — Design or its authorized representative ("UP Engineering Representative"); (ii)such other additional safety standards as Licensor, in its sole discretion, elects to require, including, without limitation, American Railway Engineering and Maintenance-of-Way Association("AREMA")standards and guidelines(collectively, "UP Additional Requirements"); and(iii) all applicable laws, rules, and regulations, including any applicable Federal Railroad Administration and Federal Energy Regulatory Commission regulations and enactments (collectively, "Laws"). If there is any conflict between UP Specifications, UP Additional Requirements, and Laws,the most restrictive will apply. B. Licensee shall keep the soil over Licensee's Facilities thoroughly compacted, and maintain the grade over and around Licensee's Facilities even with the surface of the adjacent ground. C. If needed, Licensee shall secure, at Licensee's sole cost and expense, any and all necessary permits required to perform any work on Licensee's Facilities. Section 3. NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES. A. Licensee and its contractors are strictly prohibited from commencing any work associated with Licensee's Facilities without Licensor's written approval that the work will be in strict compliance with the "ENGINEERING REQUIREMENTS; PERMITS" Section of this Exhibit B. Upon Licensor's approval, Licensee shall contact both of Licensor's field representatives ("Licensor's Field Representatives")at least ten(10)days before commencement of any work on Licensee's Facilities. B. Licensee shall not commence any work until: (1) Licensor has determined whether flagging or other special protective or safety measures ("Safety Measures") are required for performance of the work pursuant to the "FLAGGING" Section of this Exhibit B and provided Licensee written authorization to commence work; and (2) Licensee has complied with the "PROTECTION OF FIBER OPTIC CABLE SYSTEMS" Section of this Exhibit B. C. If, at any time, an emergency arises involving Licensee's Facilities, Licensee or its contractor shall immediately contact Licensor's Response Management Communications Center at(888) 877-7267. Section 4. FLAGGING. A. Following Licensee's notice to Licensor's Field Representatives required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensor shall inform Licensee if Safety Measures are required for performance of the work by Licensee or its contractor on Railroad Property. If Safety Measures are required, no work of any kind may be performed by Licensee or its contractor(s) until arrangements for the Safety Measures have been made and scheduled. If no Safety Measures are required, Licensor will give Licensee written authorization to commence work. B. If any Safety Measures are performed or provided by Licensor, including but not limited to flagging, Licensor shall bill Licensee for such expenses incurred by Licensor, unless Licensor and a federal, state, or local governmental entity have agreed that Licensor is to bill such expenses to the federal, state, or local governmental entity. Additional information regarding the submission of such expenses by Licensor and payment thereof by Licensee can be found in the "LICENSEE'S PAYMENT OF EXPENSES" Section of this Exhibit B. If Licensor performs any Safety Measures, Licensee agrees that Licensee is not relieved of any of responsibilities or liabilities set forth in this Agreement. C. For flagging,the rate of pay per hour for each flagger will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage, and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed.One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays,and two and one- half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Licensor and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Licensee(or the governmental entity,as applicable)shall pay on the basis of the new rates and charges. D. Reimbursement to Licensor will be required covering the full eight-hour day during which any flagger is furnished, unless the flagger can be assigned to other railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagger is engaged in other railroad work. Reimbursement will also be required for any day not actually worked by the flaggers following the flaggers' assignment to work on the project for which Licensor is required to pay the flaggers and which could not reasonably be avoided by Licensor by assignment of such flaggers to other work, even though Licensee may not be working during such time. When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Licensee must provide Licensor a minimum of five(5) days notice prior to the cessation of the need for a flagger. If five(5) days notice of cessation is not given, Licensee will still be required to pay flagging charges for the days the flagger was scheduled, even though flagging is no longer required for that period. An additional ten(10)days notice must then be given to Licensor if flagging services are needed again after such five day cessation notice has been given to Licensor. Section 5. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of any work on Railroad Property performed by Licensee or its contractor, and takes precedence over any work on Licensee's Facilities to be performed Licensee or its contractors. Licensee shall be responsible for initiating, maintaining and supervising all safety operations and programs in connection with any work on Licensee's Facilities. Licensee and its contractor shall, at a minimum comply, with Licensor's then current safety standards located at the below web address ("Licensor's Safety Standards")to ensure uniformity with the safety standards followed by Licensor's own forces. As a part of Licensee's safety responsibilities, Licensee shall notify Licensor if it determines that any of Licensor's Safety Standards are contrary to good safety practices. Licensee and its contractor shall furnish copies of Licensor's Safety Standards to each of its employees before they enter Railroad Property. Union Pacific Current Safety Requirements B. Licensee shall keep the job site on Railroad Property free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the work. C. Licensee represents and warrants that all parts of Licensee's Facilities within and outside of the limits of Railroad Property will not interfere whatsoever with the constant, continuous, and uninterrupted use of the tracks, property, and facilities of Licensor, and nothing shall be done or suffered to be done by Licensee at any time that would in any manner impair the safety thereof. D. Licensor's operations and work performed by Licensor's personnel may cause delays in Licensee's or its contractor's work on Licensee's Facilities. Licensee accepts this risk and agrees that Licensor shall have no liability to Licensee or any other person or entity for any such delays. Licensee must coordinate any work on Railroad Property by Licensee or any third party with Licensor's Field Representatives in strict compliance with the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B. E. Licensor shall have the right, if it so elects,to provide any support it deems necessary for the safety of Licensor's operations and trackage during Licensee's or its contractor's construction, maintenance, repair, renewal, modification,relocation,reconstruction, or removal of Licensee's Facilities. In the event Licensor provides such support, Licensor shall invoice Licensee, and Licensee shall pay Licensor as set forth in the"LICENSEE'S PAYMENT OF EXPENSES" Section of this Exhibit B. F. Licensee may use unmanned aircraft systems ("UAS") to inspect Licensee's Facilities only upon the prior authorization from and under the direction of Licensor's Field Representatives. Licensee represents and warrants that its use of UAS on Railroad Property will comply with Licensor's then-current Unmanned Aerial Systems Policy and all applicable laws, rules and regulations, including any applicable Federal Aviation Administration regulations and enactments pertaining to UAS. Section 6. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. Fiber optic cable systems may be buried on Railroad Property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. In addition to the notifications required under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensee shall visit up.com/CBUD to complete and submit the required form to determine if fiber optic cable is buried anywhere on Railroad Property to be used by Licensee. If it is, Licensee shall telephone the telecommunications company(ies) involved, and arrange for a cable locator, make arrangements for relocation or other protection of the fiber optic cable, all at Licensee's expense, and will not commence any work on Railroad Property until all such protection or relocation has been completed. Section 7. LICENSEE'S PAYMENT OF EXPENSES. A. Licensee shall bear the entire cost and expense of the design, construction, maintenance, modification,reconstruction,repair, renewal,revision,relocation,or removal of Licensee's Facilities. B. Licensee shall fully pay for all materials joined, affixed to and labor performed on Railroad Property in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities, and shall not permit or suffer any mechanic's or materialman's lien of any kind or nature to be enforced against the property for any work done or materials furnished thereon at the instance or request or on behalf of Licensee. Licensee shall promptly pay or discharge all taxes,charges, and assessments levied upon, in respect to,or on account of Licensee's Facilities, to prevent the same from becoming a charge or lien upon any property of Licensor, and so that the taxes, charges, and assessments levied upon or in respect to such property shall not be increased because of the location, construction, or maintenance of Licensee's Facilities or any improvement, appliance, or fixture connected therewith placed upon such property, or on account of Licensee's interest therein. Where such tax,charge,or assessment may not be separately made or assessed to Licensee but shall be included in the assessment of the property of Licensor,then Licensee shall pay to Licensor an equitable proportion of such taxes determined by the value of Licensee's property upon property of Licensor as compared with the entire value of such property. C. As set forth in the "FLAGGING" Section of this Exhibit B, Licensor shall have the right, if it so elects, to provide any Safety Measures Licensor deems necessary for the safety of Licensor's operations and trackage during Licensee's or its contractor's construction, maintenance, modification, reconstruction, repair, renewal, revision,relocation,or removal of Licensee's Facilities, including, but not limited to supervision, inspection, and flagging services. In the event Licensor provides such Safety Measures, Licensor shall submit an itemized invoice to Licensee's notice recipient listed in the "NOTICES" Article of this Agreement. Licensee shall pay to Licensor the total amount listed on such invoice within thirty(30)days of Licensee's receipt of such invoice. Section S. MODIFICATIONS TO LICENSEE'S FACILITIES. A. This grant is subject to Licensor's safe and efficient operation of its railroad, and continued use and improvement of Railroad Property (collectively, "Railroad's Use"). Accordingly, Licensee shall,at its sole cost and expense,modify,reconstruct, repair, renew,revise,relocate,or remove (individually, "Modification", or collectively, "Modifications") all or any portion of Licensee's Facilities as Licensor may designate or identify, in its sole discretion,in the furtherance of Railroad's Use. B. Upon any Modification of all or any portion of Licensee's Facilities to another location on Railroad Property, Licensor and Licensee shall execute a Supplemental Agreement to this Pipeline Agreement to document the Modification(s) to Licensee's Facilities on Railroad Property. If the Modifications result in Licensee's Facilities moving off of Railroad Property, this Agreement will terminate upon Licensee's completion of such Modification(s) and all requirements contained within the "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of this Exhibit B. Any such Modification(s)off of Railroad Property will not release Licensee from any liability or other obligation of Licensee arising prior to and upon completion of any such Modifications to the Licensee's Facilities. Section 9. RESTORATION OF RAILROAD PROPERTY. In the event Licensee, in any manner moves or disturbs any property of Licensor in connection with the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities,then, Licensee shall, as soon as possible and at Licensee's sole cost and expense, restore Licensor's property to the same condition as the same were before such property was moved or disturbed. Section 10. INDEMNITY. A. Definitions. As used in this Section: 1. "Licensor" includes Licensor, its affiliates, its and their officers, directors, agents and employees, and other railroad companies using Railroad Property at or near the location of Licensee's installation and their officers, directors, agents, and employees. 2. "Licensee" includes Licensee and its agents, contractors, subcontractors, sub- subcontractors, employees, officers, and directors, or any other person or entity acting on its behalf or under its control. 3. "Loss" includes claims, suits, taxes, loss, damages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments, judgments, settlements, liens,demands,actions, causes of action, fines, penalties, interest, and expenses of any nature, including court costs, reasonable attorneys' fees and expenses,investigation costs,and appeal expenses. B. Licensee shall release, defend, indemnify, and hold harmless Licensor from and against any and all Loss, even if groundless, fraudulent, or false, that directly or indirectly arises out of or is related to Licensee's construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, removal, presence, use, or operation of Licensee's Facilities, including, but not limited to, any actual or alleged: 1. Bodily harm or personal injury(including any emotional injury or disease)to, or the death of, any person(s), including, but not limited to, Licensee, Licensor, any telecommunications company, or the agents, contractors, subcontractors, sub- subcontractors,or employees of the foregoing; 2. Damage to or the disturbance, loss, movement, or destruction of Railroad Property, including loss of use and diminution in value, including, but not limited to, any telecommunications system(s) or fiber optic cable(s) on or near Railroad Property, any property of Licensee or Licensor, or any property in the care, custody,or control of Licensee or Licensor; 3. Removal of person(s)from Railroad Property; 4. Any delays or interference with track or Railroad's Use caused by Licensee's activity(ies) on Railroad Property, including without limitation the construction, maintenance, modification, reconstruction, repair, renewal, revision, relocation, or removal of Licensee's Facilities or any part thereof, any activities, labor, materials,equipment,or machinery in conjunction therewith; 5. Right(s)or interest(s)granted pursuant to this Agreement; 6. Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution,contamination,breach, or environmental Loss; 7. Licensee's breach of this Agreement or failure to comply with its provisions, including, but not limited to, any violation or breach by Licensee of any representations and warranties Licensee has made in this Agreement;and 8. Violation by Licensee of any law, statute, ordinance, governmental administrative order, rule, or regulation, including without limitation all applicable Federal Railroad Administration regulations. C. THE FOREGOING OBLIGATIONS SHALL APPLY TO THE FULLEST EXTENT PERMITTED BY LAW FOR THE BENEFIT OF LICENSOR TO LOSSES CAUSED BY, ARISING FROM, RELATING TO, OR RESULTING FROM, IN WHOLE OR IN PART, THE NEGLIGENCE OF LICENSOR, AND SUCH NEGLIGENCE OF LICENSOR SHALL NOT LIMIT, DIMINISH, OR PRECLUDE LICENSEE'S OBLIGATIONS TO LICENSOR IN ANY RESPECT.NOTWITHSTANDING THE FOREGOING, SUCH OBLIGATION TO INDEMNIFY LICENSOR SHALL NOT APPLY TO THE EXTENT THE LOSS IS CAUSED BY THE SOLE, ACTIVE AND DIRECT NEGLIGENCE, GROSS NEGLIGENCE, OR WILLFUL MISCONDUCT OF LICENSOR AS DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION. Section 11. TERMINATION; REMOVAL OF LICENSEE'S FACILITIES. A. If Licensee does not use the right herein granted on Licensee's Facilities for one(1)year, or if Licensee continues in default in the performance of any provision of this Agreement for a period of thirty (30) days after written notice from Licensor to Licensee specifying such default, Licensor may, at its sole discretion, terminate this Agreement by written notice to Licensee at the address listed in the "NOTICES" Article of this Agreement. This Agreement will not terminate until Licensee complies with Paragraphs"C" and "D"of this Section found below. B. In addition to the provisions of Paragraph "A" above, this Agreement may be terminated by written notice given by either party, without cause, upon thirty (30) days written notice to the non- terminating party at the address listed in the"NOTICES" Article of this Agreement. This Agreement will not terminate until Licensee complies with Paragraphs "C" and"D"of this Section found below. C. Prior to the effective date of any termination described in this Section, Licensee shall submit an application to Licensoe's online Utility Contracts System at this link for Licensee's removal, or if applicable, abandonment in place of Licensee's Facilities located on Railroad Property ("Removal/Abandonment Work"). Upon the UP Engineering Representative's approval of Licensee's application for the Removal/Abandonment Work, Licensor and Licensee shall execute a separate consent document that will govern Licensee's performance of the Removal/Abandonment Work from those portions of Railroad Property not occupied by roadbed and/or trackage("Consent Document"). Licensee shall then restore the impacted Railroad Property to the same or reasonably similar condition as it was prior to Licensee's installation of Licensee's Facilities. For purposes of this Section, Licensee's (i) performance of the Removal/Abandonment Work, and(ii) restoration work will hereinafter be collectively referred to as the "Restoration Work". D. Following Licensee's completion of the Restoration Work, Licensee shall provide a written certification letter to Licensor at the address listed in the "NOTICES" Article of this Agreement which certifies that the Restoration Work has been completed in accordance with the Consent Document. Licensee shall report to governmental authorities, as required by law, and notify Licensor immediately if any environmental contamination is discovered during Licensee's performance of the Restoration Work. Upon discovery, the Licensee shall initiate any and all removal, remedial and restoration actions that are necessary to restore the property to its original, uncontaminated condition. Licensee shall provide written certification to Licensor at the address listed in the "NOTICES" Article of this Agreement that environmental contamination has been remediated and the property has been restored in accordance with Licensor's requirements. Upon Licensor's receipt of Licensee's restoration completion certifications, this Agreement will terminate. E. In the event that Licensee fails to complete any of the Restoration Work, Licensor may, but is not obligated,to perform the Restoration Work.Any such work actually performed by Licensor will be at the cost and expense of Licensee. In the event that Licensor performs any of the Restoration Work, Licensee shall release Licensor from any and all Loss (defined in the "INDEMNITY" Section of this Exhibit B)arising out of or related to Licensor's performance of the Restoration Work. F. Termination of this Agreement for any reason will not affect any of rights or obligations of the parties which may have accrued, or liabilities or Loss (defined in the "INDEMNITY" Section of this Exhibit B),accrued or otherwise,which may have arisen prior to such termination. EXHIBIT C INSURANCE REQUIREMENTS In accordance with Article 5 of this Agreement, Licensee shall(I) procure and maintain at its sole cost and expense, or (2) require its Contractor(s) to procure and maintain, at their sole cost and expense, the following insurance coverage: A. Commercial General Liability Insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business Automobile Coverage Insurance. Business auto coverage written on [SO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage) with a limit of not less $2,000,000 for each accident, and coverage must include liability arising out of any auto (including owned,hired,and non-owned autos). The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: • "Coverage For Certain Operations In Connection With Railroads" ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. C. Workers' Compensation and Employers' Liability Insurance. Coverage must include but not be limited to: • Licensee's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit$500,000 each employee. If Licensee is self-insured, evidence of state approval and excess workers' compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers'Act,the Jones Act, and the Outer Continental Shelf Land Act, if applicable. D. Environmental Liability Insurance. Environmental Legal Liability Insurance (ELL) applicable to bodily injury, property damage, including loss of use of damaged property or of property that has not been physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims, or compliance with statute, all in connection with any loss arising from the insured's performance under this Agreement. Except with respect to the limits of insurance, and any rights or duties specifically assigned to the first named insured, this insurance must apply as if each named insured were the only named insured; and separately to the additional insured against which claim is made or suit is brought. Coverage shall be maintained in an amount of at least$2,000,000 per loss,with an annual aggregate of at least$4,000,000. Licensee warrants that any retroactive date applicable to ELL insurance coverage under the policy is the same as or precedes the Effective Date of this Agreement, and that continuous coverage will be maintained for a period of five (5) years beginning from the time the work under this Agreement is completed or if coverage is cancelled for any reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Railroad Protective Liability Insurance. Licensee must maintain for the duration of work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Licensor only as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. The definition of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed under this Agreement. Notwithstanding the foregoing, Licensee does not need Railroad Protective Liability Insurance after its initial construction work is complete and all excess materials have been removed from Licensor's property; PROVIDED, however, that Licensee shall procure such coverage for any subsequent maintenance, repair,renewal, modification, reconstruction,or removal work on Licensee's Facilities. F. Umbrella or Excess Insurance. If Licensee utilizes umbrella or excess policies, and these policies must"follow form" and afford no less coverage than the primary policy. Other Requirements G. All policy(ies) required above (except business automobile, workers' compensation and employers' liability) must include Licensor as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26(or substitute form(s) providing equivalent coverage). The coverage provided to Licensor as additional insured shall not be limited by Licensee's liability under the indemnity provisions of this Agreement. BOTH LICENSOR AND LICENSEE EXPECT THAT LICENSOR WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this Agreement, or(b) all punitive damages are prohibited by all states in which this Agreement will be performed. I. Licensee waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Licensor and its agents, officers, directors and employees for damages covered by the workers' compensation and employers' liability or commercial umbrella or excess liability obtained by Licensee required in this Agreement, where permitted by law. This waiver must be stated on the certificate of insurance. J. All insurance policies must be written by a reputable insurance company acceptable to Licensor or with a current Best's Insurance Guide Rating of A-and Class VII or better, and authorized to do business in the state(s) in which the work is to be performed. K. The fact that insurance is obtained by Licensee will not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Licensor from Licensee or any third party will not be limited by the amount of the required insurance coverage. Exhibit D The purpose of these Guidelines is to inform 3rd party Applicants, Contractors and others outside of the Railroad of the requirements and standards for the abandonment of subsurface utility structures such as pipelines and other similar structures. This document governs at all locations where the Railroad operates, regardless of track ownership or track status, either active or out of service. 1. Abandonment Procedures A. Hazardous material testing & notification 1. Prior to either removal or abandon in-place of existing Facilities, testing for ACM, PACM, LBP and PCBs shall be completed and the results reported to the Railroad. i. ACM or PACM —Asbestos Containing Materials or Presumed Asbestos Containing Materials ii. LBP—Lead Based Paint iii. PCBs—PolyChlorinated Biphenyls 2. Testing results shall be emailed to asbestosawareness@up.com (file size limit/email is 10mb) with one of the following subject lines: i. Reporting—Test Results ii. Action Required —Priority Project iii. Action Required—Request for Information/Question 3. The Railroad may require removal or consider abandon in-place of the existing Facilities upon review of the testing results. B. Removal 1. At the time of abandonment, Facilities within Zone B shall be removed and at the cost of the owner. See Figure 2-1 for Zone identification. 2. Regarding Figure 2-1 the following additional Zone requirements apply. i. Zone A— a. Designed shoring systems are required per Section 2A. b. Track&ground monitoring is required per Section 2B. ii. Zone B—Sloped or stepped excavations are acceptable. Figure 2-1 Track t5'-0" Excovo+'on Permuted No Excavation !e Excavation Ground Line Bose of Re I i---- 0, p„. ,4' 6'i 8' 0' 2' '4' 16' 18' 20' 22' 24' 26' 28' 30' 32' 34' 36' 38' 40' 42' 44' 46' 48' 5C' 2' to 4' ZONE B 4 N 6' co No Excavation ZONE A 12' 14' 16' 18' 2 C. Abandon in-place 1. The Facility shall be filled with CLSM (Controlled Low-Strength Material). This process is designed to help avoid future subsidence as the line deteriorates after abandonment. The use of low strength CLSM also allows the future removal of CLSM at a later date if deemed necessary. 2. CLSM Design i. The CLSM material shall have an unconfined compressive strength 300psi. This provides strength while allowing future removal if necessary. ii. The mixture shall consist of water, Portland cement, fly ash, and sound fine or coarse aggregate or both. iii. The mix design shall allow adequate flowability without segregation of aggregates. iv. Hardening time is of prime importance and CLSM should develop 50psi in about one hour. v. The maximum layer of thickness for CLSM shall be 3 feet. vi. Additional layers shall not be placed until the CLSM has lost sufficient moisture. vii. For pipelines or structures with a depth greater than 3 feet, CLSM shall be placed in lifts. viii. Contractor should verify no voids will be present after filling the structure. ix. Access to fill pipelines shall be from off the UPRR right-of-way if possible. If excavation is required for the fill procedure, excavations shall meet requirements in Section 3. 2. Excavation Requirements A. Shoring Design 1. For temporary earth retention design requirements on the Right-of-Way, see the Railroad Guidelines for Temporary Shoring. http://www.up.com/real_estate/roadxing/industry/index.htm B. Track and Ground Monitoring 1. See the Railroad Guidelines for Track & Ground Monitoring. https://www.up.com/real estate/index.htm C. Excavation Safety 1. Guardrails i. Guardrails shall be provided to surround unattended excavations on Railroad Right-of-Way per OSHA Standard Number 1926.502 as follows: a. The guardrail height shall be at least 42 inches above the walking surface. b. The smallest dimension for openings in the guardrail shall be no greater than 19 inches. c. Guardrail systems shall be capable of withstanding, without failure, a force of at least 200 pounds applied within 2 inches of the top edge, in any outward or downward direction, at any point along the top edge of the guardrail. 3 APPENDIX B RAILPROS REQUIREMENTS & DOCUMENTS Union Pacific Railroad GUIDELINES FOR TRACK & GROUND MONITORING UNION PACIFIC CALL BEFORE YOU DIG 1 -800-336-9193 Contents 1. Introduction 2 A. Purpose 2 2. Track and Ground Monitoring 2 A. General track and ground monitoring requirements 2 B. Track Monitoring 3 C. Ground Monitoring 3 D. Contingency Plans 3 3. Excavation Requirements 4 A. Shoring Design 4 B. Excavation Safety 4 4. Glossary 5 1 1. Introduction A. Purpose 1. The purpose of these Guidelines is to inform 3rd party Applicants, Contractors and others outside of the Railroad of the requirements and standards for the monitoring of track movement, both vertical and horizontal, and ground movement due to surrounding construction. 2. This document governs at all locations where the Railroad operates, regardless of track ownership or track status, either active or out of service. 2. Track and Ground Monitoring A. General track and ground monitoring requirements 1. Track and ground monitoring are required for any of the following three conditions: i. For crossings with pipe diameter and depth (below base of rail) as shown below in Table 2-1. ii. For shoring within Zone A of any track, as shown below in Figure 2-1. iii. Additional monitoring may be required by the Railroad on a case by case basis. 2. Monitoring schedule i. Monitoring shall commence once any construction activity is within Zone A. See Figure 2-1. ii. Monitoring shall continue, after installation is complete, for 7 days or as required by the Railroad. a. For large and/or shallow pipeline installations monitoring may be required for up to 30 days. 3. General requirements i. Temporary lighting may also be required by the Railroad to identify tripping hazards to train crewmen and other Railroad personnel. ii. Any excavation, holes or trenches on the Railroad property shall be covered, guarded and/or protected. Handrails, fence, or other barrier methods must meet OSHA and FRA requirements. Table 2-1 <=6 <=12 <=18 <=24 <=30 <=36 <=42 <=4.8 <=54 <=60 >60 } Et <=5 X X X X X X X X X X X w o <=10 X X X X X X X X X X X <=15 X X X X X X X X X X X 0_ 0 0 <=20 X X X X X X X X X <=25 X X X X X X X <=30 X X X X >30 X X X=Monitoring is required Figure 2-1 c Track 15'-0" Excavation Permitted, As Approved by Railroad No Excavation Sample Base of Ra i l Excavation Ground Line 0' � 2' 4' 6' 8' 10' 12' 14' 16' 18' 20' 22' 24' 26' 28' 30' 32' 34' 36' 38' 40' c, m 4' o ZONE B c ii‹ c) N4 6' c a o a) N c 8' o __ETIN1 No Excavation ZONE A 10' - - 12' 2 B. Track Monitoring 1. Track Deflection Limits i. The top of rail shall not permanently deflect more than 1/4 inch vertical or horizontal. This is not an "allowable"deflection. All estimated deflection should be eliminated to the greatest extent possible prior to construction. 2. Targets i. Track monitoring shall not require track access other than to place the track monitoring targets. ii. Monitoring targets should be placed such that monitoring is possible when a train is present. However, monitoring during the passing of a train is not required as the train will temporarily deflect the track. iii. Adhesive backed reflective targets may be attached to the side of the rail temporarily. Targets should be removed once monitoring phase is complete. iv. Note, there are normal and temporary vertical track deflections caused by the passage of a train which should be noted and established prior to construction. 3. Monitoring Plan i. If the top of rail does deflect more than 1/4 inch, either vertical or horizontal, all operations shall stop until the matter is resolved. ii. Provide established contingency plan, See Section 2.D, in the event of ground loss and/or the rail deviates '/4 inch vertical or horizontal. iii. Establish a bench mark in the vicinity of the construction. Establish locations for shooting elevations on the top of rail at each area of construction. a. Example locations for shooting rail elevations would be at: • At the centerline of an under track crossing. • At both outside edges of the crossing. ie. For a wide excavation. • At multiple locations from the crossing/excavation edge but no less than 10, 20, 30, 40 and 50 feet from the crossing. iv. Monitoring shall be continuous and recorded in a field log book dedicated for this purpose. Copies of these field log entries can be made available to all concerned parties upon request at any time during construction. C. Ground Monitoring 1. Provide means for monitoring ground settlement. Submit monitoring plan for Railroad review. 2. Ground monitoring points should be in alignment above the proposed construction activities. D. Contingency Plans 1. The Contractor shall supply Contingency Plan(s), which anticipate reaching the Threshold and Shutdown values, for all construction activities which may result in horizontal and/or vertical track deflection. i. Track monitoring values: a. Threshold value = 1/8 inch permanent vertical or horizontal deflection b. Shutdown value = 1/4 inch permanent vertical or horizontal deflection 2. The Contingency Plans shall provide means and methods, with options if necessary. 3. The Contractor should anticipate the need to implement each Contingency Plan with required materials, equipment and personnel. i. Once the Threshold value is met, the contractor shall determine the appropriate Contingency Plan(s) and immediately discuss this plan with, and receive approval confirmation from, the Railroad or authorized Railroad representative. ii. Once the Shutdown value is met all project work shall stop and the chosen Contingency Plan shall commence. a. The Railroad may choose to allow and/or require the immediate implementation of specific approved Contingency Plans, submitted by the Contractor, once the Shutdown value is met. 3 3. Excavation Requirements A. Shoring Design 1. For temporary earth retention design requirements on the Right-of-Way, see the Railroad Guidelines for Temporary Shoring. nttp://www.up.com/real_estateiroadxing/industry/index.htm B. Excavation Safety 1. Guardrails i. Guardrails shall be provided to surround unattended excavations on Railroad Right-of-Way per OSHA Standard Number 1926.502 as follows: a. The guardrail height shall be at least 42 inches above the walking surface. b. The smallest dimension for openings in the guardrail shall be no greater than 19 inches. c. Guardrail systems shall be capable of withstanding, without failure, a force of at least 200 pounds applied within 2 inches of the top edge, in any outward or downward direction, at any point along the top edge of the guardrail. 4 4. Glossary Applicant: Any party proposing to install a new, and/or abandon existing, pipelines or Wirelines on Railroad right-of- way or other Railroad operating location, regardless of track being active or out of service. This includes any contractor, employee or consultant hired by said party. Call Before You Dig: A Union Pacific Railroad 24-hr by 7-day communication center to assist in protecting, documenting and notifying callers of other utilities installed within the Railroad right-of-way. 1-800-336-9193 Crossing: Refers to a Utility which is crossing the Railroad track(s). Carrier Pipe: Pipe used to transport the product. Casing Pipe: Pipe through which the carrier pipe is installed. Cover: Distance from either the base of rail or finished grade to the top of Pipeline or Wireline. Encroachment: Utilities on Railroad right-of-way which are generally oriented parallel with Railroad right-of-way and/or track. Centerline of Track: An imaginary line, that runs down the center of the two rails of a track. Construction Documents: Design plans and calculations, project and/or standard specifications, geotechnical report and drainage report. Construction Window: A timeframe in which construction or maintenance can be performed by the Contractor with the required presence of a Flagman. Contractor: The individual, partnership, corporation or joint venture and all principals and representatives (including Applicant's subcontractors)with whom the contract is made by the Applicant for the construction of the Grade Separation Project. Facility: Refers to the Applicant's pipeline, wireline, poles, manholes, handholes, splice boxes, storage tanks and other such structures which exist as part of the Applicant's infrastructure. Flagman (Flagging): A qualified employee of the Railroad providing protection to and from Railroad operations per Railroad requirements. Guidelines: Information contained in this document. Industry Track: A secondary track designed to allow access to industries along the main track. Main Track: A principle track, designated by Timetable or special instructions, upon which train movements are generally authorized and controlled by the train dispatcher. Main Track must not be occupied without proper authority. Railroad Load: Cooper E-80 loading. Railroad: Refers to Union Pacific Railroad. Railroad Manager of Track Maintenance (MTM): Railroad representative responsible for maintenance of the track and supporting subgrade. Right-of-Entry Agreement: An agreement between the Railroad and an Applicant or a Contractor allowing access to Railroad property. Right-of-Way: The private property limits owned by the Railroad. Tracks: The rails, ties and ballast and roadbed that compose the traveling surface used by trains. Utility: Refers to a pipeline or wireline. Wireline: Refers to electric power and communication utility systems including, but not limited to, all associated conductors, cables, support structures, and equipment. 5 Observation Rates: The daily rates for Observation services to be provided under this Agreement are based on eight(8) hours per day and will be as follows: • Mobilization/Administrative Fee $1,000 per Observer Required(each project will incur a fee for travel and administrative costs per Observer) 24 Hour continuous work requires two Observers. Project must be cancelled 4 business days prior to the scheduled start date to avoid additional mobilization fee. Multiple mobilization fees or additional labor fees will be charged if the project cannot be constructed in consecutive days(Monday through Saturday at a minimum)or if there is a delay during installation. • Construction Observation Fees $1,400/Standard 8-hour day. Overtime rate after 8 hours is $200 per hour(all scheduling requests require a minimum 10-business days' notification). • Surcharge Fee Activity in certain regions of the U.S. has created high demand for hotel rooms and increased related travel costs. The Project falls within such a region,therefore a surcharge :.f$200.00 per day will be added to the invoice. Flagging Rates: The rates for Flagging services are as follows: Standard WorkDay: Standard 8 hour day $1,018.00 Overtime rate per icur after 8 hours $135.00 Standard 8 hour day $1,285.00 Overtime rate per hour after 8 hours $154.00 In the event of cancellation,if RailPros Management is given less than 24 hours' notice, it is considered a billable day. Cancellations must be made in writing to UP.Info@RailPros.com. This quote is based on RailPros standard labor rates and does not take into any account prevailing wage requirements. If prevailing wages are applicable for this project, RailPros will re-quote based on the prevailing wage requirements. Invoices are submitted upon completion of the job or at month's end. On-going jobs are billed on a monthly basis. Payments of invoices are due upon receipt. Invoices are subject to a 1.5%fee for every 30 days the payment is delinquent. RailPros accepts payment for services via Visa, MasterCard,Discover and American Express without additional fees.We encourage you to use this free and convenient service with no processing fees. Please refer to the second page of this document for credit card payments. Please contact RailPros at 877-315-0513 X116 or UP.lnfo@railpros.com for more information. This quote is valid for 30 days and is subject to the attached Services Agreement(SA). You may indicate your acceptance of this quote and the SA by signing and returning both documents via email. **Regional Surcharge for additional travel and Per Diem costs (effective February 10, 2018): Activity in the Permian Basin and nearby area has created a high demand for hotel rooms and increased other related travel expenses.As a result, we have instituted a regional surcharge to recover a portion of the increased costs. The regional surcharge is applied as follows: • Per Diem—An additional 5240 wilt he charged for each flagging day. In the event of a late notice cutitellution(described in detail below) the additional Per Diem cost will also apply. • Mobilization and Demobilization - An additional$180 will be assessed for each mobilization or denmhilizatinn event in which there is a cessation of flagging services (non-continuous flagging days). Customer Project Information Sheet Project Information Please fill in each cell for processing UPRR Agreement Folder Number(s) (example 1234-56): Section One: Estimated Start Date for Construction On, Under, or Above UPRR ROW: Union Pacific's Third Party Flagging Policy: www.up.com/real estate/third-party-flagging/index.htm Estimated Duration (in days) for Flagger (CIC): Estimated Duration (in days) for RailPros Observer: Estimated Work Schedule (example Mon. —Sat.): Daily Start Time/ End Time (example 0700 to 1700 etc.): Section Two: Field Contact Person(s): Mobile Phone Number(s): Email Address(s): Project's Location (City/State): Railroad Subdivision: Railroad Mile Post(s) (MP): Section Three: Project Description (example HDD, Jack and Bore, Encroachment, Underground or Overhead Pipeline/ Wireline crossing, etc.): What type of equipment will be used? How close will the equipment be to the tracks (in feet)? If instructed by the Railroad, please have all the on-site personnel complete the Railroad Safety Training listed below: "Safety is Union Pacific's#1 priority and extends to all who come on Union Pacific properties." Union Pacific Property Access Training (UP-PAT) can be found here: UP: UP Property Access Training By checking this box, I acknowledge that if any ground will be disturbed or excavated upon UPRR property,that I will comply with UPRR Specifications and contact the local UPRR representatives (MTM and/or MSM), in accordance with my UPRR Agreement. 1111 I acknowledge Additional Comments: RAILPROS PIE1-117. SERVICES Customer Billing Information Sheet Section Four Billing Information (Responsible Party): Please fill in each cell for processing Company Name: Contact Name: Street Address: City/State/Zip Code: Phone Number: Contact Name Email Address: Do you need a W-9? How would you like to receive the RailPros Invoice(s)? Email n Hard Copy Mailed n Other n If Other, please explain and give directions: PO #to be listed on RailPros Invoices: Company Information (if different than above): Company Name: Contact Name/ Email Address: Phone Number: Street Address: City/State/Zip Code: Section Five Prevailing Wage Information: Does your project involve Prevailing Wage requirements? If you select yes, please complete No Yes the portion below and email the supporting documentation that details the PW rates for the n n County the work will take in (the documents are required to create the Flagging paperwork): If you select yes, you be asked to review RailPros position statement (pdf that will be emailed to you) on Flagging services. PW Project Name: PW Project Number: PW City/County/State: Certified Payroll Information: Contact Name: Phone Number: Email Address: Additional Comments: RAILPROS CO SERVICES WORK PLAN Union Pacific Railroad Folder Number: Date Submitted to RailPros Field Services: Work Plan Directions: This project has been identified by Union Pacific Railroad (UPRR)as requiring third party construction observation. RailPros will be providing the Construction Observation services for this project and is here to assist in moving this project to completion. The Union Pacific Railroad Real Estate Agreement outlines the requirements and standards for this installation. This work plan describes the specific details of the project, in terms of the site layout, schedule, means and methods, and general requirements, to ensure compliance with the agreement.This work plan,once released,is the basis that the Construction Observer will assess the work.Any field changes from the work plan shall be submitted via email to utilities.office.staff@railpros.com for review and must meet or exceed UPRR and/or AREMA standards. Work Plan Submittal Check List:(Please check off all requirements in list,or strike through text if item is not required) 1. Engineering Plan and Profile(Exhibit A does not qualify): a. Mark locations of launch and receiving locations. b. Dimension the distances from the centerline of track and any existing utilities. c. Dimension depth of excavation. d. Railroad right of way and railroad tracks clearly outlined 2. Track Monitoring Plan(if required): a. See attached Track Monitoring Guideline(pdf) 3. HDD Installations Only: a. Inadvertent Return Contingency Plan (Frac-Out Plan) b. HDD Plan Requirements 4. Shoring Plan Only for excavation within UPRR property and Zone A or Zone B: a. Calculations for shoring within zone a. b. Cut sheets for proprietary systems as applicable. c. Description of shoring to include but is not limited to: d. Exploration (pot holing) e. Demolition f. Excavation g. Fall protection/confined space entry h. Work process i. Backfill j. Close-out k. Contingencies which include weather events and hazmat I. Reference the following link to assure compliance. Https://www.up.com/cs/groups/public/@uprr/( customers/@industrialdevelopment/@ operationsspecs/@spe cifications/documents/up pdf nativedocs/pdf up str temp-shoring.pdf Prime Contractor Contact Name: Email Address: Phone Number: Note:The field contact will be asked to sign the daily report to verify hours. Sub-Contractor(if performing the installation)Contact Name: Email Address: Phone Number: Note:The field contact will be asked to sign the daily report to verify hours. Project Information Item Response Item Response Lat/Long(Decimal Form) Number of Tracks Method of Installation (HDD,Jack and Bore, Etc.) Casing Pipe Length Depth from top of pipe to base of rail Casing Pipe Type Distance from face of receiving pit to Nearest Track CL Casing Pipe Diameter Distance from face of jacking pit to Nearest Track CL Casing Pipe Thickness Excavation depth of jacking pit from base of rail Carrier Pipe Type Excavation depth of receiving pit from base of rail Carrier Pipe Diameter Estimated Start Date Carrier Pipe Thickness Estimated Project Duration (on, under,or Is the crossing within a above UPRR property) roadway? Will there be hot work within UPRR ROW? Will there be (welding,open flame,cutting, etc.) abandonment work within UPRR ROW? Description of Work: Provide a description of Means and Methods the contractor will use to complete the authorized work on, under,or above UPRR property. Excavation or potholing within 15 feet of track centerline is not acceptable, unless approved by UPRR Engineering. Equipment: Machine Make& Model: Description of Process: 1. 2. 3. 4. 5. 6. 7. 8. Please review the following link to ensure compliance with all UPRR PPE Requirements. https://www.up.com/cs/groups/public/@uprr/@suppliers/documents/up pdf nativedocs/pdf up supplier safety req.pdf Track Monitoring:Track Monitoring Plan is required in accordance with the UPRR Track Monitoring Guideline(attached). If work is occurring in more than one(1)shift,Track Monitoring is required during all shifts.Send track monitoring data to utilities.office.staff@railpros.com. Survey Company: Name of Surveyor: Instrument: Will you be using adhesive targets for the track monitoring? Yes or No Description of Process: 1. 2. 3. 4. 5. 6. 7. 8. Please review the following link to ensure compliance with all UPRR PPE Requirements. https://www.up.com/cs/groups/public/@uprr/@suppliers/documents/up pdf nativedocs/pdf up supplier safety req.pdf SECTION F BID BOND 4111y4— = IA Document A31 OTM - 2010 Bid Bond CONTRACTOR: SURETY: Colonial American Casualty and Surety Company !Nance,legal.slaios and arkh•ccs) Name.legal slants and principal place ALLCO,LLC of business)1299 ZURICH WAY,5TH FLOOR, P.O.Box 3684 SCHAUMBURG,IL 60196- 1056 Beaumont,TX 77704 This document has important legal consequences.Consultation with OWNER: an attorney is encouraged with (Name,legal sloths and uddress) respect to its completion or CITY OF PORT ARTHUR modification. 444 4th St, Any singular reference to Port Arthur,TX 77640 Contractor,Surety,Owner or BONO AMOUNT: FIVE Percent of the Greatest Amount Bid(5%G.A.B) over party shall be considered ottai where makable, PROJECT: (Ncnuc,location or address,wed Project nmuher; if any) BID NO.P23-021,SANITARY SEWER SYSTEM 9TH AVENUE EXTENSION The Contractor and Surety are hound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and:assigns,jointly and severally,as provided herein.The conditions or this Bond are such that irate Owner accepts the bid oldie Contractor within the time specified in the bid documents,or within such tune period as may he agreed to by the Owner and Contractor,and the Contractor either(l)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance ot'such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount ot'this Bond,between the amount specified in said bid and such larger amount fur which the Owner may in good faith contract with another party to perform the work covered by said bid.-then this obligation shall be null and void,otherwise to remain iu lull force and effect.The Surety hereby waives any notice of are n ecment between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Sur ty shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. 11'this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall . ` ,,+►,++; ' be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. �` '�� r %" •• rim When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Proto:t, • any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom tmd ° 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 hood. _ ' - ° Signed and sealed this 1st day of March,2023 s •••.. (C ran wire ors i rl` /1 ,• `�� ( 1 rev} Jaickie Christopher 141{f 1 t 1 l t+wx Oi el T.W.Harrison,President „Th� / _Ct210 • _Ca�_and Con�lary C'V1,�. r� (Su• }') (Seat) 11 . , (td'rinnss) Hannah Montagne Jillian o'+ al,Attcmey-In-Fact CAUTION:You should sign an original A(A Contract Document,on which this text appears in RED.An original a iStircts that changes will not bo obscured. _ Mot AtA Document A310^'-2010(rev.10/2010).Copyrights 1963,1970 and 20 to by The American nasetule of ArdMeds.AO tiaras reserrad MARKING:This AmA'Document Is protected by U.S.Copyright Law and international Treaties.Unauthorized reproduction or dietribvtion or atva AM'Document,or any portion of it,may result in severe ctvll and crimkmi penalties,and will be prosecuted to the maximum extent possible under the lam,Putdtasers are permitted to repcockace ten(10)copies of Itis doarnenl when.completed To report copyright vatatians of AlA Contract Documents,e-ma.The American Institute of Ac:hiteds legal counsel,=pyright@ara.org. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute, and appoint Edward ARENS,Philip BAKER,Michele BONNIN,Jillian O'NEAL, Erica A.COX and Rebecca GARZA, all of The Woodlands,Texas,its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 20th day of November,A.D.2019. 41 V of 8t z � 8A A lace"ri t -lb OF ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President ... L- 4 >� By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 20th day of November, A.D.2019, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ./e4 4..iG".... :;„i•.,pt13:;:�? Constance A.Dunn,Notary Public My Commission Expires:July 9,2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact, The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances,stipulations,undertakings,or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 1st day of March , 2023 ury 'y DlIOy. ,o.'' �e �y (1 1 '''j4\ '9" IV V... iF By: Brian M.Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 www.reportsfclaims@zurichna.com 800-626-4577 0 ZURICH Texas Important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may call Zurich North America's toll-free telephone Usted puede Ilamar al numero de telefono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informacion o para 1-800-382-2150 presentar una queja al: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se- complaints at: guros de Texas para obtener informacion sobre com- 1-800-252-3439 panias, coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin, TX 78714-9104 P.O. Box 149104 Fax: (512) 490-1007 Austin, TX 78714-9104 Web: www.tdi.texas.gov Fax: (512)490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or DISPUTAS POR PRIMAS DE SEGUROS 0 about a claim, you should contact the company first. If RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa relacionada con su prima de seguro Department of Insurance. o con una reclamaciOn, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted ATTACH THIS NOTICE TO YOUR POLICY: puede comunicarse con el Departamento de Seguros de This notice is for information only and does not become Texas. a part or condition of the attached document. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E(06/15) Page 1 of 1 SECTION G PAYMENT BOND PAYMENT BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON THAT we , of the City of , County of , and State of , as Principal, and , as Surety, authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the Pleasure Island Commission, Port Arthur, Texas, and to all Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other claimant, as their interest may appear, all of whom shall have the right to sue upon their bond, in the penal sum of Dollars ($ ), lawful currency of the United States of America, for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally and firmly by these presents: The condition of this Bond is such that, whereas, the above bounden Principal as prime contractor has on the day of , 2018, entered into a formal contract with the City of Port Arthur for which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statutes, as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each such claimant, then this obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the Contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such change, extension of time, addition or modification. G-l IN WITNESS WHEREOF, the said Principal has caused these presents to be executed, and the said surety has caused these presents to be executed, each by its duly authorized agent and officer, and its corporate seal to be affixed at on this the day of , A.D., 2018. CONTRACTOR ATTEST: BY: TITLE: SURETY ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in Texas. G-2 SECTION H PERFORMANCE BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER, dated the day of 2017, a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. Provided, that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. H-1 PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of , 2023. ATTEST: Principal BY: (s) (Principal) Secretary [SEAL] (Witness as to Principal) (Address) Address Surety ATTEST: BY: Witness as to Surety Attorney-in-Fact Address Address NOTE: DATE OF BOND must not be prior to date of Contract. IF CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. H-2 SECTION NOTICE OF AWARD THURMAN BILL BARTIE,MAYOR RONALD BURTON INGRID HOLMES,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC CAL JONES r�r t r t 1t tC _ CITY SECRETARY THOMAS KINLAW III KENNETH MARKS VAL TIZENO CHARLOTTE MOSES Texas CITY ATTORNEY DONALD FRANK,SR. NOTICE OF AWARD Date Vendor Address City, State, Zip Re: Services You are notified that on Council Award Date, the City of Port Arthur City Council awarded Vendor Name the above referenced contract. Within ten (10) days after you comply with the conditions listed below, the Purchasing Manager will issue to you a written Notice to Proceed and Purchase Order. Work must not begin until these documents have been issued to you. Two (2) original Contract Documents and one (1) copy of Resolution No. accompany this Notice of Award. You must comply with the following conditions precedent within ten(10) days of the date of this Notice of Award that is by , or by the first working day thereafter. You must deliver to the Purchasing Manager: 1. One(1) fully executed Contract. 2. One(1) signed, original Notice of Award. 3. One (1) original Certificate of Insurance, naming the Owner (City of Port Arthur) and their respective agents and employees, to be expressly named as additional insurers, in accordance with the General Conditions. 4. One (1) HB 1295 Form filled out completely. For more information go to the following website. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. Please return all requested documents to: City of Port Arthur, TX Attn: Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Page 1 of 2 Purchasing Division/Finance Department I 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 THURMAN BILL BARTIE,MAYOR RONALD BURTON INGRID HOLMES,MAYOR PRO TEM City of CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC CAL JONES — CITY SECRETARY THOMAS KINLAW III o r t r t h u r KENNETH MARKS VAL TIZENO CHARLOTTE MOSES Texu's CITY ATTORNEY DONALD FRANK,SR. NOTICE OF AWARD Name Service Date Page 2 Failure to comply with these conditions within the time specified will entitle Owner to consider your bid in default and to annul this Notice of Award. OWNER: CITY OF PORT ARTHUR, TEXAS BY: Clifton Williams, CPPB, Purchasing Manager ACCEPTANCE OF AWARD: Contractor: N. Signature: Print: Title: Date: CC: Clifton Williams, Purchasing Manager Page 2 of 2 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 Fr SECTION J NOTICE TO PROCEED THURMAN BILL BARTIE,MAYOR RONALD BURTON INGRID HOLMES,MAYOR PRO TEM City of j 1` ` CITY MANAGER COUNCIL MEMBERS: ///, ,\, SHERRI BELLARD,TRMC CAL JONES �—r�,�- CITY SECRETARY THOMAS KINLAW HI o r t r t h u KENNETH MARKS VAL TIZENO CHARLOTTE MOSES T< '" CITY ATTORNEY DONALD FRANK,SR. NOTICE TO PROCEED Date Contractor Attn: Address City, State,Zip Re: Service You are notified that the Contract Times under the above contract has started to run on By that date, you are to start performing your obligations under the Contract Documents The date of Contract Termination will be . It is the responsibility of the contractor to meet the schedule as set forth and in accordance with the terms and conditions of the contract. Before you may start any work you must deliver to the Purchasing Manager all required documents as listed in your Notice of Award and a signed original of this Notice to Proceed. Invoices for payment must be submitted to PO Box 1089, Attn: Accounting, Port Arthur, TX 77641. Contract# must appear on all related invoices. Should you have any questions regarding this project, you may contact me at 409.983.8160 or Contact at Phone number Thank you for partnering with the City of Port Arthur. Respectfully, ACCEPTANCE OF NOTICE TO PROCEED Company: Vendor Name Clifton Williams, CPPB Signature: Purchasing Manager Print: Title: Date: CC: Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 SECTION K INSURANCE Aco CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 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(AIC, (A/C.No.Ext): Nol: E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE MAC I INSURER A: INSURED INSURERB: INSURER C: INSURER D: 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 ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICYNUMBER (MM/DD!YYYY) (MMIDDIYYYY) i LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED _COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) I $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEM_AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMP/OP AGG $ POLICY I PE COT LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ _ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE i BODILY INJURY(Per accident) $ AUTOS D AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ I EXCESS LIAB CLAIMS MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LUIBILITY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBERNH) EXCLUDED? N/A E.L.DISEASE-EA EMPLOYEE $ (Mandatory In If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I $ 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. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SECTION L NON-COLLUSION AFFIDAVIT 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,r r d rf Signature: 4!! 4 �- > •••: Printed Name- T.W. HARRISON Title: PRESIDENT • `.. Company: ALLCO LLC s'ss . . . o`er FEBRUARY 8 ° Date: °`°/rrrrr►�e�,a ,2023 T.W.HARRISON,PRESIDENT,ALLCO LLC SUBSCRIBED and sworn to before me the undersigned authority by Athe Ai of, on behalf of said bidder. 171 l►.4.ra/iV w.t 4c S.w*es Ali r..l rV til K9 G:C iiC A ,�.`f. c't�s� 1 /flLO"^+�----" ✓h''•� JACQUELINE CHRISTOPHER 1�►°, Notary Public,State of Texas 1 Ncitary iiblic in and for the ,��?CvP Comm.Expires 05-21-2024 t State of Texas q,-°F`, Notary ID#155932-5 My commission expires: MAY 21,2024 SECTION M AFFIDAVIT 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 undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. 1 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. ALLCO LLC FEBRUARY 8,2023 Firm Namerocy a1;ot!;Iii„r' Date 4061, PRESIDENT Autho ized Signature e Title T.W. HARRISON s 409-860-4459 Name (please print) ®, ••• • te` Telephone —iiii1%'tt ` tharrison@allco.com Email STATE: TEXAS COUNTY: JEFFERSON SUBSCRIBED ANT) SWORN to before me by the above named T.W. HARRISON on this the 8TH dam of= FEBRUARY ,20 23 . ~ �PF� , JACQUELINE CHRISTOPHER 2 -� . o% ; Notary Public,State of Texas N,tO� Q Comm.Expires 05-21-2024 1 NotarykPublic • rfo= ' Notary ID#155932-5--Z RETURN THIS AFFIDAVIT AS PART OF tHF BID PROPOSAL SECTION N CONFLICT OF INTEREST CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.S.23, e4th Leg., Regular Session_ OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who pate Received has a business relationship as defined by Section 176.001(1-a) with a local aovemmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor imowingly violates Section 176.006,Local Government Code.An offense under this section is a misdemeanor. ?� Name of vendor who has a business relationship with local governmental entity. ALLCO LLC Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information is being disclosed. CITY OF PORT ARTHUR Name of Officer 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 Aand B for each employment or business relationship described. Attach additional pages to this Form CIQ 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 IXINo B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes X No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation 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. N/A riCheck this box if the vendor has given the local government officer or afamily member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.033(a-1). rad� �rr. J � 4'' FEBRUARY 8, 2023 GG • nature o vendor doing business with the gov`emmetital ea , Date • I W HARRTSfN-PRFSTT)FNT --Form provided by Texas Ethics Commission :www• ate. .us= Revised 11130;2015 o \ o \ #.. '.•• 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.usi DocsiLG/htmfLG.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 A 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: or (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 vendor 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 11:30 2015 SECTION 0 SB 252 SB 252 CHAPTER 2252 CERTIFICATION I, T.W.HARRISON ,the undersigned an representative of ALLCO LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 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 T.W. HARRISON- PRESIDENT Name of Company Representative(Print) .ignature of Company Representative .a c010""` FEBRUARY 8,2023 * to"‘ Date "'fill'' SECTION P HOUSE BILL 89 VERIFICATION House Rill 89 Verification I, T.W.HARRISON (Person name), the undersigned representative (hereafter referred to as "Representative") of ALLCO LLC (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. �,0,d+ a v ,,®� 1,,, �, ..'rtA.J%j VZe ) ,.., .........,. ..... ,t..... ...,, ,,, ,.. . IGNATURE OF REPRESENTATIVE e ; T.W. HARRISON - PRESIDENT n s . .. .. \`.� SUBSCRIBED AND SWORN TO BEFORE ME,the undersigned authority, on this 8Tt?' h of 1 1 p,YP JACQUELINE CHRISTOPHER Z p 1 4g, e Notary Public,State of Texas t FEBRUARY ,20 23 . 1 ►7\ �* Comm.Expires 05-21-2024 t 1 c7' Notary ID#155932-5 1 t r-cam.:. ,t, -y-la-/,,sAL-,-r\-) Notary Public U ,\ cri Cr) U N a: O • N = 0 O cD 0 4..) RS a) Z (....) . cc, ._, u) a ,.. ,,, u) 71- E '- c ._ W O O coU_ :,2Q (J., . c 0. r---- ,.._. ..... -E,_- ,a5 (-II n (/) N O w _ UT cn xcn Ca Cv a c....) M � �, m 4, d- O II NON 0 CD III o o U U .° 0 EXHIBIT C „� f -CITY OF PORT ARTHUR,TEXAS I)i) ADDENDUM NO.ONE(1) Taws November 29,2022 BID FOR:EL VISTA FORCE MAIN REHABILITATION 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 DEADLINE: Sealed bid submittals must be received and time stamped by 3:00p.m.,Central Standard Time, Wednesday,December 14 , 2022. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday, December 14, 2022 in the City Council Chambers,City Hall,5th Floor,Port Arthur,TX. You are invited to attend. 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. JL Gc9 `�a`iy9d7f;�'1®� ` Clift�l Williams,CPPB � • '9° , Purchasing M ager �.°' ° 2-8-23 t— , ignature of Proposer Date / e • T.W. HARRISON ALLY LLC Company Vendor Name rig ,r -CITY OF PORT ARTHUR,TEXAS ort rUret ADDENDUM NO.TWO(2) Tress December 5,2022 BID FOR:EL VISTA FORCE MAIN REHABILITATION 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. Non Mandatory Pre-Bid is scheduled for December 15,2022 at 10:00 a.m.It will be in the 5th Floor City Council Chambers at City Hall located at 444 4"Street,Port Arthur,TX. 2. DEADLINE: Sealed bid submittals must be received and time stamped by 3:00p.m.,Central Standard Time, Wednesday, January 11, 2023. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m.on Wednesday,January 11, 2023 in the City Council Chambers,City Hall,5th Floor,Port Arthur,TX. You are invited to attend. 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. • (-2} p, ,,,),,,,,....,, 0,8w,,,.,„ Cli Williams,CPPB ,.' \X . ' �.< �/, Purchasing :Lager P' C __48.4:7,..,:... ..:::. it) 1,4 2-8-23 "� ignature of Proposer Date . S T.W. HARRISON 's • .,,��. �® ALLCO LLC s`//'!l 11���‘\ Company Vendor Name n f / - -CITY OF PORT ARTHUR,TEXAS �� — ADDENDUM NO.THREE(3) January 6,2023 BID FOR:EL VISTA FORCE MAIN REHABILITATION 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 IHE SUBMISSION OF THEIR BID. Addendum as follows 1. For clarification,the existing force main pipe material is cast iron. 2. For clarification,all HDPE to HDPE or HDPE to Certa-Lok connections will require the use of Harvey adapters,mega-lug insert sleeves,or Engineer prior approved equal. 3. The attached construction plan Sheet 26 shall replace the original construction plan Sheet 26 in its entirety. 4. The attached Section D shall replace the original Section D in its entirety. 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. CU Cli n Williams,CPPB �e \�.....' Purchasing Manager r� C • 2-8-23 t— Signatur f roposer Dates T.W. HARRISON ',° ALLCO LLC `irtsitttt‘® a Company Vendor Name t:r}„d :' -CITY OF PORT ARTHUR,TEXAS ADDENDUM NO. FOUR(4) urr r!itur January 9, 2023 BID FOR: EL VISTA FORCE MAIN REHABILITATION 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. DEADLINE: Sealed bid submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, February 1, 2023. (The clock located in the City Secretary's office will be the ► official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday, February 1, 2023 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. 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. Cliff Williams, CPPB Purchasing Manager �‘‘k 'ion C`' , 2-8-23 Signature of Proposer Date T.W. HARRISON "; • S s `. ALLCO LLC °s ►►►O°. Company Vendor Name _ / -CITY OF PORT ARTHUR,TEXAS 'A‘x l''.Ei V,-;,- 7- -- ADDENDUM NO.FIVE(5) L; ort rth.tn'Telars N January 23, 2023 BID FOR: EL VISTA FORCE MAIN REHABILITATION 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. Addend!.m as follows 1. DEADLINE: Sealed bid submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, February 8, 2023. (The clock located in the City Secretary's office will be the official time.) Applicant names will be read aloud beginning at 3:15 p.m. on Wednesday, February 8, 2023 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. 2. The attached Construction Plans shall replace the original construction plans in their entirety. 3. The attached Section D shall replace the original Section D in its entirety. 4. For clarification,all existing utility conflicts including overhead electric utility poles that require removal, relocation, and/or support shall be the responsibility of the Contractor. Any work associated with these conflicts shall be considered incidental to the construction of the proposed force main. 5. For clarification, any encroachments of LNVA right-of-way and/or property shall be coordinated prior to construction activities. 6. For clarification, the plans include a designed permit minimum length of 110' for the UP Railroad crossing. Additional linear footage has been included in the bid item for this proposed bore if construction conditions require the bore to be lengthened east of existing rail. Bore pit location shall be coordinated with Colonial Pipeline prior to construction activities to ensure no interruption of access to their facilities. 7. The crossing of UP Railroad culverts has been adjusted in the project to include the use of trenchless technology construction. 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. t tlli`t t,,,„ eflf- LI}426-,*444f-d- t."c '-:0''. Cli e illiams,CPPB !f Purchasin M age 1.-- 1 __ S Signature of Proposer Date �'•i, \�e`N T.W. HARRISON `�•1t*i.t‘•� ALLOD LLC Company Vendor Name -CITY OF PORT ARTHUR, TEXAS On n( ort rihu� ADDENDUM NO. SIX(6) 7etus February 2, 2023 BID FOR: EL VISTA FORCE MAIN REHABILITATION 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. The attached Section D shall replace the original Section D in its entirety. 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. Cli n Williams, CPPB V . ' �: '', Purchasing an er E.4 4 2-8-23 • ignature of Proposer Date 3 T.W. HARRISON ALLCO LLC Company Vendor Name