Loading...
HomeMy WebLinkAboutPR 23222: SABINE PASS PIPEBURSTING CONTRACT - PEARL STREET City of ort rthu _� INTEROFFICE MEMORANDUM WATER UTILITIES DEPARTMENT-ADMINISTRATION Date: June 15, 2023 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: PR No. 23222—Sabine Pass Pipebursting Contract—Pearl Street Introduction: The intent of this Agenda Item is to seek Council's authorization for the execution of a contract with Global Drilling, Inc. of Winnie, Texas for the pipebursting of the sanitary sewer mains in Sabine Pass from Pearl Street to Lift Station No. 7. Global Drilling, Inc. is the lowest bidder with a total projected budgetary impact of$352,912.00. Background: The wastewater collection system in Sabine Pass is in need of rehabilitation as per the sanitary sewer overflow initiative with the TCEQ order, to replace 2,000 linear feet of sanitary sewer pipe a year with related appurtenances for the pipebursting of the sanitary sewer mains and replacement of five (5) manholes in Sabine Pass. Budget Considerations: This project will be funded through Water Utilities Capital Improvement Fund and charged to Account No. 405-40-000-8516-00-00-000, Project No. WS0006-CON. Recommendation: I recommend that City Council approve Proposed Resolution No. 23222 authorizing the execution of a contract with Global Drilling, Inc. of Winnie, Texas as described/outlined above. PR No. 23222 6/15/22 bw Page 1 of 2 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH GLOBAL DRILLING, INC. OF WINNIE, TEXAS, FOR THE SANITARY SEWER SYSTEM REHABILITATION, SABINE PASS, PEARL STREET PROJECT, WITH A TOTAL PROJECTED BUDGETARY AMOUNT OF $352,912.00; FUNDING AVAILABLE IN ACCOUNT NO. 405-40-000-8516-00-00-000, PROJECT NO. WS0006-CON. WHEREAS, the wastewater collection system in Sabine Pass is in need of rehabilitation as per the sanitary sewer overflow initiative with the Texas Commission on Environmental Quality (TCEQ)that the City is under,to replace 2,000 linear feet of sanitary sewer pipe and five manholes with related appurtenances; and, WHEREAS,the Purchasing Division advertised for bids in the Port Arthur News with two bids being received and opened on June 7, 2022; and, WHEREAS, Global Drilling, Inc. is the lowest bidder with a total projected budgetary impact of$352,912.00 (bid tabulation with descriptions of items attached hereto as Attachment 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 Global Drilling, Inc. of Winnie, Texas in substantially the same form attached hereto as Attachment "B", for the Sanitary Sewer System Rehabilitation, Sabine Pass, Pearl Street Project with a total projected budgetary amount of$352,912.00; and, THAT, said funding for this contract is being provided through Water Utilities Capital Improvement Fund 405-40-000-8516-00-00-000, Project No. WS0006-CON; and. PR No. 23222 6/15/22 bw Page 2 of 2 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 alecia Tiz no(1,40-, Os• hail? City Secretary City Attorney APPROVED FOR ADMINISTRATION: APPROVED FOR FUNDING: Ronald Burton Kandy Daniel City a Finance Director 4,t,k alvin Matthe , .E. Clifton Williams, CPPB Water Utilities Director Purchasing Manager ATTACHMENT A (BID TABULATION) Citv of j CITY OF PORT ARTHUR TEXAS P23-048 o rt rt h u Bid Tabulation ret., Sanitary Sewer Rehabilitation Sabine Pass Pearl Street Project 5nd Floor Council Chambers Date:June 7,2023 Name of Bidders Global Drilling,Inc Horseshoe Construction,Inc. Item# Description Total Cost Total Cost Sanitary Sewer Rehabilitation Sabine Pass 1. Pearl Street Project $352,912.00 $481,388.00 Bid Bond Yes Yes Location Winnie,TX Bryan,TX Yola da Scyplon—Gorwlea 1x 6/8/2023 Yolanda Scypion-Goudeaux,Purchasing Assistant Date ATTACHMENT B (GLOBAL DRILLING CONTRACT) Cin•of ort rtlru � Texas BID PROPOSAL,CONTRACT DOCUMENTS, AND TECHNICAL SPECIFICATIONS FOR CITY OF PORT ARTHUR, TEXAS SANITARY SEWER SYSTEM REHABILITATION PEARL STREET SABINE PASS CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS �a000pD °°°°° 0 HANI J. TOHME vo doe 90326 AF`�GISTE� '�«", DATE:04/26/2023 GOLDEN TRIANGLE CONSULTING ENGINEERS 85 INTERSTATE 10 SERVICE RD SUITE 204A BEAUMONT,TX 77703 FIRM # 17016 THURMAN BILL BARTIE,MAYOR , RONALD BURTON INGRID HOLMES,MAYOR PRO TEM CITY MANAGER COUNCIL MEMBERS: City of SHERRI BELLARD,TRMC CAL JONES CITY SECRETARY THOMAS KINLAW III KENNETH MARKS VAL TIZENO CHARLOTTE MOSES o r t r t h u CITY ATTORNEY DONALD FRANK,SR. Turin MAY 17, 2023 INVITATION TO BID Sanitary Sewer—Rehabilitation Sabine Pass Pearl Street Project DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, June 7, 2023. (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, June 7, 2023 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P23-048 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 should be directed in writing to: City of Port Arthur, TX Yolanda Scypion-Goudeaux, Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 yo landa.goudeaux g portarth urtx.go v 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. Yo1anola ScUpIon—GoKdear1x Yolanda Scypion-Goudeaux Purchasing Assistant INVITATION TO BID Sanitary Sewer—Rehabilitation Sabine Pass Pearl Street Project (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: NON- MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Sanitary Sewer — Rehabilitation Sabine Pass Pearl Street Project will be held on Thursday, May 18, 2023 at 10:00 a.m. at City Hall in the 5th Floor Council Chamber located at 444 4th Port Arthur, Texas. The purpose of the Non- Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. TABLE OF CONTENTS A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID E. BID BOND F. GENERAL CONDITIONS G. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE H. SUPPLEMENTAL GENERAL CONDITIONS Part A Part B I. PAYMENT BOND J. PERFORMANCE BOND K. ADDENDUMS L. NOTICE OF AWARD M. NOTICE TO PROCEED N. INSURANCE O. TECHNICAL SPECIFICATIONS P. QUALIFICATION STATEMENT Q. HOUSE BILL 89 VERIFICATION R. NON-COLLUSION AFFIDAVIT S. AFFIDAVIT T. SB 252 CHAPTER 2252 CERTIFICATION SECTION A CONSTRUCTION CONTRACT AGREEMENT CONSTRUCTION CONTRACT THIS AGREEMENT made this the day of , ,by and between (a corporation organized and existing under the laws of the State of Texas) hereinafter called the"Contractor", and City of Port Arthur,hereinafter called the"City." WITNESSETH, that the Contractor and the City for the considerations stated herein mutually agree as follows: ARTICLE 1.Statement of Work.The Contractor shall furnish all supervision,technical personnel,labor, materials, machinery, tools, equipment and services, including utility and transportation services, and perform and complete all work required for the construction of the Improvements embraced in the Project; namely, Sanitary Sewer System Rehabilitation Pearl Street, Sabine Pass for the City of Port Arthur, Texas project, all in strict accordance with the contract documents including all addenda thereto, numbered , dated i_ , 2023 and , all as prepared by Golden Triangle Consulting Engineers, acting and in these contract documents preparation,referred to as the"Engineer ARTICLE 2. The Contract Price. The City will pay the Contractor for the performance of the Contract in current funds, for the total quantities of work performed at the unit prices stipulated in the Bid for the several respective items of work completed subject to additions and deductions as provided in hereof. ARTICLE 3. The Contract. The executed contract documents shall consist of the following components: a. This Agreement(pgs. 1-2) f. General Conditions,Part I b. Addenda g. Special Conditions c. Invitation for Bids h.Technical Specifications d. Instructions to Bidders i. Drawings(as listed in the Schedule of Drawings) e. Signed Copy of Bid ARTICLE 4. Performance. Work, in accordance with the Contract dated , , shall commence on or before , , and Contractor shall complete the WORK within 120 consecutive calendar days thereafter. The date of completion of all WORK is therefore . This Agreement, together with other documents enumerated in this ARTICLE 3, which said other documents are as fully a part of the Contract as if hereto attached or herein repeated, forms the Contract between the parties hereto. In the event that any provision in any component part of this Contract conflicts with any provision of any other component part, the provision of the component part first enumerated in this ARTICLE 3 shall govern, except as otherwise specifically stated. IN WITNESS WHEREOF,the parties hereto have caused six original copies of this Agreement to be executed on the day and year first above written. (The Contractor) By , A(proprietorship,partnership, corporation). Title City of Port Arthur (City) By Title Corporate Certifications I, , certify that I am the of the corporation named as Contractor herein; that who signed this Agreement on behalf of the Contractor,was then of said corporation; that said Agreement was duly signed for and in behalf of said corporation by authority of its governing body,and is within the scope of its corporate powers. Corporate Seal (Corporate Secretary) SECTION B ADVERTISEMENT FOR BIDS 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 ,June 7, 2023 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, June 7, 2023 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: SANITARY SEWER- REHABILITATION SABINE PASS PEARL STREET PROJECT 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.portarthur.net or www.publicpurchase.com. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M. ON THURSDAY, MAY 18, 2023 AT CITY HALL, IN THE 5TH FLOOR COUNCIL CHAMBERS. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Yo1aniaScup oh-Goldeao% Yolanda Scypion-Goudeaux Purchasing Assistant FIRST PUBLICATION: May 17, 2023 SECOND PUBLICATION: May 24, 2023 SECTION C INFORMATION TO BIDDERS INFORMATION TO BIDDERS The following instructions are applicable to the Contract in addition to the requirements set forth in the ADVERTISEMENT FOR BIDS. 1. $ID PROCEDURE Bids must be submitted in DUPLICATE upon the prescribed forms, or copies thereof, in sealed envelopes plainly marked. Bids shall be prepared in compliance with the requirements of the ADVERTISEMENT FOR BIDS,these instructions and the instructions printed on the prescribed forms. All blank places on the Proposal form must be filled in as noted, in ink, in both words and figures,with amounts extended and totaled,and no changes shall be made in the phraseology of the forms or of the items mentioned therein. In case of any discrepancy between the written amounts and the figures, the written amounts shall govern. If the Bidder does not bid on optional items(if shown in the Proposal form), "No Bid" shall be entered in the blank spaces, therefore. Any bid may be deemed irregular which contains any omission,erasure,alteration,addition, irregularity of any kind or item not called for, or which does not contain prices set opposite to each of the several items in the Proposal form, or in which any of the prices are obviously unbalanced, or which shall in any manner fail to conform to the conditions of the published ADVERTISEMENT FOR BID.The Bidder shall sign his Proposal in the blank area provided, therefore. If the bid is made by a partnership or corporation,the name and address of the partnership or corporation shall be shown,together with the name and address of the partners or officers. If the bid is made by a partnership, it must be acknowledged by one of the partners; if made by a corporation, by one of the officers thereof accompanied by Corporate Seal. In order to ensure consideration,the Proposal must be enclosed in a sealed envelope plainly identified by the name of the proiect and the Contract number and addressed to the OWNER as prescribed in the Invitation to Bidders. Withdrawal or modifications to bids are effective only if written notice thereof is filed prior to time of bid opening and at the place specified in the Notice to Bidders. A notice of withdrawal or modifications to a bid must be signed by the CONTRACTOR or his designated representative. No withdrawal or modifications shall be accepted after the time for opening of proposals. 2. DID SECURITY AND LIQUIDATED DAMAGES Bids shall be accompanied by a bid guarantee of not less than five percent (5%) 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 sixty (60)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 will be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. c-I The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnish Performance and Payment Bonds and required insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER,within said period, of reasons which, in the sole discretion of the OWNER, justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified, the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the Bidder shall be liable to the CITY OF PORT ARTHUR for any excess cost to the OWNER over his bid amount. Further, the bid guarantee shall be forfeited to the CITY OF PORT ARTHUR as liquidated damages and Bidder shall be liable to the CITY OF PORT ARTHUR for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The OWNER, within fifteen (15) calendar days of receipt of acceptable Performance and Payment Bonds, Insurance Documents and Contract signed by Bidder to whom Contract was awarded, shall sign,and return executed duplicate of the Contract to said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. 3. BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000.00), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000) a performance bond also, shall be furnished on prescribed forms in the amount of one hundred percent (100%) 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. 4. NOTICE TO PROCEED Notice to Proceed shall be issued within fifteen (15) calendar 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. If Notice to Proceed has not been issued within the fifteen(15) calendar day period or a period mutually agreed upon, CONTRACTOR may terminate the Contract without liability on the part of either party. 5. 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 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(No insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount[or specific formula for determining a specific dollar amount]aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance). 1. Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of Port Arthur, (City of Port C-_2 Arthur and Contractor and all persons providing services shall comply with the worker's compensation insurance requirements of Section 406.096 of the Texas Labor Code and 28 TAC Section 110.110, a copy of which is attached hereto and is hereby incorporated by reference). 2. Commercial General Liability occurrence type insurance. No. "XCU" RESTRICTIONS SHALL BE APPLICABLE. Products/completed operations coverage must be included, and City of Port Arthur and Arceneaux and Gates Consulting Engineers, Inc., A Burrow Global Company, 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, b. Bodily Injury $1,000,000 single limit per occurrence of$1,000,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, c. Property Damage $100,000 per occurrence regardless of Contract amount; and, d. Minimum aggregate policy year limit of$1,000,000 for contracts of$100,000 or less; or, e. Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Comprehensive Automobile Liability(Including owned, non- owned and hired vehicles coverage). 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. 4. Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial General Liability Policy, specifically referring to this Contract by date, job number and location. 5. All-Risk Builder's Risk of the non-reporting type (not required for paving projects, water, and sewer line projects or projects involving lump sum payments). c 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 a valid certificate of insurance the CERTIFICATE OF INSURANCE form attached to and made a part of the Information To Bidders, and pertaining to the above listed Items 1, 2, 3 and 4; and before commencing any of the work and within the time otherwise specified. CONTRACTOR shall file said completed form with the OWNER. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverages afforded under the policies will not be altered, modified, or cancelled unless at least fifteen (15) days prior written notice has been given to the OWNER. CONTRACTOR shall also file with the OWNER valid CERTIFICATE(s)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 OWNER not more than ten (10)days after execution of this Contract. The original Builder's Risk policy(if required)shall provide for fifteen(15)days written notice of alteration, modification or cancellation and shall be furnished to OWNER. Provided, however, until the Original Policy is issued and furnished to the OWNER a Certified Insurance Binder with the identical notice will be acceptable in place of the original policy. which original policy must be received by the OWNER not later than thirty (30) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER. 6. JOB EXAMINATION Bidder should carefully examine and be familiar with the Plans, Specifications and other Documents and other conditions and matters which can in any way affect the work or the cost thereof. By submitting a bid,the CONTRACTOR acknowledges that he or his qualified representative has visited the job site and investigated and satisfied himself as to (a) the conditions affecting the work including but not limited of the physical conditions of the site which may bear upon site access, handling and storage of tools and materials, access to water, electric or other utilities or otherwise affect performance of required activities; (b)the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonably ascertainable from inspection of the site, including exploratory work done by the OWNER or a designated consultant. Failure to do all of the above will not relieve a successful Bidder of the obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the considerations set forth in the bid. Any information shown in the specifications or on the Plans in regard to subsurface data, test borings and similar conditions is to be considered approximate and does not relive the Bidder of the responsibility for its verification. OWNER is not responsible for any failure by the CONTRACTOR to acquaint himself with available information for estimating properly the difficulty or cost of successfully performing the work. The OWNER is not responsible for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER. In conformity with applicable statutes, the OWNER has adopted a labor classification and a minimum wage scale, which is included preceding the Specifications. C-4 7. SALES TAX This Contract is issued by an organization which qualifies for exemption pursuant to the provisions of Section 151.209 of the Texas Limited Sales, Excise and Use Tax Act as codified in Chapter 151 of the Texas Tax Code. The CONTRACTOR'S attention is directed to the State of Texas Comptroller of Public Accounts Limited Sales, Excise and Use Tax rules and regulations Rulings regarding Repairmen and Contractors - Reference: Section 151.056 Texas Tax Code which, upon compliance with certain conditions, provides for exemption from this tax of non-consumable materials and equipment permanently incorporated into work done for an exempt organization,and to House Bill 11 amendments to Section 151.311 of the Tax Code(Vernon Supp. 1992) as they relate to separated contracts/bids in order for non-consumable materials and equipment to qualify for resale to the City of Port Arthur and be exempt from sales tax. Any Bidder may elect to exclude this sales tax from his bid. The bid and contract, however, must separately identify the charges for(1) non-consumable materials and equipment that are permanently incorporated into the project and(2)charges for skill,labor and consumable materials,tools and equipment which are not permanently incorporated into the project. This statement shall be included in and made part of the Contract. CONTRACTORS are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the exemption provisions and the separated Contractprocedure. The City of Port Arthur will issue a specific exemption certificate for a separated Contract to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and equipment purchased for and permanently incorporated into the City of Port Arthur project. The CONTRACTOR performing this Contract must issue to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City of Port Arthur. The OWNER will make no further allowance for and will make no price adjustment above or below the originally bid unit prices on account of this tax. It shall be the CONTRACTOR'S sole responsibility, if CONTRACTOR has elected to exclude the sales tax from the bid, to comply with the aforementioned Rulings and with any other applicable rules, regulations or laws pertaining to the Texas Limited Sales, Excise and Use Tax which may now or at any time during the performance of this Contract be in effect, and the OWNER shall have no responsibility for any sales or use tax which the CONTRACTOR may be required to pay as a result of CONTRACTOR'S failure or the OWNER'S failure to comply with said rules, regulations or laws, or as the result of the performance of the Contract or any part hereof by the CONTRACTOR. Bidders are cautioned that materials which are not permanently incorporated into the work (Example: Fuel, lubricants,tools,forming materials,etc.) are not eligible for exemption and are not to be included in the statement as "Non-Consumable Materials and Equipment". 8. FINANCIAL STATEMENT AND EXPERIENCE RECORD The Bidder will,upon request by the OWNER,furnish such information and data as OWNER may request to determine ability of the Bidder to perform the work, including, without limitation, a list of all jobs completed in the last 24 months giving name of OWNER,amount C-5 of Contract, description of the job, and name of OWNER'S representative who is familiar with the work performed by the CONTRACTOR. 9. JNTERPRETATIQN OF PLANS AND SPECIFICATIONS Bidders desiring further information,or further interpretation of the Plans and Specifications must make request for such information in writing to the Architect/Engineer,not later than 96 hours before the bid opening. Answers to all such requests will be given in writing to all qualified Bidders,in Addendum form, and all addenda will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in,or omissions from,the Plans,Specifications or other Contract Documents,or should a Bidder be in doubt as to their meaning,the Bidder should, no later than 96 hours prior to the bid opening, notify the Architect/Engineer in order that a written Addendum, if necessary, may be sent to all Bidders prior to submission of the bids. Failure to request such clarification is a waiver to any claim by the Bidder for expense made necessary by reason of later interpretation of the Contract Documents by the OWNER. 10. AWARD OF CONTRACT Unless it elects to reject all bids, the OWNER will award the Contract as promptly as possible consistent with the time required for a thorough analysis of bids submitted. Award will be made on the basis of the greatest advantage to the OWNER, considering all elements of the bid. The right is reserved to reject any or all Proposals and to waive technical defects, as the interest of the OWNER may require. A Bidder may withdraw his Proposal before the expiration of the time during which a Proposal may be submitted,without prejudice to himself, by submitting a written request for its withdrawal to the officer who holds it. 11. TIME OF COMPLETION Attention is directed to the requirement that each Bidder specify in his Proposal the time in which he will agree to complete the work. The time required for completion of the work will be a consideration in the determination of the successful Bidder. Unless otherwise specified, Bidder must state time in consecutive calendar days, including, but not limited to, all Saturdays, Sundays, and Federal, State and holidays. 12. SUBSTITUTIONS Where materials or equipment are specified by a trade or brand name, it is not the intention of the OWNER to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. 13. LAWS All applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. (-6 14. EQUAL OPPO$II,NJ Bidder agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in the General Conditions. 15. JVIATERIAL SUPPLIERS AND SUBCONTRACTOM Low bidder shall supply the names and addresses of major material suppliers and Subcontractors when requested to do so by OWNER. 16. RETAINAGE Five percent (5%) of the amount of each periodic progress payment shall be retained, by OWNER, until final completion and acceptance of all work under the CONTRACT. 17. UNIT PRICES If the Contract may be let on a unit price basis, the Specifications furnished to bidders shall contain approximate quantities estimated upon the best available information, but the compensation to be paid to the CONTRACTOR shall be based upon the actual quantities constructed or supplied. The purpose of the NON MANDATORY PRE-BID CONFERENCE is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Engineer, if necessary, will issue an addendum(s)to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the NON JN14NDATORY PRE- BID CONFERENCE will be rejected and returned unopened to the Bidder. C-% SECTION D BID BID FORM TABLE OF ARTICLES Page Article 1 —Bid Recipient 1 Article 2—Bidder's Acknowledgements 1 Article 3—Bidder's Representations 1 Article 4—Further Representations 2 Article 5—Basis of Bid 2 Article 6—Time of Completion 2 ARTICLE I —BID RECIPIENT THIS BID IS SUBMITTED TO: City of Port Arthur 444 46 Street Port Arthur,Texas 77640 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents forthe prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2—BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid security.This Bid will remain subject to acceptance for 60 days after the Bid opening,or forsuch longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all:(1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations, investigations,explorations,tests,studies and data concerning conditions(surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s)bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations, explorations,tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4—FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group,association,organization or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding;and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ARTICLE 5—BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities,determined as provided in the Contract Documents. ARTICLE 6—TIME OF COMPLETION 6.01 The project must be completed within 120 calendar days. BID PROPOSAL SANITARY SEWER SYSTEM REHABILITATION PEARL STREET SABINE PASS CITY OF PORT ARTHUR Item Qty. Unit Description Unit Price Total BASE BID 1. 1 LS Mobilization costs,including payment bond,performance bond, insurance, moving equipment to project, and project sign, all in strict accordance with the plans and specifications; NOT TO EXCEED 4%of total project cost,for DOLLARS CENTS $ 25,000.00 $ 25,000.00 Lump Sum 2. 120 LF Rehabilitate 6" Diameter Sanitary Sewer Pipe by Pipe Bursting and/or open cut Using 6" SDR-17 HDPE Pipe, complete in place,all depths,including liner pipe,connection to manholes,bypass pumping,cleaning,well points,surface restoration, testing and necessary appurtenances, all in strict accordance with plans and specifications for DOLLARS CENTS $ 70.00 s 8,400.00 Per Linear Foot 3. 40 LF Rehabilitate 12" Diameter Sanitary Sewer Pipe from Manhole 5 to lift station by open cut Using 12" SDR-17 HDPE Pipe and connect it to the lift station as per detail on sheet B-1.0, complete in place, all depths, including liner pipe, connection to manholes,bypass pumping, cleaning, well points, surface restoration, testing and necessary appurtenances, all in strict accordance with plans and specifications for DOLLARS CENTS $ 85.00 $ 3,400.00 Per Linear Foot BID PROPOSAL SANITARY SEWER SYSTEM REHABILITATION PEARL STREET SABINE PASS CITY OF PORT ARTHUR Item Qty. Unit Description Unit Price Total 4. 2544 LF Rehabilitate 12" Diameter Sanitary Sewer Pipe by Pipe Bursting Using 12"SDR-17 HDPE Pipe,complete in place, all depths,including liner pipe,connection to bypass pumping,cleaning,well points, surface restoration, testing and necessary appurtenances, all in strict accordance with plans and specifications for DOLLARS CENTS $ 95.00 S 241,680.00 Per Linear Foot 5. 2 EA Repair cavity on 6 and 12 inch sanitary sewer line, complete in place,all depths, including liner pipe,connection to manholes or existing pipe,bypass pumping, cleaning,well points, surface restoration, testing and necessary appurtenances, all in strict accordance with plans and specifications for DOLLARS CENTS $ 1,600.00 $ 3,200.00 Per Each 6. 1 EA Furnish and Install 4" Sanitary Sewer Service Line (Short Side),to include tap on proposed sanitary sewer pipe, concrete cleanout box, cleanout, connection to existingsanitary sewer service line, complete in place including tapping saddle, embedment, excavation, backfill, surface restoration and testing all in strict accordance with the plans and specifications for DOLLARS CENTS $ 1,700.00 S 1,700.00 Per Each 7. 1 EA Furnish and Install 4" Sanitary Sewer Service Line (Long Side)to include tap on proposed sanitary sewer pipe,concrete cleanout box,cleanout,connection to the existing sanitary sewer service line, complete in place including tapping saddle, embedment, excavation, backfill, surface restoration and testing all in strict accordance with the plans and specifications for DOLLARS CENTS $ 1,800.00 $ 1 ,800.00 Per Each BID PROPOSAL SANITARY SEWER SYSTEM REHABILITATION PEARL STREET SABINE PASS CITY OF PORT ARTHUR Item Qty. Unit Description Unit Price Total 8. 2,704 LF Pre and Post-Installation TV Inspection including all labor,materials and equipment,all in strict accordance with the plans and specifications for DOLLARS CENTS $ 8.00 s 21,632.00 Per Linear Foot 9. 1 EA Furnish and Install Reinforced Concrete Sanitary Sewer Manhole as Per Plans, complete in place, including excavation,cement stabilized sand backfill,compaction, surface restoration, SuperCover" manhole ring and cover (or approved equal), water-tight connection of existing and proposed sanitary sewer lines, and testing, all in strict accordance with the plans and specifications for DOLLARS CENTS 6,300.00 s 6,300.00 Per Each 10. 4 EA Remove and Replace Sanitary Sewer Manhole as Per Plans, complete in place, with new reinforced concrete manhole, including excavation, cement stabilized sand backfill, compaction, surface restoration, SuperCover" manhole ring and cover (or approved equal), water-tight connection of existing and proposed sanitary sewer lines, and testing, all in strict accordance with the plans and specifications for DOLLARS CENTS $ 6,500.00 $ 26,000.00 Per Each 11. 1 EA Furnish and Install end of Line Cleanout, complete in place, including excavation, cement stabilized sand backfill, compaction, surface restoration, water-tight connection of proposed sanitary sewer lines,all in strict accordance with the plans and specifications for DOLLARS CENTS $ 5,000.00 S 5,000.00 Per Each BID PROPOSAL SANITARY SEWER SYSTEM REHABILITATION PEARL STREET SABINE PASS CITY OF PORT ARTHUR Item Qty. Unit Description Unit Price Total 12. 20 LF Refurbish existing sanitary sewer manhole utilizing a liner product that must be approved by the Engineer,for DOLLARS CENTS $ 250.00 s 5,000.00 Per Linear Foot 13. 1 EA Provide a Trench Safety Plan and a Trench Safety System, all in strict accordance with the plans and specifications for DOLLARS $ 3,800.00 S 3,800.00 CENTS Per Each *Do Not extend unit prices or total out bid items.Show unit and lump sum prices in words and figures only.In case of discrepancy,the amount shown in words will govern. All extensions and total prices will be calculated by Owner and/or Engineer. Bidder's calculated total bid amount is to be provided on accompanying"Bid Opening"Sheet. BID OPENING In the space provided below, please enter your total bid amount for this project. Only this figure will be read publicly by the owner at the public bid opening. It is understood and agreed by the bidder in signing the proposal that the total bid amount entered below is not binding on either the bidder or the owner. It is further agreed that the official total bid amount for this proposal will be determined by the Owner and/or Engineer by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts bid for all lump sum items. Project: City of Port Arthur, Texas SANITARY SEWER SYSTEM REHABILITATION PEARL STREET,SABINE PASS, PORT ARTHUR,TEXAS Owner: City of Port Arthur 444 4th Street Port Arthur,Texas 77640 $ 352,912.00 Total Base Bid(Items 1-13) Acknowledge Addenda: No._,dated ,2023 No. ,dated ,2023 No. ,dated ,2023 No. dated ,2023 No. dated ,2023 No. ,dated ,2023 GLOBAL DRILLING, INC 44994 INTERSTATE 10 COMPANY NAME STREET ADDRESS *** SIGNATURE OF BIDDER P.O.BOX BAKER MOHAMMAD WINNIE, TEXAS 77665 PRINT OR TYPE NAME CITY STATE ZIP PRESIDENT 407 683 2143 jaIRr @globaldrillingequipment.com TELEPHONE NO. and baker@globaldrillingequipment.com EMAIL FAX NO. SECTION E BID BOND I -4-4=ATA Document A310TM — 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) Global Drilling, Inc. RLI Insurance Company 44994 Interstate 10 9025 N. Lindbergh Drive Winnie, TX 77665 Peoria, IL 61615 This document has important legal OWNER: consequences.Consultation with (Name, legal status and address) an attorney is encouraged with City of Port Arthur respect to its completion or 444 4th Street modification. Port Arthur,TX 77640 Any singular reference to Contractor,Surety,Owner or otherparty shall be considered BOND AMOUNT: Five Percent of the Greatest Amount Bid (5%G.A.B.) plural where applicable. PROJECT: (Name, location or address, and Project number, if any) City of Port Arthur,Texas Project Number, if any: Sanitary Sewer-Rehabilitation Sabine Pass Pearl Street The Contractor and Surety are bound 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 of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)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 of 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 of this Bond,between the amount specified in said bid and such larger amount for 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 in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension 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. If 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. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 7th day of June, 2023 Global Drilling, Inc. (Principal) (Seal) (Witness) (Title) RLI Insurance Company (Surety) (Seal) (Witness) Kim Alia (Title) Russ Frenzel .. At rney-in-Fact Init. AIA Document A310r,—2010.Copyright®1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AfA'' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA`"Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 12/30/2021 22:19:45 under the terms of AIA Documentson_DemandTM order no. 2114275178.and is nut for resale.This document is licensed by The American Institute of Architects for one-time use only,and may not be reproduced prior to its completion.oar'to POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria.IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: William D. Baldwin, Brent Baldwin.Blaine Allen.Russ Frenzel,jointly or severally in the City of Dallas , State of Texas its true and lawful Agent(s) and Attorney(s) in Fact,with full power and authority hereby conferred, to sign, execute,acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: "All bonds,policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 7th day of December , 2022 . RLI Insurance Company oo„°anaNS`.; ayJR...... �p o, Contractors Bonding�� and Insurance Company 73-2 FOC `OpPORq T�*. 001WORATF•'��% SEAL By: ,q - i• SEAL r�a Barton W.Davis Vice President State of Illinois l CUNOIS ., t I N `0�'��``` } SS County of Peoria JJJ CERTIFICATE On this 7th day of December . 2022 .before me.a Notary Public. I. the undersigned officer of RLI Insurance Company and/or personally appeared Barton W. Davis . who being by me duly sworn. Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and/or Contractors Bonding and irrevocable; and furthermore. that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney. is now in ,force. In testimony act and deed of said corporation. whereof. I have hereunto set my hand and the seal of the RL1 Insurance Company and/or Contractors Bonding and Insurance Company this 7th day of June 2023 . By: £ ± r-sKJi_ a.. Oi L RLI Insurance Company Catherine D.Glover Notary Public Contractors Bonding and Insurance Company i �1 CATHERINE D.GLOVER . OFFICIAL SEAL 0 jicAe.. Notary PubiC.sir.of IINnolul By: My ` Jeffrey is Corporate Secretary 428105ta202r 2 A0058D 19 RLI® 121.1 InsurancePeon Company Texas Policyholder Notice P.O.Box 3967Peoria,IL 61612-3967 Phone:309-692-1000 Fati:309-683-1610 TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may call RLI Insurance Company's toll free telephone Usted puede llamar al numero de telefono gratuito de RLI number for information or to make a complaint at 800-645-2402. Insurance Company para obtener informacion o para presentar una queja al 800-645-2402. You may also write to RLI Insurance Company at: Usted tambien puede escribir a RLI Insurance Company: 9025 N.Lindbergh Drive 9025 N.Lindbergh Drive Peoria,IL 61615 Peoria,IL 61615 FAX# 309-683-1610 FAX# 309-683-1610 You may contact the Texas Department of Insurance to obtain Usted puede comunicarse con el Departamento de Seguros de information on companies,coverages,.rights or complaints at Texas para obtener informacion sobre companias,coberturas, 1-800-252-3439 derechos o quejas al 1-800-252-3439 . You may also write the Texas Department of Insurance: Usted puede escribir al Departamento de Seguros de Texas a: P.O.Box 149104 P.O.Box 149104 Austin,TX 78714-9104 Austin,TX 78714-9104 Fax Number: (512)490-1007 Fax Number: (512)490-1007 Web:www.tdi.texas.gov Sitio web:www.tdi.texas.gov E-mail:ConsumerProtectionatdi.texas,ov E-mail:ConsumerProtection(a tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS POR PRIMAS DE SEGUROS 0 Should you have a dispute concerning your premium or about a RECLAMACIONES: claim,you should contact the agent first. If the dispute is not Si tiene una disputa relacionada con su prima de seguro o con resolved,you may contact the Texas Department of Insurance. reclamacion,usted debe comunicarse con el agente primero. Si la disputa no es resuelta,puede comunicarse con el Departamento de ATTACH THIS NOTICE TO YOUR POLICY: Seguros de Texas. This notice is for information only and does not become a part or condition of the attached document. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se convierte en parte o en condicion del documento adjunto. UW 1042-8(08/15) M4201815 QUALIFICATION STATEMENT SUBMITTED TO: CITY OF PORT ARTHUR BY GLOBAL DRILLING, INC [Corporation,Co-Partnership,An Individual] PRINCIPAL OFFICE 44994 INTERSTATE 10, WINNIE TEXAS 77665 The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. How many years has your organization been in business as a general contractor under your present business name: 11 2. How many years' experience in this type of construction work has your organization had? (a) As a general contractor 11 (b) As a sub-contractor 11 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner $622,693.00 Government/ Public Utilities Aug. 15, 2022 - CITY OF PORT ARTHUR March 31, 2023 444 4tn Street, 4th Floor, Port Arthur Texas 77640 $187,000.00 Government/ Public Utilities March 22, 2023 - CITY OF PORT ARTHUR April 12, 2023 444 4th Street, 4th Floor, Port Arthur Texas 77640 $95,000.00 Government/ Public Utilities May 16, 2023 - CITY OF PORT ARTHUR May 26, 2023 444 4111 St1CGl, 4th Fluor, Port Arthur Texas 77640 $98,500 Commercial / Residential 2021 CARDINAL APRTMENTS 1030 W Cardinal Drive Beaumont Texas 77705 $1,817,438 Government/ Public Utilities 2018 AL SALMEEN GEN CONT EST Abu Uabi, United Arab Emirarates P-1 4. Have you ever failed to complete any work awarded to you? NO If so, where and why? 5. In what manner have you inspected this proposed work? Explain in detail. CAREFULLY STUDIED THE PLANS AND SPECIFICATIONS 6. Explain your plan or layout for performing the proposed work: PREPARE ALL THE EQUIPMENT, PERSONNEL AND MATERIALS FOR THE PROJECT. PIPE BURSTING MACHINES ARE ALREADY AVAILABLE 7. The work, if awarded to you, will have the personal supervision of whom? (a) For administrative management? OWNER/ PRESIDENT OF THE COMPANY (b) For resident construction superintendence?OWNER/ PRESIDENT OF THE COMPANY (c) What experience in this type of work is enjoyed by the superintendent designated under (b) above? OUR MANAGEMENT/SUPERINTENDENT HAS EXTENSIVE EXPERIANCE IN TRENCHLESS CONSTRUCTION WHICH INCLUDES THE PIPE BURSTING METHOD 8. What portions of the work do you intend to sub-let? NONE P-2 9. What equipment do you own that is available for the proposed work? Description,Size Years of Present Qty. Item Capacity, Etc. Condition Service Location 1 UNIT HAMMERHEAD HG1200 WINCH New 0.5 Winnie, TX 12TON Pull Force 1 UNIT HAMMERHEAD HG2200 WINCH New 0.5 Winnie, TX 22TON Pull Force 1 UNIT CATERPILLAR 323 D USED 4 WINNIE, TX EXCAVA I OK (24.6 Ion Cap.) 1 UNIT CATERPILLAR 950F LOADER USED 4 WINNIE, TX (15.TTON Cap) 1 UNIT Skytrack 6036-2 Forklift USED 1 WINNIE, TX 2.7 Tons 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? NO, WE HAVE OUR OWN EQUIPMENT P-3 11. List the construction projects your organization has underway on this date: Contract Class of Percent Name and Address of Owner Amount Work Complete or Contracting Officer Dated at WINNIE, TEXAS this 5th day of JUNE 2023 • BY: BAKER MOHAMMAD TITLE: PRESIDENT • P-4 FINANCIAL STATEMENT The Bidder shall include in his bid package a current financial statement as required by Instructions to Bidders. The statement shall be enclosed in a separate sealed envelope within the bid package labeled with name of bidder and description of project. The envelope will be opened and the statement examined only if bidder is actively considered for award. Otherwise, upon request, the envelope will be returned unopened after contract award. The attached statement will remain confidential and will not be included in contract documents. SECTION F GENERAL CONDITIONS SANITARY SEWER SYSTEM REHABILITATION PEARL STREET SABINE PASS City of Port Arthur, Texas GENERAL This contract provides for the rehabilitation of existing 6 inch and 12 inch sanitary sewer lines on Pearl Street in Sabine Pass by pipe bursting and/or open cut, including removal and replacement of sanitary sewer manholes, installation of new sanitary sewer manholes, rehabilitation of all associated service connections, appurtenances, all necessary labor, materials, equipment,and testing. SPECIFIC This contract shall include all necessary labor, materials, equipment, tools, inspection, testing, and superintendence required for the complete and operable rehabilitation of the proposed project as shown on the contract plans and specifications. This contract includes, but is not limited to the following: 1. The Contractor shall rehabilitate approximately 2,584 linear feet of 12" diameter sanitary sewer line by pipe bursting and/or open cut with 12" SDR-17 HDPE sewer line; rehabilitate approximately 120 linear feet of 6" diameter sanitary sewer line by pipe bursting and/or open cut with 6" SDR-17 HDPE sewer line all in accordance with the plans and specifications. 2. Contractor shall install one (1) new 48" reinforced concrete manholes, all in accordance with the plans and specifications. 3. Contractor to remove and replace four (4) existing sanitary sewer manholes with new 48" reinforced concrete manholes, all in accordance with the plans and specifications. 4. Contractor to locate and rehabilitate existing sanitary sewer services on the proposed lines by pipe-bursting using 4" HDPE SDR-11, or remove and replace with SCH 40 PVC, including cleanouts and tap, all in accordance with the plansand specifications. 5. Pre and Post-Construction TV approximately 2,704 LF per each of existing and new sanitary sewer line all in accordance with plans and specifications. CONDITIONS ALONG THE ROUTES The Contractor's attention is called to various physical conditions along the routes asfollows. 1. Overhead power lines are located near or within the project site. The Contractor shall notify proper authorities at least 72 hours before construction begins. The Contractor shall take precautions to avoid damage to power lines, foundations, guywires, and appurtenances. The Contractor shall observe all applicable OSHA and owner requirements while working near the overhead power lines including restriction of height of equipment. 2. Underground utilities and pipelines exist near or within the project area. During construction the Contractor shall take the necessary precautions to avoid damaging the existing utilities within the limits of the project site. SPECIAL REQUIREMENTS The Contractor shall contact Brian Wallace (409) 983-8180 prior to starting anywork within the project site. The Contractor shall restore all project locations to their original condition or better priorto the project completion. SECTION G LABOR CLASSIFICATION AND MINIMUM WAGE SCALE "General Decision Number: TX20220256 03/1 1/2022 Superseded General Decision Number: TX20210256 State: Texas Construction Type: Building County: Jefferson County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis- Bacon Related Acts, including those set forth at 29 CFR 5.I(a)(2)-(60). If the contract is entered I. Executive Order 14026 into on or after January 30, generally applies to the 2022, or the contract is I contract. renewed or extended (e.g., an . The contractor must pay option is exercised)on or I all covered workers at after January 30, 2022: I least $15.00 per hour(or the applicable wage rate I listed on this wage I determination, if it is higher) for all hours I spent performing on the contract in 2022. I If the contract was awarded on. Executive Order 13658 or between January 1, 2015 and! generally applies to the January 29, 2022, and the I contract. I contract is not renewed or I. The contractor must pay all! extended on or after January I covered workers at least I 30, 2022: I $1 1.25 per hour(or the ! applicable wage rate listed! I on this wage determination, if it is higher) for all I I hours spent performing on I that contract in 2022. I ( The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 0 1/21/2022 2 02/18/2022 3 02/25/2022 4 03/11/2022 * ASBE0022-009 06/01/2021 Rates Fringes ASBESTOS WORKER/HEAT& FROST INSULATOR(Duct, Pipe and Mechanical System Insulation) $ 25.14 15.15 BOIL0074-003 01/01/2021 Rates Fringes BOILERMAKER. $29.47 24.10 BRTX0005-006 06/01/2020 Rates Fringes BRICKLAYER. $ 24.58 8.53 ELEC 0479-005 12/27/2021 Rates Fringes ELECTRICIAN $ 30.55 13.16 ENGI0450-002 04/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR Cranes $34.85 9.85 I RON0084-011 06/01/2021 Rates Fringes IRONWORKER, ORNAMENTAL $ 26.01 7.56 I IRON0135-002 09/01/2021 Rates Fringes IRONWORKER, STRUCTURAL. $ 34.10 13.94 PLUM0068-001 10/01/2021 Rates Fringes PLUMBER. $ 32.81 11.63 PLUM021 1-009 10/01/2021 Rates Fringes0.00 PIPEFITTER. $ 37.03 12.56 LABORER: Pipelayer $ 13.47 ** 0.00 LABORER: Roof Tearoff $ 11.28 **0.00 LABORER: Landscape and Irrigation $ 11.04 ** 0.36 OPERATOR: Backhoe/Excavator/Trackhoe $ 18.65 0.00 SHEE0054-007 04/01/2020 Rates Fringes SHEET METAL WORKER(Excludes HVAC Duct Installation). $ 28.69 14.13 * SUTX2014-032 07/21/2014 Rates Fringes CARPENTER. $ 17.98 3.72 CEMENT MASON/CONCRETE FINISHER...$ 13.44 ** FORM WORKER $ 13.02 ** 0.00 IRONWORKER, REINFORCING. $ 12.95 ** 0.00 LABORER: Common or General $ 12.04 ** 0.00 LABORER: Mason Tender - Brick $ 12.90 ** 0.00 LABORER: Mason Tender - Cement/Concrete. $ 10.50 ** 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 13.93 **0.00 OPERATOR: Bulldozer. $ 18.88 0.00 OPERATOR: Drill $ 16.22 0.34 OPERATOR: Forklift..$ 17.69 0.00 OPERATOR: Grader/Blade. $ 13.37 ** 0.00 OPERATOR: Loader....$ 13.55 ** 0.94 OPERATOR: Mechanic.. $ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete). $ 16.03 0.00 OPERATOR: Roller....$ 16.00 0.00 PAINTER (Brush, Roller, and Spray). $ 16.75 4.51 ROOFER. $ 15.40 0.00 SHEET METAL WORKER(HVAC Duct Installation Only) $ 26.89 10.38 TILE FINISHER $ 12.00 ** 0.00 TILE SETTER $ 16.17 0.00 TRUCK DRIVER: Dump Truck $ 12.39 ** 1.18 TRUCK DRIVER: Flatbed Truck $ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck $ 12.50 **0.00 TRUCK DRIVER: Water Truck $ 12.00 ** 4.11 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($1 1.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order(EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member(or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses(29CFR 5.5 (a) (I) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s)of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of"identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate(weighted average rate) or a union average rate(weighted union average rate). Union Rate Identifiers A four-letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number,007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100%of the data reported for the classifications was union data. EXAMPLE: UAVG-011-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination.08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling * On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory,then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue,N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action)can request review and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue,N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description,area practice material, etc.)that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue,N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION SECTION H SUPPLEMENTAL GENERAL CONDITIONS SUPPLEMENTAL CONDITIONS OF THE AGREEMENT - PART A A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL SPECIFICATIONS Is entitled Sanitary Sewer Rehabilitation - Pearl Street - B. DESCRIPTION OF WORK. Contractor shall furnish all materials,appliances,tools, equipment,transportation,services, and all labor and superintendence necessary for the construction of work as described in these TECHNICAL SPECIFICATIONS, and as shown on the PLANS. Work, in general, consists of construction of a Concrete Roadway Replacement. The completed installation shall not lack any part which can be reasonably implied as necessary to its proper functioning or any subsidiary item which is customarily furnished, and the Contractor shall deliver the installation to the OWNER in operating condition. C. PLANS,. Sanitary Sewer System Rehabilitation Contract 1 D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS listed in Paragraph C. above, is included in items of BID for which unit prices are shown, and these prices shall be basis of payment. E. OTHER CONTRACTS. Other construction may be underway concurrently in this area. Contractor shall afford utility companies and other Contractors reasonable opportunity for introduction and storage of their material and execution of their work. All work under this Contract must be properly connected and coordinated with that constructed by others. F. SEOUENCE OF WORK. City reserves the right to schedule sequence ofconstruction. G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow describe general requirements. When necessary, Special Provisions are inserted to describe additional requirements applicable to this Contract. Special Provisions are to be used in conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item, the requirements as set forth in the Special Provisions shall govern. H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have been established for Supplemental Items shown in SECTION D - BID.The Contractor may not bid a unit price less than the minimum value;however,he may increase the minimum unit H-1A price. If no entry is made in the spaces provided,the minimum unit prices shown shall apply. These items are included to facilitate payment for charges and alterations that may be required to complete work. The actual work as provided by the GENERAL and SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on PLANS is described in PROPOSAL items other than Supplemental Pay Items. When work covered by Supplemental Items is requested by the Contractor and approved by the Engineer, payment will be based on the quantity actually constructed and Unit Prices bid in BID. I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked with red ink to show as-built dimensions and location of all work constructed. J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments consisting of right-of-way markers and horizontal and vertical control monuments in the vicinity of the project. All monuments destroyed during construction shall be replaced by the Owner and the Contractor shall pay all costs involved in re-staking. H-2A SUPPLEMENTAL GENERAL CONDITIONS - PART B A. TECHNICAL, SPFCTFICATIoNS 1. TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined type and include incomplete sentences. The omission of words or phrases such as "Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS", "according to PLANS", "a", "an", "the", and "all", are intentional. Omitted words or phrases shall be supplied by inference in same matter as they are when a"note"occurs on PLANS. 2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall provide all items, articles, materials, operation or methods listed, mentioned, or scheduled either on PLANS or specified herein,or both, including all labor, materials, equipment, and incidentals necessary or required for their completion. 3. Whenever the words "approved", "satisfactory", "designated", "submitted", "observed", or similar words or phrases are used, it shall be assumed that the word "Engineer" follows the verb as the object of the clause, such as "approved by Engineer". 4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's installation directions shall mean the latest edition thereof. S. Referenced to technical society, organization, or body is made in TECHNICAL SPECIFICATIONS in accordance with following abbreviations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials AWW.4 American Waterworks Association FS Federal Specifications PCA Portland Cement Association IEEE Institute of Electrical and Electronic Engineers NEC National Electric Code UL Underwriters' Laboratories AISI American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association AWS American Welding Society H-1B PCI Prestressed Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute (Formerly ASA) 6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and materials in comprehensive manner, and only pertinent portions of these items apply. B. LANDS FOR WORK. Owner provides, as indicated on PLANS, land upon which work is to be done, rights-of-way for access to same, and such other lands which are designated for use by Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. C. J,TNE5.AND GRADES. From benchmarks and horizontal control references established by Engineer,stake out work,establish elevations,and assume responsibility for correctness of installation as to location and grade. Engineer will establish benchmarks and references for horizontal control on various projects as follows: 1. One Structure at Site. Benchmark and reference hubs at two corners of structure. 2. Two or More Structures. Benchmark and base line at site. 3. Sewer Lines. Benchmarks at intervals not exceeding 2,000 feet and reference hubs at manholes and on line at intervals not exceeding 200 feet. 4. Waterlines. Reference hubs at turns in line,valves,and fire hydrants,and benchmarks at intervals not exceeding 2,000 feet. S. Pavements and Ditches. Reference hubs on centerline or one right-of-way line at the P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet. Benchmarks at intervals not exceeding 2,000 feet. 6. Enaineer will set stakes one time only. Contractor must satisfy himself, before commencing work, as to meaning or correctness of all stakes or marks, and no claim will be entertained for or on account of any alleged inaccuracies, or for alterations subsequently rendered necessary on account of such alleged inaccuracies, unless Contractor notifies Engineer in writing before commencing to work thereon. Contractor is to protect stakes and pay all costs involved in any restaking. Stakes, as described above, will be furnished as required by Contractor within 48 hours after written notification to Engineer by Contractor on stake-out request forms provided by Engineer. Contractor to have a representative on job at time field party begins work. H-2B D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision. E. MATERIALS TESTING. All materials, equipment, etc., per scope of work, used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections,the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR,the ENGINEER, and the OWNER. F. VARIATIONS DUE TO EOUIPMENT. Foundations, structural supports, electrical work,and piping shown on PLANS for items of equipment may be changed if necessary to accommodate equipment furnished. Every effort has been made to design foundations, structural supports, electrical work, and piping to that no changes will be necessary; however, exact dimensions and size of subject foundations and structural supports and exact electrical and piping installations cannot be finally determined until various items of equipment are purchased and manufacturer's certified shop drawings are secured. Make changes, after prior consultation with Engineer, at no cost to Owner. H-3B If substitute items of equipment are authorized which vary materially from those shown on PLANS, prepare equipment data and detailed drawings covering necessary modifications and submit to Engineer for approval. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking modifications. G. ALTERNATE DESIGNS. If alternate design features are proposed for convenience of Contractor, submit design calculations and detail drawings covering proposed changes and related modifications of Contract PLANS to Engineer for review. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking such designs. H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings, schedules, and data sheets covering items of construction and equipment listed below: I. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Pre-stressed reinforced concrete members. S. Reinforced concrete pressure pipe. 6. Mechanical equipment, including valves and sluice gates. 7. Electrical equipment, including instruments. S. Special items, as directed. Contractor will check and approve shop drawings for compliance with requirements of Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessary corrections or revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. H-4B 1. Contractor to be responsible for obtaining installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. Submit three (3) copies of each complete manual to the Engineer within ninety (90)days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. 2. Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install,test, and start up equipment. 3. Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. 4. The manual is to contain the following: (a) An 8%2-inch x 11-inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. (b) A separate 8%2-inch x 1 1-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation, operation, adjustment, and maintenance. J. COST BREAKDOWN, Within fifteen (15) days after execution of Contract, submit, in acceptable form,schedule showing subdivision of Contract into various items of permanent construction, stating quantities and prices, as basis for computing value to Owner of permanent usable parts of facility to be paid for on monthly estimates.No payment will be made to Contractor until such schedule has been submitted and approved. K. PROGRESS CHEDIJI.F, Within fifteen (15) days after execution of Contract, submit in acceptable form, anticipated progress schedule covering work to be performed. L. GUARANTEES. Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above H-5B guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Surety. M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction to keep them reasonably neat and free of trash, rubbish, and other debris. In clean-up operations, remove from sites of work and from public and private property, temporary structures, rubbish, and waste materials. Dispose of excavated materials beyond that needed to bring site to elevations shown. During final clean-up, any road constructed by Contractor for access to construction site to be leveled and ruts filled so that natural surface drainage is not hindered. N. MATERIALS AND EOUIPMENT. Incorporate into work only new materials and equipment of domestic manufacture unless otherwise designated. Store these materials and equipment in manner to protect them from damages. Manner of protection subject to specific approval of Engineer. Pipe, fittings, equipment, and other serviceable materials found on site of work, or dismantled by reason of construction, remain property of Owner. Remove and deliver materials to Owner at designated points. Pay, at prevailing market price, for usable materials that are damaged through negligence. O. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other underground structures. Determine location of these installations in way of construction by referring to available records, consulting appropriate municipal departments and utility owners, and by making necessary exploration and excavations. P. DEVIATIONS OCCASIONED BY UJTILITY STRUCTURE*. Whenever existing utilities, not indicated on PLANS, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with owners of utilities. Owner will not be liable for damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of work. Q. E,ROTFCTION AND REPLACEMENT OF PROPERTY, In addition to requirements of Paragraph 56 of GENERAL CONDITIONS OF AGREEMENT, the following applies: "Where necessary to take down fences,signs,or other obstructions, replace in their original condition and restore damaged property or make satisfactory restitution, at no cost to Owner." H-6 B R. INTERRUPTION OF UTILITY SERVICE. Operate no valve or other control on existing systems. Exercise care in performing work so as not to interrupt service. Locate and uncover existing utilities ahead of heavy excavation equipment. At house connections, either lift trenching machine over lines or cut and reconnect with minimum interruption of service, as approved. S. PROTECTIVE MEASURES. Where construction creates hazard to traffic or public safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same when no longer necessary. T. USE OF STREETS. 1. Remove, as soon as practicable, accumulated rubbish and open each block for public use. Use of any portion of street shall not constitute acceptance of any portion of work. Backfill and shape trenches across street intersections or driveways for safe traffic at night or, where permitted, span open trenches with wooden mats or bridges to permit traffic flow. When driveways are cut, immediate placement of mats for ingress or egress of vehicles may be directed if undue hardship to property owner would otherwise result. 2. Except where approved otherwise, do not hinder or inconvenience travel on streets or intersecting alleys for more than two blocks at any one time. Whenever street is closed, place properly worded sign announcing fact to public, with proper barricades at nearest street corners, on both sides of obstruction. Leave no street or driveway blocked at night. 3. When street is closed, notify Fire Department and Police Department. 4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. H-7B U. FIN A l INSPFCTL ON. When construction is substantially complete as determined and approved by the Utilities Director, Contractor and City of Port Arthur representatives will walk through the project from start to end limits to develop a punch list which notes and marks on site work deficiencies. This punch list of work deficiencies will be rectified and completed within thirty (30) calendar days from the date contractor has received the formal written Punch List notice. Failure to repair deficiencies or replace defected materials after thirty 30 calendar days, entitles the Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Retainage. Retainage Payment will only be released when the following are submitted and complied for Closing out of Project: 1. Completion of Punch List. 2. As-Built drawings submittal. 3. Substantial Completion Letter from contractor and Approved by Utilities Director 4. Affidavit of all Labors Paid. 5. Affidavit of all Materials Paid. 6. Certificate of Warranty—City of Port Arthur form signed by Contractor. 7. Contractor's Certificate and Release- City of Port Arthur form signed by Contractor. 8. Engineer's Certificate of Acceptance- City of Port Arthur Engineer. H-8B SECTION I 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 City of Port Arthur, 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 s 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 , 2023, 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. I-1 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., 2023. 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. I-2 SECTION J 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 , 2022, 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. J-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. J-2 SECTION K ADDENDUMS SECTION L NOTICE OF AWARD NOTICE OF AWARD DATED: TO: ADDRESS: PROJECT OWNER: CITY OF PORT ARTHUR OWNER'S CONTRACT NO.: CONTRACT FOR CONSTRUCTION OF: SANITARY SEWER SYSTEM REHABILITATION CONTRACT#1 ******************************************************************************* You are notified that your Bid dated Wednesday, Month Date , Year for the above Contract has been considered. You are the apparent Successful Bidder and have been awarded a contract for The SANITARY SEWER SYSTEM REHABILITATION CONTRACT#1 The Contract Price of your contract is Amount( ). Work to be performed under this contract is to be completed within calendar days. 6 copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. 6 sets of Working Documents (Contract Documents, Technical Specifications and Drawings) will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) Calendar days of the date of this Notice of Award, that is by , or by the first working day thereafter. 1. You must deliver to the CITY 6 fully executed counterparts of the Agreement including all the Contract Documents and Certifications included with the Contract Documents. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Advertisement for Bids, General Conditions and Supplemental Conditions. 3. You must deliver to the CITY 1 original Certificates of Insurance, naming the Owner (City of Port Arthur) and their respective agents and employees, to be expressly named as additional insureds, in accordance with the General Conditions. NOTICE OF AWARD 1/2 Contraction Firm Page 2 Failure to comply with these conditions within the time specified will entitle OWNER to consider your bid in default, to annul this Notice of Award, and to declare your Bid Security forfeited. Within fifteen (15) calendar days after you comply with the above conditions, OWNER will return to you two (2) fully signed counterparts of the Agreement with the Contract Documents attached. OWNER: City of Port Arthur, TEXAS BY: TITLE: ACCEPTANCE OF AWARD: CONTRACTOR: BY: TITLE: DATE: 2/2 SECTION M NOTICE TO PROCEED NOTICE TO PROCEED DATED: TO: ADDRESS: PROJECT OWNER: City of Port Arthur OWNER'S CONTRACT NO. CONTRACT FOR: SANITARY SEWER SYSTEM REHABILITATION CONTRACT #1 **** Work to be performed under this contract is to be completed within_calendar days. You are notified that the Contract Times under the above contract will commence to run on . By that date, you are to start performing your obligations under the Contract Documents. The date of Final Completion will be Before you may start any Work at the site, Section C, Paragraph 5 of the Contract Documents provides that you must deliver to the OWNER Certificates of Insurance which you are required to purchase and maintain in accordance with the Contract Documents. (Owner/Engineer) BY: (Authorized Signature) (Title) ACCEPTANCE OF NOTICE TO PROCEED: (Contractor) BY: (Title) (Date) SECTION N . INSURANCE / 1 ® DATE (MM/DD/YYYY) A`ORD CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX(A/C, (A/C.No,Ext): No): E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: INSURED INSURER B: • 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 LTR TYPE OF INSURANCE INSR wo Sv POLICYNUMBER POLICYEFF POLICY EXP LIMITS {MMIDD/YYYY) (MMIDDIYYYY) GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PRO LOC $ JF(:T AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE BODILY INJURY(Per accident) $ AUTOS D AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) I $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORYLIMITS ER __ ANY PROPRIETOR/PARTNER/EXECUTIVE n N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 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 0 TECHNICAL SPECIFICATIONS ITEM 98-ABANDONMENT OR REMOVAL OF OLD STRUCTURES 98.01 - DESCRIPTION This item shall provide for the removal of and disposal of old structures, as noted on the plans, and shall include all excavation and backfilling necessary to complete the removal. 98.02- METHOD OF REMOVAL A. Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Those pipes which are deemed unsatisfactory for re-use by the Engineer may be removed in any manner the Contractor may select. Those pipes which are to be crushed in place shall be thoroughly crushed and may not be used as fill material within the eighteen (18") inches of the finished grade. Those pipes which are to be abandoned in place shall be sealed at both ends with concreteunless otherwise approved by the Engineer. B. Concrete or Brick Structures. Concrete or brick structures (or portions of structures) shall be removed by chipping and/or sledging the structure into sizes not larger than one cubic foot. C. Steel Structures. Steel structures (or steel portions of structures) shall be dismantled in sections as determined by the Engineer.The sections shall be of such weight and dimensions as will permit convenient handling, hauling, and storing. All necessary severing of connections between members, or between members and supports, shall be done in a manner which will not injure the members for reuse. Flame-cutting of members will be permitted only with the written permission of the Engineer. D. Timber Structures. Timber structures or timber portions of structures shall be removed in such manner as to avoid damage to the timber. All bolts and nails shall be removed from lumber deemed salvageable by the Engineer. Unless otherwise specified on the plans, timber piles shall be either pulled or cut off at a point not less than two (2) feet below ground line, with the choice between these two methods resting with the Contractor. 98.03 - UNDERGROUND PORTIONS OF STRUCTURES Portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place. These structures shall be removed at least two feet (2') below the permanent ground line and neatly squared off. Reinforcement shall be cutoff close to the concrete. When a sewer, lift station, or other structure is to be constructed on the site of a structure to be removed, removal shall extend at least two feet below and outside the proposed structure. If the old structure is located under a proposed road excavation, removal shall extend at least two feet below the proposed undercut. The excavation shall be backfilled according to the requirements of the new structure or roadway. ITEM 98 -ABANDONMENT OR REMOVAL OF OLD STRUCTURES 98.04 - BACKFILL All excavation made in connection with this item and all openings below the natural ground line caused by the removal of old structures or portions thereof shall be backfilled to the level of the permanent ground line, unless otherwise provided on the plans. That portion of the backfill which will support any portion of the roadbed or embankment shall be placed in layers of the same depth as those required by embankment. Material in each layer shall be wetted uniformly if required and shall be compacted to the density required in the adjoining embankment. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. Backfill which will support any portion of a structure or an underground pipe shall be placed in layers and compacted to the same density as the surrounding undisturbed soil. Special backfill material may be required by the specifications for the structure. That portion of the backfill which will not support any portion of the roadbed or embankment shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amounts of settlement. 98.05 - SALVAGE Any materials which are designated in the plans for salvage by the Owner, and which the Engineer deems as salvage for reuse, shall be carefully placed in neat piles. These piles shall be located on or near the construction site at convenient loading points which will not interfere with traffic or construction. All such materials shall be handled, transported, and stacked so as toavoid damage. All materials not designated or acceptable for salvage shall become the property of the Contractor. The Contractor shall remove these materials from the construction site as soon as practical. 98.06 - PAYMENT No separate payment will be made for this item. ITEM 110 - EXISTING UTILITIES 110.01 - DESCRIPTION In general,the Contractor shall be responsible for locating and protecting all utility lines during the construction and for support and maintenance in position of all ducts and conduits, except for those specifically shown to be relocated or removed by others. Contractor shall be responsible for any damage to existing utilities and shall promptly repair same, or make arrangements for such repair with the Owner of the utility involved. 110.02 -CONSTRUCTION METHOD In all cases the Contractor shall co-ordinate his work with the Owners of the various utilities and shall notify their proper representative not less than forty-eight(48) hours in advance of any work which might damage, interfere with or require adjustments to utilities along or adjacent to the work. All utility adjustment other than those shown on the plans to be done by the Contractor, shall be the responsibility of the Owners of the utilities and if in the opinion of the Engineer adjustment is required, the Contractor will be responsible for notifying the respective owner. 110.03 - PAYMENT Payment for this item will be subsidiary to other items. ITEM 200 - STRUCTURAL CONCRETE 200.01 - DESCRIPTION This item governs materials, proportioning and mixing, testing, placing, finishing and curing of all plain and reinforced cast-in-place concrete, fibermesh reinforced concrete and prestressed concrete. The concrete shall be composed of Portland or other hydraulic cement, fine and coarse aggregate, fibermesh, and water, with or without admixtures, conforming to the design and test requirements of this specification. This item excludes lightweight aggregate concrete. 200.02 -QUALITY ASSURANCE A. Materials and work shall conform to the requirements of all standards, codes and recommended practices required in this section. In conflicts between standards, required standards and this specification, or this specification and the local building code, the more stringent requirement shall govern. B. Contractor shall provide at least one person, when requested by the Engineer, who shall be present at all times during execution of this portion of the work and who shall be thoroughly trained and experienced in placing the type of concrete specified and who shall direct all work performed under this section. 200.03 - MATERIALS Ready mix concrete conforming to ASTM C-94 or site-mixed concrete (dry weight 145-150 pounds per cubic foot.) A. All cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Only one brand shall be used for exposed concrete. 1. Portland Cement shall conform to ASTM C-150. 2. Blended Hydraulic Cement shall conform to ASTM C-595, excluding Type S and Type SA. 3. Expansive Hydraulic Cement, Type E-1 shall conform to ASTM C-845-76T. B. Water used in mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalis, salts, organic materials, or other substances that may be deleterious to concrete or reinforcement. C. Aggregate shall conform to ASTM C-33. Nominal maximum size of coarse aggregate shall not be larger than: 1) 1/5 the narrowest dimension between sides of forms, nor 2) 1/3 the depth of slabs, nor 3) 3/4 the minimum clear spacing between individual or bundles or reinforcing bars. D. Fibermesh Reinforcement. Shall be 100 percent virgin polypropylene, fibrillated fibers containing no reprocessed olefin materials and specifically manufactured for use as concrete secondary reinforcement. Volume per cubic yard shall equal a minimum of 0.1% (1.5 pounds). ITEM 200 - STRUCTURAL CONCRETE CLASSIFICATION TABLE Min. Comp. Max. Water Content Min. Strength(psi) (1,6) Cement Per C.Y. (1,2) Slump Range Total Air Class - Type lbs. of Gallons (in.) * Content(%) 7-day 28-day Water/ of Water Lbs. Bags lb. / Bag Cement Cement A- Structural 2,000 3,000 0.55 6.25 494 5.25 2-1/2 to 4-1/2 2-1/2 to 4- 1/2 Asp- Structural (1) 2,000 3,000 0.50 5.65 423 4.50 7 to 10(1) 3 to 5 B - Slope Protection 1,200 2,000 0.75 8.50 400 4.25 2-1/2 to 4 2-1/2 C - Pipe Blocking --- 1,500 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 Sewer 2,000 3,000 0.55 6.25 564 6.00 4 to 6 3 to 5 F- Prestressed(') --- 5,000 0.51 5.75 635 6.75 2 to 3 as needed G - Prestressed (5) --- 6,000 0.49 5.50 658 7.00 2 to 3 as needed K- Structural(1) 2,800 4,000 0.45 5.65 564 6.00 3-1/2 to 5 2-1/2 to 4- 1/2 Ksp- Structural (3) 2,800 4,000 0.45 5.00 517 5.50 7 to 10(4) 3 to 5 P- Paving 3,500 4,400 0.45 5.00 564 6.00 3 to 5 2-1/2 to 4- 650(7) 1/2 * All Slump Ranges +1/2 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) A,P and K,p to contain approved High Range Water Reducing(HRWR)Admixture. (4) Maximum 2-inch slump before additional HRWR Admixture. (5) For pre-stressed concrete,water reducing admixture may be used as needed. (6) Use approved water-reducing and retarding admixtures. (7) Minimum flexural strength at 28 days. i 1 ITEM 200 - STRUCTURAL CONCRETE E. Admixtures (requiring prior approval of the Engineer) to be used in concrete shall be produced and serviced by established, reputable manufacturers and used in compliance with manufacturer's recommendations. 1. Air-entraining Admixture shall conform to ASTM C-260, and when requested, certification attesting to compliance shall be furnished by the manufacturer. 2. Water-reducing, Set Controlling Admixture shall conform to ASTM C-494 and when requested, a qualified concrete technician employed by the manufacturer shall be available to advise and assist in the use, proportioning and adjustment of concrete mix. 3. Fly-ash or Other Pozzolans used as admixtures shall conform to ASTM C-618. 200.04 - CONCRETE PROPORTIONING The Contractor shall be responsible for the design of concrete mixtures. Concrete shall be proportioned and produced to provide an average compressive strength as provided for herein. (f's_ specified compressive strength of concrete). A. Proportioning of concrete for the required fc shall be based on 28-day compressive test shall be based on laboratory trail batches performed by an independent testing laboratory meeting the requirements of ASTM E-329 and approved by the Engineer, and/or on the basis of field experience, both as set forth in ACI 318-Latest Edition and this specification. The average compressive strength used as a basis for selecting the proportions shall exceed the specified F'c as required by ACI 31B. B. Proportions of materials for concrete shall conform to minimum cement content and maximum water content for various classes as shown on Classification Table. C. Where different materials are to be used for different portions of the work, each combination shall be evaluated separately. D. Concrete proportions, including water-cement ratio, shall be established on the basis of field experience, or laboratory trial batches, with materials to be employed, as required herein. E. 1.5 lbs of fiber mesh per cubic yard of concrete, where noted for use on plans, shall be added to the mixer before placement. Fibermesh is required in all sidewalks. F. Average Strength Reduction After sufficient test data become available from the job, methods of "Recommended Practice for Evaluation of Compression Test Results of Concrete (ACI 214-65)" may be used to reduce the amount by which the average strength must exceed fc 1. Probable frequency of strength tests more than 500 psi below f'c will not exceed 1 in 100; 2. Probable frequency of an average of three consecutive strength tests below f'c will not exceed 1 in 100, and; 3. Concrete Classification Requirements Table are met. G. Evaluation and Acceptance of Concrete H. Frequency of Testing. Samples for strength tests of each class of concrete placed each day shall be taken not less than once a day, nor less than once for each 150 cubic yard of concrete, nor less than once for each 5000 sq. ft. of surface area for slabs or walls. ITEM 200 - STRUCTURAL CONCRETE On a given project, if total volume of concrete is such that frequency of testing required would provide less than five strength tests for a given class of concrete,tests shall be made from at least five randomly selected batches or from each batch if fewer than five batches are used. When total quantity of a given class of concrete is less than 50 cubic yards, strength tests may be waived by the Engineer if in his judgment adequate evidence of satisfactory strength is provided. Average strength of two cylinders from the same sample, tested at 28 days or the specified earlier age, is required for each strength test. Tests of Cured Specimens. Samples for strength tests shall be taken in accordance with "Method of Sampling Fresh Concrete" (ASTM C-172). Cylinders for strength tests shall be molded and laboratory-cured in accordance with "Method of Making and Curing Concrete Test Specimens in the Field" (ASTM C-31) and tested in accordance with "Method of Test for Compressive Strength of Cylindrical Concrete Specimens" (ASTM C-39). Strength level of an individual class of concrete shall be considered satisfactory if both of the following requirements are met: 1. The average of all sets of three consecutive strength tests equal or exceed required fo. 2. No individual strength test (average of two cylinders) falls below required to by more than 500 psi. J. Investigation of Low-Strength Test Results. If any strength test of cured cylinders falls below required to by more than 500 psi or if test indicate deficiencies in protection and curing, steps shall be taken to assure that load-carrying capacity of the structure is not jeopardized. If the likelihood of low-strength concrete is confirmed and computations indicate that load- carrying capacity may have been significantly reduced, tests of cores drilled from the area in question may be required in accordance with "Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete" (ASTM C-42). In such case, three cores shall be taken for each strength test more than 500 psi below required f'o. If concrete in the structure will be dry under service conditions, cores shall be air dried (temperature 60•to 80• F, relative humidity less than sixty(60%) percent) for seven (7) days before test and shall be tested dry. If concrete in the structure will be more than superficially wet under service conditions, cores shall be immersed in water for at least 48 hours and be tested wet. Concrete in an area represented by core tests shall be considered structurally adequate if the average of three cores is equal to at least eighty-five (85%) percent of to and if no single core is less than seventy-five (75%) percent of f,. To check testing accuracy, locations represented by erratic core strengths may be retested. If criteria above are not met, and if structural adequacy remains in doubt, the Engineer may order load tests for the questionable portion of the structure, or take other action appropriate to the circumstances. ITEM 200 - STRUCTURAL CONCRETE 200.05 - MIXING AND PLACING CONCRETE A. Preparation Preparation before concrete placement shall include the following: 1. All equipment for mixing and transporting concrete shall be clean. 2. All debris and ice shall be removed from spaces to be occupied by concrete. 3. Forms shall be properly coated. 4. Masonry filler units that will be in contact with concrete shall be well drenched. 5. Reinforcement shall be thoroughly clean of ice or other deleterious coatings. 6. Water shall be removed from place of deposit before concrete in placed unless a tremie is to be used or unless otherwise permitted by the Engineer. 7. All laitance and other unsound material shall be removed before additional concrete is placed against hardened concrete. B. Mixing All concrete shall be mixed until there is a uniform distribution of materials and shall be discharged completely before mixer is recharged. Ready-mixed concrete shall be mixed and delivered in accordance with requirements set forth in "Specification for Ready-Mixed Concrete" (ASTM C-94). Job-mixed concrete shall be mixed in accordance with the following: 1. Mixing shall be done in a batch mixer of approved type. 2. Mixer shall be rotated at a speed recommended by the manufacturer. 3. Mixing shall be continued for at least 1-1/2 minutes after all materials are in the drum, unless a shorter time is shown to be satisfactory by the mixing uniformity tests of "Specification for Ready-Mixed Concrete" (ASTM C-94). C. Conveying Concrete shall be conveyed from mixer to place of final deposit by methods that will prevent separation or loss of materials. Conveying equipment shall be capable of providing a supply of concrete at site of placement without separation of ingredients and without interruptions sufficient to permit loss of plasticity between successive increments. D. Depositing Concrete shall be deposited as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Concreting shall be carried on at such a rate that concrete is at all times plastic and flows readily into spaces between reinforcement. Concrete that has partially hardened or been contaminated by foreign materials shall not be deposited in the structure. Retempered concrete or concrete that has been remixed after initial set shall not be used unless approved by the Engineer. ITEM 200 - STRUCTURAL CONCRETE After concreting is started, it shall be carried on as a continuous operation until placing of a panel or section, as defined by its boundaries or predetermined joints, is completed except as permitted or prohibited by Item 200.07.4. Top surfaced of vertically formed lifts shall be generally level. When construction joints are required,joints shall be made in accordance with Item 200.07.4. All concrete shall be thoroughly consolidated by suitable means during placement and shall be thoroughly worked around reinforcement and embedded fixtures and into corners of forms. 200.06 CURING A. Concrete (other than high-early-strength) shall be maintained above 50° F and in a moist condition for at least the first seven (7) days after placement, except when cured in accordance with 200.06.3. B. High-early strength concrete shall be maintained above 50° F and in a moist condition for at least the first three (3) days, except when cured in accordance with 200.06.3. C. Accelerated Curing 1. Curing by high pressure steam, steam at atmospheric pressure, heat and moisture, or other accepted process, may be employed to accelerate strength gain and reduce time of curing, with prior approval of the Engineer. 2. Accelerated curing shall provide a compressive strength of the concrete at the load stage considered at least equal to required design strength at that load stage. 3. Curing process shall be such as to produce concrete with a curability at least equivalent to the curing method of 200.06.1 or 200.06.2. 4. Supplementary strength tests may be required to assure that curing is satisfactory. The Engineer may require strength tests of cylinders cured under field conditions to check adequacy of curing and protection of concrete in the structure. D. Cold Weather Requirements 1. Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near-freezing weather. 2. All concrete materials and all reinforcement, forms, fillers, and ground with which concrete is to come in contact shall be free from frost. 3. Frozen materials or materials containing ice shall not be used. E. Hot Weather Requirements During hot weather, proper attention shall be given to ingredients, production methods, handling, placing, protection, and curing to prevent excessive concrete temperatures or water evaporation that may impair required strength or serviceability of the member or structure. 200.07 - FORMWORK AND CONSTRUCTION JOINTS A. Design-Contractor shall be solely responsible for the form design for the anticipated work. 1. Forms shall result in a final structure that conforms to shapes, lines, and dimensions of the members as required by the design drawings and specifications. 2. Forms shall be substantial and sufficiently tight to prevent leakage of mortar. ITEM 200 - STRUCTURAL CONCRETE 3. Forms shall be properly braced or tied together to maintain position and shape. 4. Forms and their supports shall be designed so as not to damage previously placed structure. 5. Design of formwork shall include consideration of the following factors: a) Rate and method of placing concrete; b) Construction loads, including vertical, horizontal, and impact loads; c) Special form requirements for construction of shells, folded plates, domes, architectural concrete, or similar types of elements. 6. Forms for prestressed concrete members shall be designed and constructed to permit movement of the member without damage during application of prestressing force. B. Removal of Forms 1. No construction loads shall be supported on, nor any shoring removed from any part of the structure under construction except when that portion of the structure (in combination with remaining forming and shoring system) has sufficient strength to support safely its weight and loads placed thereon. Sufficient strength may be demonstrated by field-cured test cylinders and by a structural analysis considering proposed loads in relation to field-cured cylinder strengths and strength of the forming and shoring system. Such analysis and strength test data shall be furnished by the Contractor to the Engineer when so required. 2. No construction loads exceeding combination of superimposed dead load plus specified live load shall be supported on any unshored portion of the structure under construction, unless analysis indicates adequate strength to support such additional loads. 3. Forms shall be removed in such manner as not to impair safety and serviceability of the structure. All concrete to be exposed by form removal shall have sufficient strength not to be damaged thereby. 4. Form supports for prestressed concrete members may be removed when sufficient prestressing has been applied to enable prestressed members to carry their dead load and anticipated construction loads. 5. Forms will remain in place a minimum of 72 hours for all conditions except in the following case: Concrete subject to high bending stress and wholly (or almost wholly) reliant on forms for vertical support. Examples: Roof or floor slabs and beams; undersides of sloping surfaces (flatter than 1:1); walkways and platforms; bridge decks and girders. Forms will remain in place a minimum of 4-1/2 days in those areas where no immediate superimposed loading will occur and a minimum of 10 days at all other areas. 6. The early removal of forms (except as noted above) to facilitate the normal progress of work will be permitted only be approval of the Engineer, and in no case less than 24 hours. C. Conduits and Pipes Embedded in Concrete 1. Conduits, pipes and sleeves of any material not harmful to concrete may be embedded in concrete with approval of the Engineer, provided they are not considered to replace structurally the displaced concrete. ITEM 200 - STRUCTURAL CONCRETE 2. Except when plans for conduits and pipes are approved by the Structural Engineer, conduits and pipes embedded within a slab, wall, or beam (other than those merely passing through) shall satisfy the following: a) They shall not be larger in outside dimension than 1/3 the overall thickness of lab, wall, or beam in which they are embedded. b) They shall not be spaced closer than 3 diameters or widths on center. c) They shall not impair significantly the strength of the construction. d) Concrete cover for pipes and fittings shall not be less than one and one-half(1-1/2") inches for concrete exposed to earth or weather, nor three-fourths (3/4") inches for concrete not exposed to weather or in contact with ground. D. Construction Joints 1. Where a construction joint is to be made, the surface of concrete shall be thoroughly cleaned and all laitance and standing water removed. 2. Vertical construction joints shall be thoroughly wetted and coated with neat cement grout immediately before new concrete placement. 3. Construction joints not indicated on the design drawings shall be so made and located as not to impair significantly the strength of the structure. 4. Construction joints in floors shall be located near the middle of spans of slabs, beams, or girders, unless a beam intersects a girder at the middle location, in which case joints in the girders shall be offset a distance equal to twice the width of the beam. 5. Provision shall be made for transfer of shear and other forces through construction joints. 6. Beams, girders, or slabs supported by columns or walls shall not be cast or erected until concrete in the vertical support members is no longer plastic. 7. Beams, girders, column capitals, and haunches shall be considered as part of a slab system and shall be placed monolithically therewith. 8. Structures containing liquids shall have all exterior walls and bottom slab joints constructed with water stops and/or seals. When prevention of contamination and/or control of leakage is necessary at exterior or interior wall/slab, water stops and/or seals shall be provided at joints. 9. Horizontal joints in walls less than twelve feet high are not to be located for contraction or expansion, but for construction only. Such horizontal wall joints shall be minimal and as approved by the Engineer only. Triangular fillet seals should be made on liquid-face when leakage control is necessary. 10. Vertical joints in walls shall be located at points of no shear. Joints shall be constructed with water-stops and fillet seals where control of leakage is required. 11. Where slabs are cast in two separate lifts, joints are to be staggered. All joints shall be located at positions of no shear. 12. Longitudinal keys at least one and one-half(1-1/2") inches deep shall be provided in all joints in walls and between walls and slabs or footings. E. When joints are not indicated on plans, Contractor shall supply shop drawings clearly indicating all joints in any part of the structures, sequence of pours and time lapse for control ITEM 200 - STRUCTURAL CONCRETE of shrinking, for approval by the Engineer. No intermediate joints will be allowed other than those on the approved shop drawings without the express approval of the Engineer. 200.08 - PATCHING AND SURFACE FINISH After forms are removed, the Contractor shall remove all concrete fins, projections and form ties. All surfaces which will remain exposed will be inspected by the Engineer and all voids, stone pockets, tie holes, honeycombed and defective areas shall be patched as directed. The patching mortar shall be sand-cement grout with sufficient white Portland Cement added to effect a match with the concrete surfaces. Areas to be patched shall be clean, free of loose material and dampened before applying grout. The patched areas shall be rubbed before the grout is set hard to blend into adjacent areas. Rub-Finish exposed vertical and battered surfaces from 6-inches below ground surface or from 6- inches below normal water level to top, except for small plinths and similar structures which extend less than 12 inches above finished grade. 200.09 - DEFECTIVE WORK The following defects shall be cause for rejection of placed concrete: A. Voids, rock pockets, honeycombing, and spalled areas which, in the opinion of the Engineer, cannot be satisfactorily repaired, will affect the strength of the structure materially, or will limit the life of the reinforcement. B. Uneven or bulged surfaces resulting from shifting of the forms during placement or curing. C. Concrete found structurally inadequate after thorough investigation according to Item 200.04.8, Subsections a through c. Upon discovery of any of these defects, the Engineer may declare the structure defective and require the Contractor to remove and replace the portion of the structure affected, at the Contractor's expense. 200.10- 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. ITEM 201 - REINFORCEMENT STEEL 201.01 - GENERAL This item shall govern deformed reinforcement; plain reinforcement; prestressing tendons; and reinforcement consisting of structural steel, steel pipe, or steel tubing as specified herein. Reinforcement to be welded is indicated on the drawings. Reinforcement of the specified ASTM steel, except for ASTM A-706, shall require a report of material properties conforming to "Reinforcing Steel Welding Code" (AWS D12.1) of the American Welding Society. 201.02 - MATERIALS A. Deformed Reinforcement 1. Deformed reinforcing bars shall conform to one of the following specifications, except as provided in Section 1.b below. a) "Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement" (ASTM A-615), Grade 60. b) "Specification for Rail-Steel Deformed and Plain Bars for Concrete Reinforcement" (ASTM A-616), Grade 60. c) "Specification for Axle-Steel Deformed and Plain Bars for Concrete Reinforcement" (ASTM A-617), Grade 60. d) "Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement" (ASTM A-706). 2. Deformed reinforcing bars shall conform to the following exceptions to the ASTM specifications listed in Section 1.a. above. a) For ASTM A-615, and A-617, yield strength shall correspond to that determined by tests on full size bars. b) For ASTM A-615, A-616, and A-617, bend test requirements for all bar sizes #3 through #11 shall be based upon 180 degree bends of full-size bars around pins with diameters specified in Table 1. If#14 or#18 bars meeting these specifications are to be bent, full-size bar specimens shall be bend tested 90 degree at a minimum temperature of 60° F around a 9db pin without cracking of the bar. However, if#14 and #18 bars as used in the structure are required to have bends exceeding 90 deg., specimens shall be bend tested 180 degrees with other criteria the same as for 90 degrees. TABLE 1 BEND TEST REQUIREMENTS Bar Designation Pin Diameter for Bend Test #3, #4, and #5 3-1/2db #6, #7, and #8 5db #9, #10, and #11 7db #9, #10, and #11 5db(of Grade 40) ITEM 201 - REINFORCEMENT STEEL 3. Bar and rod mats for concrete reinforcement shall conform to "Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement" (ASTM A-184). 4. Deformed wire for concrete reinforcement shall conform to "Specification for Deformed Steel Wire for Concrete Reinforcement" (ASTM A-496). 5. Welded deformed wire fabric for concrete reinforcement shall conform to "Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement" (ASTM A-497). B. Plain Reinforcement 1. Plain bars for spiral reinforcement shall conform to the specification listed in Section 1.a. (1), (2), or(3) including additional requirements of Section 1.b. 2. Smooth wire for spiral reinforcement shall conform to "Specification for Cold-Drawn Steel Wire for Concrete Reinforcement"ASTM A-82). 3. Welded smooth wire fabric for concrete reinforcement shall conform to"Specification for Welded Steel Wire Fabric for Concrete Reinforcement" (ASTM A-185). C. Prestressing Tendons 1. Wire, strands, and bars for tendons in prestressed concrete shall conform to one of the following specifications: a) "Specification for Uncoated Stress-Relieved Wire for Prestressed Concrete" (ASTM A-421). b) "Specification for Uncoated Seven-Wire Stress-Relieved Strand for Prestressed Concrete" (ASTM A-416). c) "Specification for Uncoated High-Strength Steel Bar for Prestressing Concrete" (ASTM A-722). 2. Wire, strands, and bars not specifically listed in ASTM A-421, A-416, or A-722 may be used provided they conform to minimum requirements of these specifications and do not have properties that make them less satisfactory than those listed in ASTM A-421, A-416, or A-722. D. Structural Steel, Steel Pipe, or Tubing 1. Structural steel shall conform to one of the following specifications: a) "Specification for Structural Steel" (ASTM A-36). b) "Specification for High-Strength Low-Alloy Structural Steel" (ASTM A-242). c) "Specification for High-Strength Low-Alloy Structural Manganese Vanadium Steel" (ASTM A-441). d) "Specification for High-Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality" (ASTM A-572), Grade 60. e) "Specification for High-Strength Low-Alloy Structural Steel with 50,000 psi Minimum Yield Point to 4 in. Thick" (ASTM A-588). 2. Steel pipe or tubing shall conform to one of the following specifications: a) Grade B of "Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless" (ASTM A-53). ITEM 201 - REINFORCEMENT STEEL b) "Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes" (ASTM A-500), Grade B. c) "Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing" (ASTM A-501). 201.03 -SIZES AND WEIGHTS The nominal sizes and areas, and the theoretical weights of deformed bars shall not be less than the current standard of the Concrete Reinforcing Steel Institute. 201.04 - BENDING Bending of deformed reinforcement bars shall conform to Section 7.3- Bending of ACI 318 latest version. Reinforcement bars shall be bent cold to the shapes indicated on the plans. All bending of hard grade new billet and rail steel bars shall be done in the shop; other grades shall preferably be bent in the shop. Bends shall be made around pins; the diameter of pins shall be not less than four (4) times the minimum thickness of the bar. Heating for bending shall be employed only when authorized specifically. 201.05 -STORAGE Reinforcement shall be stored above the ground surface upon skids, platforms, or other supports, and shall be protected from mechanical injury and from deterioration by exposure to the weather. When placed in the work, the reinforcement shall be free from dirt, loose rust, scale, paint, oil, or other foreign material. 201.06 -SPLICES Splices of deformed reinforcement bars shall conform to Section 12.14 - Splices of Reinforcement of ACI 318 latest version. No splices of bars, except when shown on the plans, will be permitted except upon the written approval of the Engineer. Splices which are permitted shall have a length of not less than that required by the ACI Code, and shall be well distributed or else located at points of low tensile stress. The spacing between bars shall meet the recommendation of the ACI Code for anchorage bond and placing concrete. Where welded splices may be required, they shall conform to AWS D 12.1 "Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction." Welded splices shall develop in tension at least 125% percent of the specified yield strength of the reinforcing bar. Splices shall transfer the entire computed stress from bar to bar without exceeding three-fourths of the permissible bond. Welded wire fabric shall be lapped not less than two mesh, i.e., the length of the lap shall be at least equal to the spacing of wires parallel to the lap. Bars shall be rigidly clamped or wired at all splices in a manner approved by the Engineer. 201.07 - REJECTION Reinforcement may be rejected for failure to meet any of the requirements of this specification on account of any of the following: A. Reinforcement exceeding the allowable variations in size or weight. B. Reinforcement with bends not in conformity with the details. C. Reinforcement with a coating of dirt, loose rust, scale, paint, oil, or other foreign substance at time of placing in the work. ITEM 201 - REINFORCEMENT STEEL D. Twisted bars. 201.08 - DETAILING A. Completely detailed shop drawings and schedules shall be submitted by the Contractor for approval of the Engineer in accordance with requirements specified for working drawings. B. The bars shall be supplied in lengths which will allow them to be conveniently placed in the work and provide sufficient lap at joints. Dowels of proper length, size, and shape shall be provided for tying walls, beams, floors, and the like together where shown, specified, or ordered. C. Steel reinforcement shall be of the type and size, cut to lengths, and bent to shape as indicated on the plans. Where dimensions of hooks are not shown, the diameter of the hook shall equalsix (6) times the bar diameter for bar sizes #3 through #8 and 8 times for #9, #10 and #11, with a straight length of bar at the end of the hook equal to four(4) times the bar diameter, or 2-1/2" minimum, whichever is greater. 201.09 - PLACING REINFORCEMENT Placement of deformed reinforcement bars shall conform to Section 7.5-Placing Reinforcement of ACI 318 latest version. Reinforcement, before being placed, shall be thoroughly cleaned of mill and rust scale and of coatings that will destroy or reduce the bond with the concrete. When there is a delay in concreting operations and the reinforcement has been in place in excess of two (2) days, it shall be re-inspected and, when necessary, cleaned. Metal reinforcement shall be accurately positioned and dimensioned in accordance with the plans and specifications. The bars and mesh shall be tightly secured against displacement by using annealed wire of not less than No. 16 gauge and suitable clips at intersections. The reinforcement shall be supported in a manner that will keep all metal away from the interior surfaces of forms, or the surface against which the concrete is placed, in accordance with the "clear" dimensions as shown on the plans or as specified single layer reinforcement in slabs shall be placed at mid-depth unless otherwise dimensioned in plans. Nails shall not be driven into the outside forms to support reinforcement, nor shall any other device for this purpose come in contact with outside form, except that wood strips shall be inserted between the reinforcement and the forms at intervals to maintain the required clear distances between the reinforcement and the outside surfaces of the concrete. These wood strips shall be pulled up and removed as the level of the concrete rises in the forms. In the case of slabs and beams, metal chairs, spacers, and other metal accessories necessary to provide the required clear distances and proper alignment and spacing between bars shall be used subject to the approval of the Engineer. Precast concrete blocks wired to the reinforcing bars will not be permitted as supports or spacers. 201.10 -CONCRETE PROTECTION FOR REINFORCEMENT Concrete protection of deformed reinforcing bars shall conform to Section 7.7 Concrete Protection of Reinforcement of ACI 318 latest version. Concrete cover as protection of reinforcement against weather and other effects is measured from the concrete surface to the outmost surface of the steel to which the cover requirement applies. Where minimum cover is prescribed for a class of structural member, it is measured to the outer edge of the stirrup, ties, or spiral if transverse reinforcement encloses main bars; to the outmost layer of bars if more than one layer is used without stirrups or ties; to the metal end fitting or duct on post-tensioned prestressing steel. Concrete protection of prestressing tendons shall conform to Section 7.7.3 - Prestressed Concrete of ACI 318 latest version. ITEM 201 - REINFORCEMENT STEEL 201.11 - 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. ITEM 400 - UNDERGROUND PIPING CONSTRUCTION 400.01 - DESCRIPTION This item shall govern the construction of water mains, sanitary sewers, and under drains, complete in place. This item provides for all clearing and grubbing, excavation, tunnelling, sheeting, bracing, embedment, connecting to new or old work, laying,jointing, excluding water, backfilling, tamping, and removal and replacement of street surfaces; and the furnishing of all materials, equipment, tools, labor, and incidentals for complete line construction. Point repairs to existing water or sewer lines are excluded from work under this item, except insofar as the items providing for point repairs may refer to this item. 400.02 - MATERIALS As specified elsewhere in the Technical Specifications. 400.03 - SEQUENCE OF WORK All gravity sewer lines shall be laid beginning at the downstream connection to existing facilities. When construction involves a main trunk having lateral or tributary lines, the latter shall not be started until the main trunk has been built to the point of their junction unless otherwise approved by the Engineer. All appurtenances shall be constructed as soon as the pipeline they serve is constructed to their location, rather than constructing them in advance or postponing construction. However, if construction reaches a point requiring installation of an appurtenance for which the materials are not immediately available, upon approval of the Engineer, the Contractor shall provide sufficient space for installation at a later time. The open ends of pipe shall be properly sealed and backfilled. The Contractor shall excavate the trench to finish grade fifty (50') feet to one hundred (100')feet ahead of the end of the completed pipeline. No excavation shall be performed farther than three hundred (300')feet beyond the completed pipeline, except for isolated excavations which may be required to locate existing utilities. These limitations shall not apply to tunnel installations. Each tunnel required by the plans and specifications shall be excavated, lined, and back packed for its entire length before laying pipe through the tunnel. For any tunnels constructed at the Contractor's option, the work sequence shall be as approved by the Engineer. 400.04 - PUBLIC CONVENIENCE AND SAFETY Materials stored about the work shall be so placed, and the work shall at all times be so conducted as to cause no greater obstruction to the traveling public than is considered necessary by the Engineer. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials or plant used in the construction of the work shall be placed so as not to endanger the work, or prevent free access to all fire hydrants; water and gas valves; manholes for telephone, telegraph, signal, or electric conduits; sanitary or storm sewers; and fire alarm or police call boxes in the vicinity. The Contractor shall make provisions by bridges or otherwise at all cross streets, highways, sidewalks, and private driveways for the free passage of pedestrians and vehicles. Where bridging ITEM 400 - UNDERGROUND PIPING CONSTRUCTION is impractical or unnecessary in the opinion of the Engineer, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all material and perform all work necessary for the construction and maintenance of roadways and bridges for the diversion of traffic. At no time shall more than two (2) blocks be closed to traffic. Where practical, the Contractor shall leave at least two (2) access routes open to any residential or commercial area. If pipe line construction or construction traffic creates a need for dust control, as along dirt streets, the Contractor shall at his own expense perform all necessary sprinkling as directed by the Engineer. The Owner reserves the right to remedy any neglect on the part of the Contractor regarding public convenience and safety which may come to its attention, after twenty-four (24) hours notice in writing to the Contractor. In cases or emergency, the Owner shall have the right to remedy any neglect without notice. In either case, the cost of such work done by the Owner shall be deducted from monies due or to become due the Contractor. The Contractor shall notify the Engineer and the local street or road department forty-eight (48) hours in advance (excluding Saturdays, Sundays, and holidays) of the closing or obstruction of any street. Where the Contractor is required to construct temporary bridges or make other arrangements for crossings over ditches or streams, his responsibility for accidents shall include the roadway approaches as well as the structures of such crossings. 400.05 - BARRICADES, LIGHTS, AND WATCHMEN Where the work is being performed in or adjacent to any street, alley, or public place, the Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights, and danger signals; shall provide such watchmen; and shall take such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall be recently painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain adequate lights at each barricade. A sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in sufficient numbers to protect the work at all times from vandalism or related instances. The Contractor shall be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it. Whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen, shall not cease until the project has been accepted by the Owner. 400.06 - PROTECTION AND RESTORATION OF PROPERTY The Contractor shall not enter upon private property for any purpose without previously obtaining permission from the property owner. The Contractor shall notify the proper representative of any public utility, corporation, company, or individual not less than forty-eight(48) hours in advance of any work which might damage or interfere with the operation of their facilities along or adjacent to the work. ITEM 400 - UNDERGROUND PIPING CONSTRUCTION The Contractor shall be responsible for the preservation of all public and private property along or adjacent to the work, including trees, shrubbery, plants, lawns, fences, culverts, bridges, pavement, driveways, sidewalks, etc.; drainage facilities; and all underground or above ground utilities. Any pavement or sidewalks which must be removed shall be replaced according to Sections 400.16 and 400.17. The Contractor shall be responsible for all direct or indirect damage to property of any character resulting from any act, omission, or negligence in execution of the work; from non-execution of the work; or from defective work or materials. When any such damage occurs, the Contractor shall restore the affected property to a condition at least equal to its condition prior to the damage, or shall fully compensate the property owner. Such restoration shall be at the Contractor's expense, except for any items specifically designated in the plans and specifications. The Owner may, upon forty-eight (48) hours written notice (or without notice when a nuisance or hazardous condition occurs), proceed to restore any property damage which the Engineer deems necessary. The cost of such restoration will be deducted from any monies due or to become due the Contractor under this contract. If the Contractor discovers that existing utilities present obstructions to construction of lines or appurtenances, he shall immediately notify the Engineer. The Engineer will determine without delay whether existing improvements should be relocated, or whether the grade and/or alignment of the line should be changed. When necessary to move services, poles, guy wires, pipelines, or other obstructions, the Contractor will make necessary arrangements with the owner-operator of utilities. The Owner will not be liable for damages on account of delays due to changes made by owner-operator of privately owned utilities which hinder progress of work. The Owner will not be liable for cost incurred in relocatingutility service poles, services, and appurtenances (unless specifically designated for payment). 400.07 -CLEARING AND GRUBBING All trees, stumps, brush, roots, logs, rubbish, and other objectionable material in the path of the storm sewer, water line or sewer line shall be removed and disposed of in a manner satisfactory to the Engineer, without any extra compensation to the Contractor. 400.08 -TEMPORARY SEWER AND DRAIN CONNECTIONS When existing sewers or drains have to be taken up or removed, the Contractor shall take care of all sewage or drainage from these facilities. For this purpose, the Contractor shall provide and maintain, at his own expense, all necessary temporary connections, outlets, diversions, and pumping facilities. The Contractor shall dispose of all drainage and sewage from these facilities until the permanent connections are built and put into use, unless otherwise provided for in these specifications or as directed by the Engineer. All water or sewage shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. ITEM 400 - UNDERGROUND PIPING CONSTRUCTION 400.09 -TRENCH EXCAVATION 1. General. The Contractor shall excavate the trench to finish grade at least fifty (50') feet ahead of pipe laying unless physical conditions make this impractical. Bell holes shall be excavated in advance of pipe laying. If a trenching machine (not a backhoe) is used to excavate the trench for a water line, with Engineers approval, selected loose, fine excavated material may be used in lieu of sand embedment around the pipe. 2. Sewers. The ground shall be excavated by the open trench method to the required depth, line, and grade as indicated on the drawings. Excavated material shall not be removed from the site of work until backfilling is completed, except by permission of the Engineer. The sides of the trench shall be vertical to a point not less than twelve(12") inches above the top of the sewer pipe. The sides of the trench shall be between six (6") and eight (8") inches outside the pipe for pipe sizes ten (10") inches or less; and between eight (8") inches and twelve (12") inches outside the pipe for sizes larger than ten (10") inches. The bottom of the trench shall be excavated a minimum of four (4") inches below required grade and refilled to grade with thoroughly compacted select material bedding. 3. Water Mains. Trench requirements for water mains shall be the same as for sewer lines. 4. Other Trench Designs. If the specifications for the type of pipe being used contain special trench requirements, those requirements shall be followed in lieu of Subsection 2 or 3 above. 5. Unstable Soils. If unstable material is encountered at the bottom of the trench, the Contractor shall undercut and stabilize the trench with suitable materials such as shell or cement stabilized sand (one (1) sack cement per ton, or Class I embedment material in accordance with Item 500 and at the direction of the Engineer. 6. Locating Intersecting Pipes. Before laying a segment of line, the Contractor shall attempt to locate all utilities which might interfere with the proposed alignment and grade. He shall locate and excavate in advance all water lines, sewer lines, service lines, and appurtenances to which the proposed line will be connected, so that the Engineer can make any necessary adjustments in alignment or grade. The owners of all utilities crossing or closely paralleling the proposed alignment shall be notified in advance of construction. 7. Dewaterinq A. Under no circumstances shall surface water be allowed to flow in the trench. When ground water exists in the trench, the Contractor shall make attempts to drain it away from the pipe laying area or pump it out of the trench. Where necessary in the opinion of the Engineer, the Contractor shall dewater the trench by the well point method. The Contractor may also use well pointing at his option in other locations. If quicksand or water sand conditions appear in the trench bottom, the Contractor shall ITEM 400 - UNDERGROUND PIPING CONSTRUCTION undercut the trench and replace it with Class I embedment as follows: Angular, 1/4 to 1-1/2 inch graded stone including crushed stone, crushed shells, slag, cinders, etc. B. Trench Dewatering. Trench dewatering is sufficient removal of groundwater to keep an excavation reasonably dry. This means dry enough to eliminate the need for any special bedding and insure safe installation of the carrier pipe. The groundwater table shall be kept a minimum of two feet (2') below the bottom of the excavation. (1) Well Points. Where well points are used to dewater the trench the maximum allowable spacing shall be six feet (6') center to center. The minimum allowable depth of well points shall be equal to the depth of the excavation plus five feet (5'). Well points shall be set deeper if necessary to draw the groundwater down below the bottom of the excavation. Well points shall have metal well screens a minimum of two inches (2") in diameter and three feet (3') long. The well screens and riser shall be surrounded by filter sand up to the water table and the space above shall be sealed with clay. Two inch (2") diameter piezometers shall be installed at 250 foot centers to establish the extent that dewatering is necessary. At least one volume of water shall be ejected from the piezometer and then allowed to recharge prior to each groundwater measurement taken. (2) Deep Wells. Deep wells may be used as a means of trench dewatering provided the following information is submitted to the Engineer for his approval. (a) A certified well draw down curve prepared by a registered professional geotechnical engineer. Information to be submitted with the draw down curve shall include the type and classification of the soil to be dewatered, permeability of soil, and all information necessary for preparing curve. (b) Proposed well construction details including size of casing, type of pump, depth of well, filter material, screen details, and all other details necessary for well construction. (c) The rate of draw down of the groundwater table. Two inch (2") piezometers shall also be installed in the same manner as for well points to measure the groundwater table. The Engineer will use the draw down curve submitted above along with the groundwater table elevations to determine the maximum allowable spacing of the deep wells. (3) Other Methods. Other methods of trench dewatering may be used provided prior approval has been obtained from the Engineer. C. Dewatering of Tunnels. All tunnels and access pits shall be kept free of groundwater and surface water at all times. Method to be used shall be as approved by Engineer. Any cost incurred for dewatering of tunnels and access pits shall be included in the cost of installing the tunnel liner with no extra compensation. ITEM 400 - UNDERGROUND PIPING CONSTRUCTION D. Settlement. Prior to performing any dewatering, the Contractor shall take all necessary precautions to insure that the dewatering operation does not cause structures near the excavation to settle. 400.10 - SHEETING AND BRACING The Contractor shall provide all sheeting and bracing necessary for the protection of the work, employees, or any existing utilities or structures. No such sheeting shall be removed from below the spring line of the pipe after the pipe has been backfilled to this level. In the event the soil conditions are such that the Contractor should desire to leave such sheeting above the spring line in place, he shall secure the permission of the Engineer to do so. The cost of any necessary sheeting or bracing, whether left in place or removed, shall be included in the unit price of the pipe being laid. 400.11 - LAYING PIPE The Engineer will establish such general reference points and construction stakes as in his judgment will enable the Contractor to proceed with the work. The Contractor will be responsible for the layout of the work from these stakes and will protect and preserve the established reference points and construction stakes and will make no changes or relocations without prior written approval. He will report to the Engineer whenever any reference point or construction stake is lost or destroyed or requires relocation because of necessary changes in grades or locations. The Contractor will replace and accurately relocate all reference points and construction stakes so lost, destroyed, or moved. All pipe lines must be laid in a straight line, unless otherwise shown on the drawings, and with the flow line of the pipe accurately placed to the grade and alignment fixed by the Engineer. A joint shall be located within two (2) pipe diameters (thirty (30") inches maximum) outside the walls of each proposed manhole or junction box, both upstream and downstream. Joints shall also be placed near other rigid connections, or near the ends of pipe casings, when recommended by the manufacturer or by the appropriate ASTM specification. No variation from true and even grade, alignment, and invert will be permitted except to avoid existing underground main service lines of utilities, and then only upon the written permission of the Engineer, signed by him personally, should he find such deviation to be desirable and not detrimental to the pipe line. All pipes shall be laid with the spigot-end or tongue end downstream entering the bell or groove to full depth. Care shall be taken in placing pipe to prevent any earth being dragged into or left in the annular space for sealing of the joints. After the trench has been carefully graded and all bell holes excavated, the trench must receive the approval of the Inspector before any pipe is placed therein. Each piece of pipe shall be examined for defects and cut to the correct lengths. The interior surface and the bell and spigot shall be thoroughly cleaned of all foreign material prior to placing same in the trench in an approved manner. The pipe, valves, fittings, etc., shall be adjusted so as to be at their proper locations and then each spigot properly fitted into position. Each length of pipe shall rest on the bottom of the trench ITEM 400 - UNDERGROUND PIPING CONSTRUCTION throughout its entire length. Joints shall be as specified in the 500 series material technical specifications as provided herein. Instructions for jointing pipes with special couplings shall be in strict conformity with the Manufacturer's printed instructions. If a defective piece of pipe furnished and placed by the Contractor should collapse, the Contractor shall furnish at his expense all labor and materials required for removing and replacing the defective pipe and restoring the street or other surface to its condition prior to the failure of the pipe. All pressure piping shall have thrust blocks installed as designated on the drawings. 400.12 - PLUGGING ENDS Before leaving the work for the night, or at any time, any openings in the pipeline shall be securely closed with a tight fitting plug. Cost of plugging pipe ends shall be included with the cost of installing the pipe. 400.13 - PROTECTIVE COATINGS All metal, bolts, and nuts shall receive a protective coating with an asphaltic compound acceptableto the Engineer before backfilling. Surface preparation shall be in accordance with the coating manufacturer's recommendations. 400.14 -TIME OF BACKFILLING Backfilling shall begin as soon as the joints have been completed and all protective coating applied. All open trenches shall be completely backfilled before the work day ends, unless otherwise directed by the Engineer. 400.15 - BACKFILLING OF TRENCH 1. Lower Portion of Trench (initial backfill). Care shall be taken to see that no dirt clods or trench sides are allowed to fall and/or rest against the pipe prior to completion of the sand encasement. a. Sewer Lines. Six (6") inches of sand bedding shall be provided in the bottom of the trench (trench having been cut six (6") inches below grade), prior to laying the pipe and making up the joints. After the pipe has been placed, the backfill around and to a point twelve inches (12") above the top of the pipe shall be made in accordance with the installation specifications for the pipe material being installed as outlined in the 500 series material technical specifications provided herein. b. Water Lines. Six (6") inches of sand bedding shall be provided in the bottom of the trench (trench having been cut six (6") inches below grade), prior to laying the pipe and making up the joints. After the pipe has been placed, the backfill around and to a point six inches (6") above the top of the pipe shall be made in accordance with the installation specifications for the pipe material being installed as outlined in the 500 series material technical specifications provided herein. ITEM 400 - UNDERGROUND PIPING CONSTRUCTION 2. Upper Portion of Trench (final backfill). From the six(6")or twelve(12") inches above the top of the pipe upward, the type of backfill for various locations shall be as follows: a. Concrete or Asphalt Pavement. The trench shall be filled to two (2") inches below the bottom of the existing flexible base (or concrete pavement)with a mixture of clean sand and 1-1/2 sacks of cement per cubic yard. This material shall be placed in layers not more than six (6") inches thick and thoroughly tamped by mechanical or hand tamping, as directed by the Engineer. The Contractor may use, with prior approval from the Engineer, select native material in lieu of the sand-cement mixture. The select native material must be compacted to 90% density as measured by the Standard Proctor Density Test. Cost of testing shall be borne by the Owner. No further backfill is required for concrete pavement. Flexible base shall be replaced to the bottom of the pavement with a compacted base material, consisting of crushed limestone, iron ore gravel, or a sand-shell mixture. This requirement shall apply to all trenches running underneath surfaced streets, whether crossing the pavement or running along the street. b. Unsurfaced Streets. The trench shall be backfilled with selected loose, fine excavated material by means of water tamping or power tamping. The Engineer may require power tamping for heavily traveled streets. In using water tamping, the trench shall be filled to ten (10") inches below the surface with the loose fine material in even layers not exceeding eighteen (18") inches in thickness of loose material and immediately flooded to complete saturation and left undisturbed for three (3) days. The trench shall then be refilled and flooded again using poles to insure penetration of water to full depth of the trench. This flooding shall continue until there is no further settlement. Power tamping will be permitted only where the trench and backfill material are dry enough to permit satisfactory compaction. Backfill shall be placed in the trench in layers not exceeding twelve (12") inches in thickness. The top ten (10") inches of the trench shall be backfilled with shell or crushed limestone. On completion of the tamping, all of the excavated material shall be substantially replaced in the trench deducting the space occupied by the pipe, bedding, and shell or limestone. Compaction in all levels from six (6") inches or twelve (12") inches above the top of pipe to ten (10") inches below grade shall be not less than ninety (90%) percent of the maximum density value as determined by the "Standard Laboratory Method for Compaction and Density of Soil, AASHTO Designation T-99". The above procedure for unsurfaced streets shall apply in trenches runn ing in and parallel to and running across the normally maintained portion of the road or street right- of-way. c. Trench Within Right-of-Way, but Outside Pavement. Trenches within the right-of-way ofa surfaced street shall be backfilled according to the procedure for an unsurfaced street, except that the shell or crushed limestone in the top ten (10") inches of the trench shall be placed only in driveway crossings, roadway shoulders, and other areas where there ITEM 400 - UNDERGROUND PIPING CONSTRUCTION will be light traffic. Where the shell is omitted the ground shall be restored to its original condition by the replacement of grass or any other improvement which existed before the construction or which are shown on the plans to be constructed. d. Trenches Away from Streets. Whenever the trench is not in a street but in an easement or plant area, which is not traveled, the backfill procedure shall be the same as for an unsurfaced street, except that the top ten (10") inches of shell or crushed limestone shall be omitted. 400.16 - REMOVAL AND REPLACEMENT OF STREET OR DRIVEWAY SURFACES OR SIDEWALKS AND INSTALLATION OF NEW SIDEWALKS When any portion of a street, driveway, or parking lot surface must be removed for the installation of lines or appurtenances, the Contractor shall remove and replace the pavement as specified below. 1. Concrete Pavement (with or without asphalt overlay). The pavement shall be removed to a distance not less than twelve inches (12") back from a firm bank of the trench excavation. The Contractor shall not use equipment to cut trenches in existing pavements which will strike a heavier blow than is usual with a hand pavement breaker operated from an air compressor. The edges of the cut shall be trimmed so as to leave a vertical face of sound, unfractured pavement. If concrete pavement without overlay is encountered, the top three(3") inches shall be saw cut. Replacement of concrete pavement shall be according to the details in the plans. Unless otherwise specified, concrete pavement shall be replaced to its original depth plus two inches. All replaced pavement shall be finished in a neat and workmanlike manner and protected and cured as its nature may require. Any asphalt overlay shall be replaced with asphaltic concrete so as to make a smooth joint with adjacent pavement. 2. Flexible Base Asphalt Pavement. The pavement and flexible base shall be removed to a distance not less than twelve (12") inches back from a firm bank of the trench excavation. The edges of the cut shall be smooth and vertical. The base shall be replaced to its original depth plus two (2") inches. The surface shall be replaced with asphaltic concrete so as to make a smooth joint with adjacent pavement. 3. Curb and Gutter. If the Contractor removes any curb and gutter in order to install lines or appurtenances, he shall replace it at his own expense. The replacement curb and gutter shall be similar to that removed, and shall be at least equal in quality. 4. Concrete Sidewalks. The Contractor shall replace at his own expense any concrete sidewalk removed or damaged during line construction. The replacement sidewalk shall be of the same width and thickness as that removed, and shall be at least equal in quality. New sidewalks shall be of the same width, thickness and quality as adjacent sections of replacement sidewalk. 5. Time of Replacement. The Contractor may replace concrete or asphaltic pavement immediately after completion of trench backfilling, or he may wait until the line has passed an ITEM 400 - UNDERGROUND PIPING CONSTRUCTION exfiltration test. If pavement replacement is not made within seventy-two (72) hours after backfilling, the Contractor shall restore and maintain the roadway at his own expense until the time of replacement. For this purpose, he shall provide enough temporary base material and/or surfacing to bring the roadway up to grade. Curbs, gutters, and sidewalks shall be replaced without undue delay. 400.17 - SPECIAL CROSSINGS 1. Major Streets a. General. Crossings of major streets shall be made by the open-cut method. The Contractor shall notify the street superintendent for the Owner at least two (2) days prior to beginning construction of crossings. The Contractor shall maintain all necessary barricades, signs, flares and flagmen for traffic protection, and shall restore the site to its original condition. b. Construction Methods. The Contractor shall saw cut the existing asphalt surface full depth a minimum 12" outside the required trench width of the size pipe being installed prior to excavation. After installation of the proposed line, the contractor shall backfill the trench with cement stabilized sand containing 1 1/2 sacks of cement per cubic yard compacted in place. Replacement of asphalt shall be in accordance with Item 400.17. 2. Stream Beds. Where shown on the plans or designated by the Engineer, the Contractor shall encase the line in quick-set concrete as specified in Item 200 (3000 psi, 2" max. aggregate size). The encasement shall extend a minimum of six (6") inches outside the pipe in all directions. The trench shall be dewatered if necessary, and the trench bottom shall be firm enough to prevent settlement of the concrete. 3. Streams and Ditches. Water and sewer lines which cross streams or ditches above the flow line shall be constructed according to the plans, or as directed by the Engineer. 4. Crossings (or Parallel Construction) of Water and Sewer Lines. All crossings or parallel construction of water and sewer lines shall conform to section 290.44 Water Distribution, of Chapter 290, Rules and Regulations for Public Water Systems as adopted by the Texas Water Commission, effective March 1, 1993. These requirements shall apply whether the water line, the sewer line, or both are new construction. 5. Casing Section. Casings shall be steel pipe, coated on the outside with coal tar epoxy (20 mil minimum thickness). Minimum thickness shall be for I.D. less than 24", 5/16" for I.D. 24" and larger. The diameter (if not specified in plans and specifications) shall be sufficient to allow installation of the carrier pipe (including joints). Any joints in casing shall be welded. Casing may be installed by trenching except where boring is specified. Boring shall be in accordance with the latest Texas State Department of Highways Standard Specifications, unless otherwise specified. 400.18 - EXCESS EXCAVATION ITEM 400 - UNDERGROUND PIPING CONSTRUCTION Excess excavation shall be hauled to and placed on properties designated by the Owner. Once each week the Contractor shall spread the deposited excavation at the site as directed by the Owner. If no site is designated by the Owner,then it shall be the responsibility of the Contractor to dispose of this material in a safe and legal manner. 400.19 - INFILTRATION AND/OR EXFILTRATION AND TESTING Infiltration and/or exfiltration in gravity sanitary sewer lines shall not exceed two hundred (200) gallons per inch of diameter per day per mile of pipe. Sewer lines shall be tested for exfiltration according to Item 450 of these specifications. Water lines shall be sterilized and tested in accordance with applicable specifications. 400.20 - CLEAN-UP The Contractor shall remove from the work site all temporary structures, rubbish, and waste material including all excess excavated materials. The completed clean up shall not be greater than one thousand (1000') feet behind the pipe laying operation. Pipe laying operations will be suspended temporarily if completed clean up is further behind than one thousand (1000') feet. Clean-up requirements shall also apply to any public or private property used by the Contractor for constructing the project, such as temporary storage or field office sites. 400.21 - PAYMENT Pipe will be measured by the linear foot of pipe complete in place. Such measurement will be made between the ends of the pipe barrel along the center axis as installed. The cost of connecting bands or couplings, as in the case of asbestos cement pipe, shall be included in the unit price of pipe. Special fittings, such as tees, bends, etc., which have unit cost set up in the Bid Proposal shall be deducted from the total length of pipe. When pipe is to be paid for according to depth, the depth will be measured from natural ground to the invert of the pipe. Measurements will be taken at 200-foot intervals, or more often if the terrain requires it. Those materials, i.e. sand, 60/40 mix and cement stabilized material used in the bedding and backfill and which are required by Item 400, Item 500 or by the specifications of the pipe manufacturer will not be pay items. The cost of materials and installation will be included in the price bid per linear foot for pipe. All special embedment materials as described in 400.9.7 if ordered by the Engineer shall be paid for at the unit price bid per cubic yard based on quantities taken from truck tickets. Pipe construction will be paid for according to the applicable unit bid prices as follows: Water or sewerline (general) Linear foot of specified size, type and depth or other classification. I ITEM 400 - UNDERGROUND PIPING CONSTRUCTION Water or sewerline embedded in concrete Same as general, embedment will be separate pay item. Pipe laid in tunnels and casing Unit price for pipe per linear foot in tunnel or casing. The following items will be paid for at the appropriate unit price,where shown on the bid proposal. Otherwise no separate payment shall be made. Tunnel or casing installation Unit price bid per lineal foot for tunnel or casing. Dewatering of trenches by well point Unit price bid per linear foot of trench if Engineer gives prior approval. No separate payment for other dewatering methods. Replacement of sidewalks, driveway cuts Unit price bid per linear foot. Iand placement of new sidewalks Replacement of street surfacing Unit price bid per linear foot for type of street. Manholes and prefabricated bends Unit price bid per each. Bends will be included with pipe footage and will not be a separate pay item. No separate payment shall be made for the following work in connection with tunneling and casing. Access pits for tunnels, shoring of pits, furnishing and installing of liner or casing, backpacking, grouting, lighting, ventilation, and disposal of excavated material. ITEM 405 - PIPE BURSTING / CRUSHING 405.01 - GENERAL This specification defines the approved methods and materials for the rehabilitation of existing gravity sewer lines by the Pipe Bursting or Pipe Crushing (Pipe Bursting/Crushing) process. The Pipe bursting process is defined as the reconstruction of gravity sewer pipe by installing an approved pipe material. Essentially the process involves the use of a hydraulic"moling" device or pneumatic hammer, suitable sized to break out the old pipe or using a modified boring "knife" with a flared plug that implodes and crushes the existing sewer pipe. Forward progress of the "mole" or the"knife" may be aided by the use of a hydraulic winch. Pipe bursting by static pull method is also acceptable. The replacement pipe is either pulled or pushed by means of hydraulic force into place, size on size and/or upsizing. 405.02- MATERIAL SPECIFICATIONS A. Solid Wall Polyethylene Pipe (HDPE). 1. The replacement pipe shall be manufactured from a high density high molecular weight polyethylene resin which conforms to ASTM D-1248 and meets the requirements for Type III, Class A, Grade P34, Category 5, and has a PPI rating of PE 3408, when compounded. The pipe produced from this resin shall have a minimum cell classification of 345434D or E (inner wall shall be light in color) under ASTM D3350. Before beginning work, the Contractor shall submit to the Engineer for approval, the vendor's specific technical data with complete physical properties of pipe and pipe dimensions pertinent to this job. A certificate of "Compliance with Specification" shall be furnished for all materials to be supplied. 2. The outside diameter and minimum wall thickness shall conform to dimensions listed in Table I and shall be measured in accordance with ASTM D-2122. TABLE I POLYETHYLENE REPLACEMENT PIPE DIMENSIONS IPS MINIMUM MINIMUM WALL THICKNESS NOMINAL OD (Inches) OD (Inches) (Inches) SDR 21 SDR 19 SDR 17 SDR 11 6 6.625 .315 .349 .390 .602 7 7.125 .340 .375 .419 .648 8 8.625 .411 .454 .507 .784 10 10.750 .512 .566 .632 .977 12 12.750 .607 .671 .750 1.159 14 14 .667 .737 .824 1.273 16 16 .762 .842 .941 1.455 3. The SDR Classification for various depths shall be as follows: The Standard Dimension Ratio (SDR), which is the ratio of the outside diameter (OD) of the pipe to its minimum wall thickness, shall be specified for the various depths listed in Table II. Depth shall be measured from the upstream and downstream rim to the invert of the existing sewer in the pipe segment to be replaced. The SDR shall be selected for the deeper of the two manholes for a given pipe segment. ITEM 405 - PIPE BURSTING / CRUSHING TABLE II POLYETHYLENE REPLACEMENT PIPE SDR (Applicable SDR for Depth Range) HDPE PIPE SDR MAXIMUM DEPTH (FEET) 21 10 19 15 17 20 11 OVER 20 4. Use of Clamp and Encasement Where excavations for the insertion of the replacement pipe are made between two manholes, the ends of the HDPE will be cut smooth and square to the axis, so that it can be joined in a workman like manner such that both ends meet and touch uniformly and continuously. An all stainless steel (including bolts and lugs) full circle "ROMAC" clamp with internal stiffeners shall be used. Clamps shall be selected to fit the outside diameter of the replacement pipe. Minimum clamp widths shall be provided in accordance with Table III. OUTSIDE DIAMETER OF LINER PIPE MINIMUM WIDTH OF CLAMP (Inches) (Inches) 7.125 or less 15 8.625 18 10.750 or Greater 30 4 d 405.05 - BACKFILL At all points where the polyethylene pipe has been exposed, such as at the insertion shafts, at service connection fittings, or other points where the old pipe must be removed, the polyethylene pipe and fittings shall be encased in cement stabilized sand or other high density material as specified by the Owner's Representative to prevent deflection due to earth loading or subsidence. At this point, in preparation for the placing of the encasement material, debris and soil shall be removed along each side of the existing pipe down to the spring line. After the encasement material is in place and accepted by the engineer, backfill is placed and compacted to required finished grade in accordance with the Owner's Representative's specifications. Particular care shall be taken to ensure compaction of earth beneath the lateral pipe in order to reduce subsidence and resultant bending at the lateral connection at the sewer main. 405.06 - PRE-INSTALLATION PREPARATIONS The Contractor shall submit a work plan to the Engineer for review and acceptance. The work plan shall address the following minimum preparation/steps, unless approved otherwise by the Engineer. A. Safety The Contractor shall carry out operations under this section in strict accordance with all applicable OSHA Standards. Particular attention is drawn to those safety requirements involving work on an elevated platform and entry into a confined space. It shall be the Contractor's responsibility to comply with OSHA Standards and Regulations pertaining to all aspects of the work. ITEM 405 - PIPE BURSTING / CRUSHING B. Bypassing Sewage When required for acceptable completion of the pipe bursting/crushing process, the Contractor shall provide for continuous sewage flow around the section(s) of pipe designated for the installation of replacement pipe. The pump bypass lines shall be of adequate capacity and size to handle the flow in accordance with Item 411, Sewer Flow Control. C. Pre-Installation Video Inspection. Television inspection of existing pipelines shall be performed by experienced personnel trained to operate closed circuit color television equipment. Television inspection shall include the following: • Videos shall be submitted to the City/Engineer. • Videos will remain the property of the City. • Video of the existing sewer shall have the appropriate stationing indicated for each service. Data and stationing to be shown on the video. • Should any portion of the inspection video be of inadequate quality or coverage, the Contractor shall have the portion re-inspected and video taped at no additional expense to the City. 405.07 - INSTALLATION PROCEDURES The Contractor shall submit information, in detail, of the procedure and the steps to be followed for the installation of the pipe bursting/crushing method selected, even if the process is named in the specification. All such instructions and procedures submitted shall be carefully followed during installation. Any proposed changes installation procedures shall require submittal of revised procedures and acceptance by the Engineer. A. Finished Pipe The installed replacement pipe shall be continuous over the entire length of each pipe segment from manhole to manhole and shall be free from visual defects such as foreign inclusions, concentrated ridges, discoloration, pitting, varying wall thickness and other deformities. Replacement pipe with gashes, nicks, abrasions, or any such physical damage which may have occurred during storage and/or handling, which are larger/deeper than 10% of the wall thickness shall not be used and shall be removed from the construction site. The replacement pipe passing through or terminating in a manhole shall be carefully cut out in a shape and manner approved by the Engineer. The invert and benches shall be streamlined and improved for smooth flow. The installed pipe shall meet the leakage requirements of the pressure test specified later. B. Pipe Jointing Sections of polyethylene replacement pipe shall be assembled and joined on the job site above the ground. Jointing shall be accomplished by the heating and butt-fusion method in strict conformance with the manufacturer's printed instructions. ITEM 405- PIPE BURSTING / CRUSHING The butt-fusion method for pipe joint shall be carried out in the field by operators with prior experience in fusing polyethylene pipe with similar equipment using proper jigs and tools per standard procedures outlined by the pipe manufacturer. These joints shall have a smooth, uniform, double rolled back bead made while applying the proper melt, pressure, and alignment. It shall be the sole responsibility of the Contractor to provide an acceptable butt- fusion joint. All joints shall be made available for inspection by the Engineer before insertion. The replacement pipe shall be joined on the site in appropriate working lengths near the insertion pit. The maximum length of continuous replacement pipe which shall be assembled above ground and pulled on the job site at any one time shall be 600 linear feet. C. Insertion or Access Pits The location and number of insertion or access pits shall be planned by the Contractor and submitted in writing for approval by the Engineer prior to excavation.The pits shall be located such that their total number shall be minimized and the length of replacement pipe installed in a single pull shall be maximized. Locations of damaged pipe shall be used for insertion pits ifdirected by the Engineer. The cost for diversion pumping required around an insertion pit, from a manhole upstream to a manhole downstream, shall be per applicable item of these specifications. Excavation for insertion pits shall not be paid for separately but shall be included in the unit price bid for pipe bursting/crushing. D. Process Limitations Though the installation process may be licensed or proprietary in nature, the Contractor SHALL NOT change any material, thickness, design values or procedural matters stated or approved in the submittals, without the Engineer's prior knowledge and preapproval. The Contractor shall submit, in writing, full denials about component materials, their properties and installation procedures and abide by them fully during the entire course of the project. All sewer rehabilitation by pipe bursting/crushing methods is being considered structurally equal processes as far as "end product" required by the City. The minimum required performance criteria, and/or standards, physical/structural properties, chemicals resistance tests, and the replacement pipe thicknesses as given in this specification shall be strictly complied. It shall be the responsibility of the Contractor to comply with the specifications in full without any request for any change after the award of the contract. The City reserves the right to accept, reject, or modify any later requests for change at no additional cost to the City or even to the extent of asking credit for the City. E. Post Construction Video Inspection Television inspection of the completed pipelines shall be performed by experienced personnel trained to operate closed circuit color television equipment. Television inspection shall include the following: • Videos shall be submitted to the City/Engineer. • Videos will remain the property of the City. • Video tape of the completed sewer shall have the appropriate stationing indicated for each service. Data and stationing to be shown on the video. • Should any portion of the inspection video be of inadequate quality or coverage, the Contractor shall have the portion re-inspected and video taped at no additional expense to the City. ITEM 405 - PIPE BURSTING / CRUSHING 405.08 - SEALING AND BENCHES IN MANHOLE The replacement pipe shall be installed with a tight fitting seal with the existing or new manhole. Half-inch diameter activated oakum band soaked in Scotch seal 5600 or equal shall be applied circumferentially on the replacement pipe and encased with a cementitious mortar to prevent inflow at the manhole. The top half of the pipe within the manhole shall be neatly cut off and not broken or sheared off, at least four inches away from the manhole walls. The channel in the manhole shall be a smooth continuation of the pipe(s) and shall be merged with other lines or channels, if any. Channel cross-section shall be U-shaped with a minimum height of half pipe diameter to three- fourths of the pipe diameter for fifteen inches and larger. The side of the channels shall be built up with mortar/concrete, as specified, to provide benches at a maximum of 1 in 12 pitch towards the channel. Payment for above work shall be incidental to sewer rehabilitation by the pipe bursting/crushing method, since that payment is made from centerline to centerline of manhole(s). Separate payment shall be made if no line or manhole is rehabilitated but benches are required to be improved as above. The replacement pipe in the manhole shall be sealed as specified above before proceeding on to the next manhole section and all manholes shall be individually inspected for replacement pipe cut- offs, benches and sealing works. 405.09 -TESTING OF THE REPLACEMENT PIPE All costs for testing the replacement pipe by a pressure method will be incidental to the installation. A low pressure air test shall be required after the replacement pipe has been installed in the existing sanitary sewer main. A low pressure air test of the replacement pipe before it has been sealed in place at the manholes will be required before any service reconnections have been made. The purpose of this test is to check the integrity of the joints that have been made and to verify that the replacement pipe has not been damaged by inserting it into the sanitary sewer. Low pressure air test procedure will be as required in Item 450, Testing Sanitary Sewer Lines. 405.10 - PAYMENT The unit price bid for rehabilitating the sewer main in the manner described shall be full compensation for all materials, labor, equipment, and incidentals required to install the replacement pipe within the sewer main, reworking the manholes inverts and benches, etc. Payment shall be for actual linear footage for replacement pipe installed in the field and shall be measured between the center lines of the manholes. All costs for testing the replacement pipe shall be considered incidental to the cost of rehabilitating the sewer.The Contractor shall be responsible for making adequate and suitable arrangements for any bypass pumping that may become necessary to prevent any backflow into houses or buildings, or onto the streets between the time the replacement pipe in installed and the service reconnections have been made, tested, and approved by the City. Bypass pumping shall be performed and paid in accordance with Item 411, Sewer Flow Control. Payment for service connections restored by excavation and reconnecting with approved fitting shall be made separately as per bid item. Excavation for service connection which is found plugged and no longer required shall be left as is, and paid as per appropriate bid item for Abandonment of Service Connection. Two or more service laterals from several houses coming at one point to thesewer 4 (replacement pipe) through stacks, wyes and/or tees, shall be considered as one service connection. However, the Engineer may move/relocate such service connections so as not to exceed more than two houses per each new connection pipe. ITEM 405 - PIPE BURSTING / CRUSHING All other payments shall be made as per bid items. No payment shall be made for work considered incidental or complimentary to a pay item already in bid item. The Contractor shall clarify, for his own benefit, all work required for any item, incidental or otherwise, prior to bidding. ITEM 410 - SEWER LINE CLEANING 410.01 - GENERAL Since the success of the other phases of work depends a great deal on the cleanliness of the lines, the importance of this phase of the operation cannot be stressed too strongly. It is recognized that there are some conditions such as badly broken or eroded pipe or major blockages that prevent cleaning from being accomplished or where additional sewer line damage would be done if cleaning is attempted or continued. Should conditions of this nature be encountered, it shall be the decision of the Engineer as to whether or not those sections of sewer line shall be cleaned. 410.02 - LIMITS OF WORK Sewer line cleaning shall be performed on those portions of the sanitary sewer line which is to be rehabilitated. 410.03 - SEWER CLEANING The designated lengths of sewer line shall be cleaned using mechanically powered, hydraulically propelled, or high velocity sewer cleaning equipment, or by other means with the Engineer's prior approval. Selection of the equipment used shall be based on the conditions of the lines at the time the work commences. The equipment and methods selected shall be satisfactory to the Engineer. The equipment selected for cleaning shall be capable of removing dirt, grease, rocks, sand, and other deleterious materials and obstructions from the sewer lines and manholes. If the designated sewer cleaning cannot be successfully performed from the adjacent manhole, the Engineer may require the Contractor to attempt the designated cleaning from the opposite manhole. If, in the opinion of the Engineer, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists and a point repair shall be made to remove the blockage. 410.04 - MATERIAL REMOVAL All sludge, dirt, sand, rocks, grease, and other solid or semi-solid material resulting from the cleaning operation shall be removed at one of the manholes of the section being cleaned. Passing material from manhole section to manhole section which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment shall not be permitted. 410.05 - DISPOSAL OF MATERIALS All solids or semi-solids resulting from the cleaning operations shall be removed from the site and disposed of in a manner and at a site designated by the Owner. All materials shall be removed from the site no less often that at the end of each workday. Under NO circumstances will the Contractor be allowed to accumulate debris, etc., on the site of work beyond the stated time, except in totally enclosed containers and as approved by the Owner. ITEM 410 - SEWER LINE CLEANING 410.06 -CLEANING PRECAUTIONS During all sewer cleaning operations, satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. Whenever hydraulically propelled cleaning tools dependent upon water pressure for their cleaning force, or any tools which retard the flow of water in the sewer line, are used, precautions shall be taken to ensure that the water pressure created does not cause any damage or flooding to public or private property being served by the sewer line involved. The flow of sewage in the sewer lines shall be utilized to provide necessary pressures for hydraulic cleaning devices whenever possible. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant nor shall a hydrant be used for the purpose described unless a vacuum break is provided. 410.07 -CLEANING EQUIPMENT A. Hydraulic Cleaning Equipment. The equipment used shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during 4 the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal diameter as the pipe being cleaned and shall provide a flexible scraper around the outer periphery to ensure total removal of grease. If sewer cleaning balls or other such equipment, are used, special precautions against flooding of the sewers and public or private property, shall be taken. B. High Velocity Hydro-Cleaninq Equipment. All high velocity sewer cleaning equipment shall be constructed for ease and safety of operation. The equipment shall have a selection of two or more high velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 degrees to 45 degrees in all size lines designated to be cleaned. Equipmentshall also include a high velocity gun for washing and scouring manhole walls and floor.The gun shall be capable of producing flows from a fine spray to a long distance solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. All controls shall be located so that the equipment can be operated above ground. C. Mechanical Cleaning Equipment. Bucket machines shall be in pairs with sufficient power to perform the work in an efficient manner. Machines shall be belt operated or have an overload device. A power rodding machine shall be either a sectional or continuous type capable of holding a minimum of 750 feet of rod. The rod shall be specifically treated steel. To ensure safe operation, the machine shall have a fully enclosed body and an automatic safety throw- out clutch or relief valve. 410.08 - PAYMENT Cleaning of sewer lines shall be included as a part of the line rehabilitation bid item and shall not be a separated pay item ITEM 411 - SEWER FLOW CONTROLS 411.01 -GENERAL When sewer line flows at the upstream manhole of the section being worked are above the maximum allowable requirement for sewer line cleaning the flows shall be reduced to the levels shown indicated by manual operation of pump stations, plugging/blocking of the flows, or by pumping/bypassing of flows, as specified. 411.02 - MAXIMUM SEWAGE FLOWS Sewer flows shall not exceed those shown below for the respective line sizes as measured in the manhole when performing television inspection. Maximum Line Flows Television Inspection 6" - 10" Pipe 20°/0 of pipe diameter 12" - 24" Pipe 25% of pipe diameter Over 24" Pipe 30% of pipe diameter 411.03 - PLUGGING OR BLOCKING A sewer line plug shall be inserted into the line at a manhole upstream from the section being inspected. The plug shall be so designed that all or any portion of the sewage flows can be released. During the inspection, testing or connecting portion of the operation, flows shall be shut off or reduced to within the maximum flow limits specified in 411.02. After the work tasks have been completed, flows shall be restored to normal. 411.04 - PUMPING AND BYPASSING When pumping/bypassing is required,the Contractor shall supply the necessary pumps, conduits, and other equipment to divert the flow of sewage around the manhole section in which work is to be performed. The bypass system shall be of sufficient capacity to handle existing flows plus additional flows that may occur during rain storms. The Contractor will be responsiblefor furnishing the necessary labor and supervision to set up and operate the pumping and bypassing system. If pumping is required on a 24-hour basis, all engines shall be equipped in a manner to keep the pump noise at a minimum. 411.05 - FLOW CONTROL PRECAUTIONS Whenever flows in a sewer line are blocked, plugged, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might be inflicted by excessive sewer surcharging. Further, precautions must be taken to ensure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. 411.06 - PAYMENT No separate payment for work performed under this item unless otherwise indicated in the bid items. Include cost of same in contract price bid for work of which this is a component part. ITEM 429 -MAHOLES, JUNCTION BOXES AND WET WELLS 429.01 - GENERAL All manholes, junction boxes, and wet wells shall be constructed at the locations and shall be of the types shown on the plans. They shall consist of all excavation, castings, backfilling, and furnishing all materials or other items necessary for installation thereof. Manholes shall be constructed of precast reinforced concrete or fiberglass at the option of the Contractor. Wet wells shall be constructed of precast reinforced concrete pipe or boxes with gasketed joints, where precast units of indicated sizing are available. Precast units shall be specifically designed for vertical installation were used. Where wet well size exceeds available precast box sizing or where specifically indicated on the plans, cast-in-place structures are required. It is the intent of this specification to provide for watertight construction of all manholes and junction boxes, including watertight covers if necessary. 429.02 - EXCAVATION AND BACKFILL The Contractor shall excavate to the required depth and size for each manhole and wet well. The Engineer may require the Contractor to undercut for a maximum of twelve (12") inches below the manhole base and backfill with stabilized material where necessary. Backfill from the base to a point not less than twelve (12") inches below ground level shall be as follows: A. Precast Concrete Manholes and Wet Wells. Backfill shall consist of (a) select soil from the excavation, compacted to a minimum of ninety-five (95%) percent density; or (b) well-tamped sand-cement [two (2) sacks of cement per cubic yard]. B. Other Manholes. Backfill material shall be approved by the Engineer. 429.03 - CONSTRUCTION OF MANHOLES A. Main Lines 24 Inches O.D. or Smaller. Manholes (including bases) shall be constructed around main line sewer pipes after pipe laying. Other sewer pipes shall be built in and trimmed with a minimum of six (6") inches intrusion inside the manhole wall. The base of the manhole shall consist of reinforced concrete as shown on the attached sketches. The concrete may be precast according to ASTM C-478, or cast in place, at the option of the Contractor. A concrete or grout invert shall be formed according to the sketches. The manhole wall shall consist of precast concrete, or other approved material (Sections .04 thru .06), with no built-in steps or ladder rungs permitted. The top of the manhole shall consist of a cast iron ring and cover, finished to natural ground (or to the grade designated on the plans or by the Engineer). B. Main Lines 48 Inches I.D. or Larger. The manhole shall consist of a stack from the top of the sewer line up to natural ground (or other designated grade), according to the attached sketches. One joint of the main line shall consist of a prefabricated tee with the lateral branch vertical. The tee shall be designed and fabricated to carry the design load of the manhole, with design subject to the approval of the Engineer. If the tee is of a corrosive material such as concrete, it shall be coated on the inside with coal tar epoxy according to Item 700. Alternate coating or lining methods shall be subject to the approval of the Engineer. The manhole wall shall be an extension of the tee branch. The wall shall consist of precast concrete, or other approved material as described below, with no built-in steps or ladder rungs permitted. The wall design shall be compatible with the structural strength of the tee upon which it is resting. ITEM 429-MAHOLES, JUNCTION BOXES AND WET WELLS Lateral sewer pipes shall be built into the manhole wall and trimmed with a minimum of six (6") inches intrusion inside the wall. Any laterals below the base of the stack shall be built through the side of the tee section and trimmed according to the details in the attached sketches. The top of the manhole shall consist of a cast iron ring and cover, finished to natural ground (or other designated grade). C. Main Lines 24 Inches Through 42 Inches I.D. Manholes shall be similar to the stack manholes in Subsection 2 above, except for details at the top of the tee. In this case the vertical tee shall be the same size as the main line, with a concrete pad at the top to support the 48 inch manhole. Construction shall be according to the attached sketches. 429.04 - PRECAST CONCRETE MANHOLE AND WET WELLS The walls shall consist of risers, cones, and grade rings conforming to ASTM C-478. Joints shall be watertight and of the tongue and groove type, gasketed. Concrete pipe for manholes shall consist of risers, cones, and grade rings conforming to ASTM C-478. Concrete pipe or boxes for wet wells to be as noted on Plans. 429.05 - PROTECTIVE LININGS The walls and inverts shall be coated as per Item 602 - Prior to installation. 429.06 - FIBERGLASS MANHOLES The walls and cone shall consist of fiberglass construction conforming to ASTM D3753. The wall and cone shall consist of a single manufactured unit extended from the base to within eighteen inches of final grade. One or more concrete grade rings shall be placed between the fiberglass manhole and the cast iron ring and cover. The complete manhole shall be designed for a wheel load of 40,000 pounds. 429.07 - OTHER TYPES MANHOLES Other materials may be used in manholes upon the approval of the Engineer. The Contractor shall submit to the Engineer in writing any proposals for alternate construction materials, including material specifications and structural details. 429.08 - DROP INLETS A. Manholes (Other than Stack). When an incoming line is two (2') feet or more above the flow line of the outgoing line, a drop inlet shall be constructed just outside the manhole as detailed in the attached sketches. B. Stack Manholes. A drop inlet shall be constructed for any incoming line more than eighteen (18") inches above the crown of the main line. 429.09 - JUNCTION BOXES All junction boxes shall be constructed at the locations and shall be sized in accordance with plans accompanying these specifications. The boxes shall be constructed of reinforced concrete, complete with cast iron ring and covers. All sewer pipe entering the box shall be built in and placed flush with the inner wall of the box. ITEM 429 -MAHOLES, JUNCTION BOXES AND WET WELLS 429.10 - CONCRETE Cast-in-place concrete shall conform to Item 200, with minimum 28-day f'c of 2000 psi for manhole bases and 3000 psi for junction boxes. All manhole bases shall be poured monolithically. The floor of a junction box may be poured separately with proper keyways, waterstops, and dowels for the walls. 429.11 - REINFORCING STEEL All reinforcing steel shall conform to Item 201, with billet steel required for manhole and wet well bases and junction boxes. 429.12 - CASTINGS FOR MANHOLES, JUNCTION BOXES AND WET WELLS All iron castings shall be of first quality and shall conform to ASTM A-48, Class 35. Rings and covers shall conform to the standard patterns of Mabry Foundry, Vulcan Foundry, Neenah Foundry, or prior approved equivalent. Rings and covers shall be of a heavy traffic type, machine seated, and designed not to rock. The bearing surfaces of rings and covers shall be carefully machine-finished so that the cover will have an even bearing on the frame for its entire periphery. Rings and covers shall be sized with a thirty-two (32") inch cover diameter, unless shown differently in the plans. Each ring and cover shall consist of one of the following types, as designated on the plans or by the Engineer. A. Perforated. The cover shall fit the ring smoothly, but need not be gasketed. The cover shall contain a minimum of four(4) holes of approximately three-fourths (3/4") inch diameter. B. Self-Sealing. The cover shall be solid with concealed pick holes. The bottom of the cover shall contain a precisely machined groove fitted with a continuous gasket. The gasket material shall be of special composition, with good sealing qualities, abrasion resistance, and low compression set. C. Self-Sealing Vented. The cover shall be similar to the self-sealing cover above, and shall contain a vent hole of 1 •in diameter located in the center of the cover. An inflow prevention device shall be installed to minimize inflow. See Item 429.13 below. 429.13 - INFLOW PREVENTION FOR VENTED COVERS The inflow prevention device shall be designed to minimize inflow into the sanitary sewer manhole. The device shall be load tested to withstand 800 pounds outside of traffic areas and 3000 lbs within traffic areas. The inflow prevention device shall be stainless steel insert equal to the "Rainstopper" as manufactured by Southwestern Packing and Seals, Inc. The device shall include gasket, relief valve and handle. The handle shall be designed to withstand a minimum 500 lbs. of force before failure. 429.14 - WATERSTOP GASKETS Waterstop gaskets shall comply with ASTM F-477, having a cross-section of a minimum of three(3") inches in nominal width, and shall be secured in place with a stainless steel strap clamp. Waterstop gaskets shall b€ placed around all sewer lines at manhole joints. The securing clamp shall be made tight with gasket and clamp completely, enclosed in place, using an expansive grout at thickness of six (6") inches all around. ITEM 429 -MAHOLES, JUNCTION BOXES AND WET WELLS Grout shall be metallic base non-shrink equal to Sika Chemical "Kemox", Gifford Hill "Gilco", or Master Builders "Embecco", or prior approved equivalent. 429.15 - TESTING All completed manholes shall be exfiltration tested according to Item 450. Any manhole which fails the test shall be repaired and retested. 429.16 - PAYMENT No separate pay. ITEM 450 -TESTING SANITARY SEWER LINES 450.01 -GENERAL This specification shall provide for inspection and testing of all newly constructed sanitary sewer lines and manholes for watertight construction and for excessive deflection. 450.02 -WATERTIGHT CONSTRUCTION TESTING New sewer lines shall be tested by either a low pressure air test, an infiltration test, or an exfiltration test. The Contractor shall select one of these procedures for each new line, according to ground water conditions, subject to the approval of the Engineer. (Air testing is required for vitrified clay sewer lines). Leakage testing is not required for partial replacement of existing manhole segments. All new manholes shall be tested, as described in Item 450.08 below. 450.03 -GROUND WATER LEVEL Before conducting an air, exfiltration, or infiltration test on one or more adjacent line segments (the test section), the Contractor shall determine the ground water level at 400 foot intervals within thetest section. Each interval shall have a two (2") inch vertical pipe set in the ground it for this purpose. Some existing manholes may have this device or another device previously installed forthis purpose. Before testing the sewer lines, the Contractor shall insert a small rod into each two (2") inch pipe along the test section to determine the level of ground water in the pipe. If an existing manhole along the test section contains a nipple or other device for this purpose, the Contractor shall determine the ground water level by means of this device if practical. All ground water measurements shall be converted to depth of ground water above the pipe invert of the test section. The ground water depth for the test section shall be taken as the greatest depth so calculated. If no reliable measurement can be made,the ground water depth shall be taken as the greatest line depth along the test section. 450.04 -AIR TEST (PIPE OTHER THAN VCP) (Allowed for Lines Smaller Than 36" Only) When air testing is selected (for sewers other than vitrified clay), the Contractor shall conduct the test as follows. A. Conduct the test between two (2) consecutive manholes, as directed by the Engineer. B. Plug the test section at each end. One of the plugs used at the manhole shall be tapped and equipped for the air inlet connection for filling the line from an air compressor. C. Make sure that all plugs are properly braced against the internal pressure to prevent air leakage by slippage and blowouts. D. Connect air hose to tapped plug selected for the air inlet. Then connect the other end of the air hose to the portable air control equipment which consists of valves and pressure gauges used (a) to control the air entry rate to the test section, and (b) to monitor the air pressure in the pipe line. ITEM 450 -TESTING SANITARY SEWER LINES More specifically, the air control equipment shall include a shut-off valve, a pressure regulating valve, a pressure reduction valve, and a monitoring pressure gauge having a pressure range from zero (0)to fifteen (15) psi. The gauge shall have a minimum division of 0.10 psi and an accuracy of+ 0.04 psi. E. Connect another air hose between the air compressor and the air control equipment. F. Supply air to the test section slowly, filling the pipe line to a constant pressure of 3.5 psig plus 0.433 psi for each foot of ground water depth above the invert of the pipe. The air pressure must be regulated to prevent the pressure inside the pipe from exceeding 15.0 psig. G. When constant pressure of 3.5 psig plus ground water pressure adjustment (GWP) is reached, throttle the air supply to maintain the internal pressure above 3.0 psig plus GWP for at least five (5) minutes. If leakage is detected at any cap or plug, release the pressure in the line and tighten or repair the faulty plug. A new five (5) minute interval must be allowed afterthe pipe line has been refilled. H. After the stabilization period, adjust the air pressure to 3.75 psig plus GWP and shut off or disconnect the air supply. Commence timing when the air pressure reaches 3.5 psig +GWP with a stopwatch which is allowed to run until the line pressure drops to 2.5 psig plus GWP, at which time the stopwatch is stopped. The time required, as shown on the stopwatch, for a pressure loss from 3.5 psig to 2.5 psig is used to compute the air loss. I. If the time, in minutes and seconds, for the air pressure to drop 0.5 psig is greater than that calculated using the equation below, the test section shall have passed. J. If the time is less than calculated using the equation below, the test section shall not have passed and adequate repairs must be made. T= 0.0850(D)(K)/(Q) T = Time for pressure to drop 1.0 psig in seconds K = 0.000419 DL, but not less than one D = Average inside diameter of pipe (inches) L = Length of line of same pipe size in feet Q = Rate of loss, assume 0.0015 ft3/min/ft2of internal surface 450.05 -AIR TEST (VITRIFIED CLAY PIPE) Air testing of new sewer lines constructed of vitrified clay shall be conducted according to ASTM C- 828. 450.06 - INFILTRATION TEST PROCEDURES (SEWER LINES) When infiltration testing is selected, the Contractor shall conduct the test as follows: A. Conduct the test between two (2) or more adjacent manholes, as directed by the Engineer. ITEM 450 -TESTING SANITARY SEWER LINES B. The length of the test section shall be determined by field measurement by the Engineer. C. Plug all inlets and outlets at upstream manhole except the one for the line being tested. D. Cap or plug all service laterals, stubs, and fittings into the test section, so as to prevent ground water from coming in at these connections. E. When the test section consists of more than one manhole sections, plug all connecting sewer lines from intermediate manholes (unless the tributary lines are part of the test section). F. Place V-notch weir into the upstream pipe in the downstream manhole where the measurement will be recorded. The weir shall be installed so as to maintain a watertight seal between the weir and the interior surface of the pipe to prevent water bypassing the V-notch weir. G. V-notch weirs shall be constructed to a high degree of accuracy to avoid erroneous measurements. All weirs used for testing shall be approved by the Engineer. H. After V-notch weir has been installed, allow sufficient time for the infiltrating water to build up and level off behind the weir, until a steady, uniform flow passes over the V-notch weir. I. Measurements can be taken after steady flow occurs over the V-notch weir. Leakage shall be determined from the readings, either directly or by converting the readings of the flow into terms of gallons/(inch diam.--mile--day). Caution shall be taken in recording the readings due to possible variations in flow resulting from local conditions. All weir readings shall be made under the direction of the Engineer's representative. J. Repair and retest any test section exceeding the infiltration limits prescribed in Item 450.10 below. 450.07 - EXFILTRATION TEST PROCEDURES (SEWER LINES) When exfiltration testing is selected, the Contractor shall conduct the test as follows: A. Conduct the test between two (2) or more adjacent manholes, as directed by the Engineer. B. The length of the test section shall be determined by the Engineer. C. All service laterals, stubs, and fittings into the sewer line being tested shall be properly capped or plugged, and carefully braced to resist the thrust actions developed by the internal water pressure. D. Insert and tighten a tapped plug in each of the following locations: 1. Inlet pipe of downstream manhole, for connecting the water supply for filling the sewer. 2. Outlet pipe of upstream manhole, for connection to standpipe. li ITEM 450 -TESTING SANITARY SEWER LINES E. Place the standpipe in the upper manhole and connect it to the tapped plug. The standpipe shall be capable of handling from ten (10') feet to twenty-five (25') feet of water head to determine the tightness and soundness of the sewer line, as specified and directed by the Engineer. F. Introduce water into the line through the downstream manhole until the standpipe in the upstream manhole has been completely filled. G. Allow the line to stand for several hours after filling with water, before beginning the test. During this time some water absorption into the manhole structures and sewer pipe will take place. After the water absorption has stabilized, check the water level in the standpipe and add water if necessary. H. The test is now ready to begin. Measure and record the drop in the standpipe over a fifteen (15) minute period. To verify the first results, conduct a second fifteen (15) minute test. I. Convert the measured drops in the standpipe to leakage in terms of gallons/(inch diameter-- mile--day). J. Repair and retest any test section exceeding the infiltration limits prescribed in Item 450.10 below. 450.08 -TEST PROCEDURES (MANHOLES) The Contractor shall test each new manhole by an exfiltration test, as required by the following TCEQ Regulations. A. Hydrostatic Testing. Manholes shall be tested for leakage separately and independently of the wastewater lines by hydrostatic exfiltration testing, vacuum testing, or other methods acceptable to the commission. If a manhole fails a leakage test, the manhole must be made water tight and retested. The maximum leakage for hydrostatic testing shall be 0.025 gallons per foot diameter per foot of manhole depth per hour. Alternative test methods must ensure compliance with the above allowable leakage. Hydrostatic exfiltration testing shall be performed as follows: all wastewater lines coming into the manhole shall be sealed with an internal pipe plug, then the manhole shall be filled with water and maintained full for at least one hour. For concrete manholes a wetting period of 24 hours may be used prior to testing in order to allow saturation of the concrete. B. Vacuum Testing. To perform a vacuum test, on the owner shall plug all lift holes and exterior joints with a non-shrink grout and plug all pipes entering the manhole. No grout must be placed in horizontal joints before testing. Stub-outs, manhole boots, and pipe plugs must be secured to prevent movement while the vacuum is drawn. The owner shall use a minimum 60-inch /lb torque wrench to tighten the external clamps that secure the test cover to the top of the manhole. The test head must be placed at the inside of the top of the cone section, and the seal inflated in accordance with the manufacturer's recommendations. There must be a vacuum of 10 inches (4.912 psi) of mercury inside the manhole to perform a valid test. The test does not begin until after the vacuum pump is off. The manhole passes the test if after 2 minutes and with all valves closed, the vacuum is at least 9 inches (4.421 psi) of mercury. 450.09 -TEST RESULTS ITEM 450 -TESTING SANITARY SEWER LINES The Contractor shall furnish the test results in triplicate following the format of the form at the end of this section. Testing shall be performed as soon as practical after completing a section of sewer line. No more than 3000 feet of sewer may be laid without testing having been completed up to and including the last manhole in the line. 450.10 - INFILTRATION/EXFILTRATION LIMITS The maximum allowable infiltration/exfiltration rate shall be fifty (50) gallons/(inch diameter--mile-- day). 450.11 - DEFLECTION TESTING Deflection test shall be performed on all flexible and semi-rigid pipe. The test shall be conducted after the final backfill has been in place at least thirty (30) days. No pipe shall exceed a deflection of five percent (5%). If the deflection test is to be run using a rigid ball or mandrel, it shall have a diameter equal to ninety-five percent (95%) of the inside diameter of the pipe. The test shall be performed without mechanical pulling devices. 450.12 - PAYMENT No separate payment shall be made for testing of sewer lines and manholes. This work shall be included in the unit prices bid for the lines and manholes. ITEM 450 -TESTING SANITARY SEWER LINES OWNER: DATE: PROJECT: WEATHER: CONTRACTOR: CONTRACTOR: EQUIPMENT ON JOB: ENGINEER: STATIONS: DIAMETER: PIPE TYPE: LENGTH: AIR TESTING ALLOWABLE TIME FOR 1/2 POUND DROP: TIME: PRESSURE: END: START: START: END: TOTAL: DROP: INFILTRATION/EXFILTRATION ALLOWABLE INFLTRATION/EXFILTRATION: 50 GALS./INCH DIA./MILE/DAY EXFILTRATION TEST: TIME: WATER LEVEL STANDPIPE: END: START: START: END: TOTAL: DROP: FT. COMPUTED EXFILTRATION: INFILTRATION TEST: TIME: WEIR MEASUREMENTS (G.P.M.): END: 3 MIN. 9 MIN. 15 MIN. START: 6 MIN. 12 MIN. TOTAL: TOTAL: GALLONS COMPUTED INFILTRATION: 1 OWNER'S REPRESENTATIVE CONTRACTOR'S REPRESENTATIVE ITEM 508- HIGH DENSITY POLYETHYLENE PIPE 508.01 - GENERAL Furnish High Density Polyethylene pipe and fittings of size(s) shown on plans. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in sanitary sewer force mains. 508.02 - MATERIALS A. Polyethylene pipe having an SDR rating of 17. B. Polyethylene pipe meeting ASTM F714 and manufactured from a high density, high molecular weight, polyethylene resin which conforms to ASTM D-1248 and meets the requirements for Type III, Class C, Grade P34, Category 5, polyethylene compound and has PPI rating of PE 3408. The pipe produced from this resin shall have a minimum cell classification of PE 4543C per ASTM D3350. C. Before beginning work, the Contractor shall submit to the Engineer for approval, the vendor's specific technical data with complete physical properties of pipe and pipe dimensions pertinent to this job. HDPE pipe to be as manufactured by Driscopipe Prisma 4200, or equal. D. Butt fusion and extrusion welding of HDPE pipe and fittings shall be accomplished with proper equipment and operated in a thoroughly workman manner, in conformance with ASTM D3261. Equipment shall be in good repair. Contractor shall have fusion machine manufacturer's written instructions on site during fusion operations. Contractor shall employ only skilled welders capable of meeting the qualifications set by the manufacturer's specifications for an acceptable welded joint. Submit samples of fused joints using materials that are intended to be incorporated into the work for Consultant's review and acceptance prior to commencement of pipeline fusing. A qualified factory designated representative of the HDPE pipe shall be on site when Contractor begins butt fusion of the HDPE pipe, to provide direction and assistance for acceptable fusion of the HDPE, minimum of one day. E. Fittings to be fitted or fabricated. Fabricated fittings to have SDR rating equivalent to pipe. Fittings to be fusion welded to pipe, except mechanical jointing will be allowed at elbows for the purpose of minimizing stress to the pipe during installation.Mechanical jointing shall include flange adapters fused to the polyethylene pipe and convoluted stainless steel or ductile iron back-up flanges rated for a nominal non-shock operating pressure of 200 psig. Ductile iron flanges to be wrapped in 8 mil polyethylene film to prevent contact with backfill soils. Bolts and nuts to also be of stainless steel. At constructed dead end of pipe, install back-up flange and flanged reducer and blind flanged end piece. Flanges to be capable of mating with 24-inch ductile iron ANSI B16.1 fitting standard with a minimum working pressure of 150 psi. 508.03 - INSTALLATION A. Trenching - To be in accordance with applicable underground piping technical specification contained herein. Excavate trench to a point 4 inches below the bottom of pipe. B. Pipe Zone Bedding - Install in accordance with ASTM D-2774. Hand tamp bedding material around haunches to a point twelve (12) inches above the top of pipe. Bedding and initial backfill material to be Class II Or III as defined by ASTM D2321. Class II materials are defined as coarse sand or gravels with a maximum size of 1-1/2 inches and have ITEM 508 - HIGH DENSITY POLYETHYLENE PIPE Unified Soil Classification system (USCS) designation of GW, CP, SW and SP. Class II materials can be installed in loose state achieved by dumping. Class Ill materials are find sands, sand-clay mixtures and clayey gravels with USCS designations of GM, GC, SM and SC. Compact Class Ill bedding materials to a minimum of 85% of the maximum density achieved when tested in accordance with ASTM D698 (Standard Proctor). Place bedding material to a point four inches (4") below pipe and twelve inches (12") above the top of pipe. C. Backfill Above Pipe Zone-To be in accordance with applicable underground piping technical specification contained herein. 508.05- MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with applicable underground piping technical specification contained herein. ITEM 511 -PVC PIPE SCHEDULE 40 511.01 -GENERAL Furnish PVC pipe and fittings of size(s) shown on the plans. This item governs materials, fittings and incidentals required for the joining and bedding for schedule 40 sanitary sewer gravity service lines. 511.02 - MATERIALS A. Pipe. P.V.C. pipe conforming to ASTM D1785 B. Fittings. PVC fittings conforming to ASTM D 2466 and D 2467. C. Joints. Use solvent weld joints as specified by ASTM D 2855 using primer and cement conforming to ASTM F656 and D2564. 511.03 - INSTALLATION A. Trenching. To be in accordance with applicable underground piping technical specification contained herein. B. Pipe Zone Bedding. Install in accordance with ASTM D-2774, using well rounded sand or gravel with a maximum particle size of 1/2 inch. Hand tamp bedding material around haunches to a point twelve (12) inches above the top of pipe. C. Backfill Above Pipe Zone. To be in accordance with applicable underground piping technical specification contained herein. 511.04 - MEASUREMENT AND PAYMENT No separate payment. ITEM 2010 - TRENCH SAFETY SYSTEMS 2010.01 -GENERAL A. Description: The Contractor shall comply with the requirements of OSHA Excavation Standard 29 CFR, Part 1926, 1926.651. Maintenance and inspection of any shoring and related equipment shall be the responsibility of the Contractor. Contractor shall provide a "competent person" who is capable of identifying hazards and who has authorization to take prompt corrective measures to eliminate them. The Contractor shall determine, as outlined by the OSHA Excavation Standard, the safety system needed for the project and submit to the Owner's Engineer information to describe the procedures which are planned to be used. Review of submitted information on trench safety system by the Owner and/or Engineer shall not relieve the Contractor of his responsibility to provide a safe working place for his employees. The Contractor agrees to hold harmless and defend the Owner and/or Engineer against any claim resulting from failure of the trench system or lack of one. B. Submittal Requirements 1. Provide the name and qualifications (certifications) of the person to be considered the Contractor's "competent person" as defined by the OSHA Excavation Standard.- 2. Identify whether trench safety will be provided utilizing sloping or benching systems, by support, shield and other protective systems or both. Identify, for each system used, which of the four options in the OSHA Excavation Standard is being used for design. 3. For the selected system, provide descriptive information such as geometry of slopes or benched excavation, manufacturer's data or plan sealed by registered engineer. For the selected system, provide descriptive information such as geometry of slopes or benches excavation, manufacturer's data or plan sealed by registered engineer. 2010.02-CONSTRUCTION, MATERIALS, AND MAINTENANCE A. The Contractor is responsible for the selection of materials required support and shoring systems. Before beginning any excavation, the Contractor shall make an inspection of the job site. He shall pay special attention to the type of soil or soils in which he will be working, any adjacent roads, highways, and railroads, and any previous excavations. All underground installations shall be located, including utility lines, pipelines, etc., before any excavation begins. B. Each Contractor shall be responsible and liable for his own Trench Safety System, including self inspections, whether or not a representative of the Owner or Engineer is present on the job site. All trenches shall be provided with an adequate means of exit at all times. C. All maintenance of the trench safety equipment shall be the sole responsibility of the Contractor. The Contractor shall make an inspection of all trench excavations. He shall check for any evidence of cave-ins, slides, etc. If any change in soil conditions or failure of the trench is found, the Contractor shall remedy such. All water shall be diverted by suitable means to prevent the entrance of same into any excavation. No water shall be allowed to accumulate in any excavation and shall be removed as soon as possible ITEM 2010 -TRENCH SAFETY SYSTEMS 2010.03- IMPLEMENTATION Prior to beginning any construction, the Contractor shall submit, in writing, the information as required by 2010.01.2. Any delays due to failure to submit the information will not be considered for extension to the contract time. 2010.04- INDEMNIFICATION A. The Contractor shall indemnify and hold harmless the Owner, and the Owner's employees, agents and Engineer, from any and all damages, cost (including without limitation, legal fees, court costs, and investigation costs), judgments, or claims by anyone for injury or death of persons resulting from the collapse or failure of trenches constructed under this contract. These specifications for the trench safety system in no way relieve the Contractor of his responsibilities and liability to ensure the safety of the workers or any other party from the hazards of the construction operations. B. The Contractor is responsible for determining the appropriate trench safety systems necessary for specific locations based on actual subsurface conditions encountered during construction. The Owner and Owner's Engineer shall be held harmless from any claim or liability for injury or loss that results from failure on the part of the Contractor to implement the Trench Safety System plan properly or to make necessary changes to the trench safety systems necessitated by conditions encountered during construction. 2010.05- MEASUREMENT AND PAYMENT The specified trench safety system will be measured by the linear foot along the centerline of the pipe, including manholes/inlets, in accordance with the specifications. Payment for the trench safety system, measured as prescribed above, will be made at the unit price bid per linear foot based on depth, less than 5 foot or greater than 5 foot. Payment will not be made for linear footage of pipe installed by boring methods; however, the excavated pits required for installation by boring will be included in the measurement for trench safety. Payment shall be full compensation, in accordance with the pay item set in the bid for the trench safety system, including but not limited to all benching, sloping, hauling, shoring, sheeting, excess excavations, dewatering, sheet piling, bracing, trench shields, and all other incidentals necessary to provide the trench safety system as provided in the Contractor's submitted information. ITEM 4003 -TELEVISION INSPECTION 4003.01 -GENERAL The Sanitary Sewer lines shall be televised in conjunction with the cleaning operation. The sewer shall be visually inspected by means of closed-circuit television. The inspection will be done one manhole section (or dead-end segment) at a time, and the flow in the section being inspected will be suitably controlled, as specified in Item 411. 4003.02 -VIDEO EQUIPMENT The television camera used for the inspection shall be one specifically designed and constructed for such inspection, and shall provide a color picture (record) and be equipped with a 300°pan and tilt head. Lighting for the camera shall be suitable to allow a clear picture for the entire periphery of the pipe. The camera shall be operative in one hundred (100%) percent humidity conditions. The camera, television monitor, and other components of the video system shall be capable of definition to the satisfaction of the Engineer and if unsatisfactory, equipment shall be removed and no payment made for unsatisfactory inspection. 4003.03 - PROCEDURE The camera shall be moved through the line in either direction at a uniform rate, stopping when necessary to insure proper documentation of the sewer's condition. In no case shall the television camera be pulled at a speed greater than thirty (30') feet per minute. The camera shall be moved through the sewer line by devices which will not obstruct the camera view or interfere with proper documentation of sewer conditions. Such devices include manual winches, power winches, TV cable, and powered rewinds. When pulling between manholes is inapplicable, such as dead-ends segments, the Contractor may push the camera for a short distance with jointed rods or similar devices, or may pull the camera by running cables through a cleanout. If, during the inspection operation the camera will not pass through a portion of the pipe the Contractor shall follow one or both of the following procedures (if directed by the Engineer): A. Attempt to remove the blockage in the pipe without a point repair. B. Re-set upequipment in such a manner as toperform the inspection from the opposite p manhole and note the location of the blockage. If, in the opinion of the Engineer, the Contractor has followed the procedure(s) above, and the camera still fails to pass through the pipe, the blockage shall be noted and the Contractor shall move too the next line segment. 4003.04 - COMMUNICATION Whenever non-remote powered and controlled winches are used to pull the television camera through the line, telephones or other suitable means of communication shall be set up between the two manholes of the section being inspected to insure good communications between members of the crew. 4003.05-MEASUREMENT The accuracy of measurements cannot be stressed too strongly. Measurement for location of defects shall be by means of a meter device. Marking on cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Measurement meters will be accurate to two tenths (0.2•) of a foot over the length of the section being inspected. Accuracy of the measurement meters shall be checked daily by use of a walking meter, roll-a-tape, or other suitable device ITEM 4003 -TELEVISION INSPECTION 4003.06 - DOCUMENTATION Documentation of the television results shall be as follows: A. Television Inspection Logs. Printed location records shall be kept by the Contractor and will clearly show the location, in relation to adjacent manholes, of each infiltration point discovered by the television camera. In addition, other points of significance such as locations of sewer connections,joints, unusual conditions, roots, storm sewer connections, collapsed sections, presence of scale and corrosion, and other discernible features will be recorded and a copy of such records will be supplied to the Owner. B. Video Tape Recordings. The Contractor shall make a continuous video tape recording of all line segments (or portions thereof) televised, including verbal comments on line conditions. The purpose is to supply a visual and audio record of problem areas of the lines that may be replayed both daily and at future presentations. 4 The Contractor shall keep all tapes and necessary playback equipment readily accessible for review by the Owner during the project and for thirty (30) days after project completion. Video tape recording playback shall be at the same speed that it was recorded. Slow motion, stop motion, and recap features shall be available on the playback equipment. At least one (1) copy of each video tape shall be supplied to both the owner and the Engineer. The copies shall be exact duplicates of the original tapes and shall be of equal quality in tape, audio, and visual. 4003.07 - RESTORATION OF SITE If the Contractor digs any pull pits for the purpose of televising or for equipment removal, he shall restore the sites to their original condition or better. All sewer pipe broken to provide access for equipment shall be repaired or replaced, using material similar to the existing line where practical. The restored lines shall be structurally sound and free of infiltration/inflow. All bedding and backfill shall be 1-1/2 sack cement stabilized sand to one (1) foot above the pipe then the remaining backfill and surface restoration shall be equal to or better than the existing. 4003.08-SAFETY If during construction operations, entry into a confined space is required, the Contractor shall comply with the requirements set forth in "Part II, Department of Labor, OSHA, 29 CFR Parts 1910, Permit-Required Confined Spaces for General Industry; Final Rule, dated January 14, 1993 or latest revision thereof. 4003.09 - PAYMENT Payment for television inspection of the sewer lines shall be per the Bid Item provided in the Bid Proposal for this work. No separate payment shall be made for (a) keeping television inspection logs and supplying the Owner with copies of these logs; (b) setting up (or resetting up) equipment for cleaning, televising, viewing, recording, and communicating; (c) bypass pumping; or (d) video tape recording SECTION P ARTICLE 1—BID RECIPIENT THIS BID IS SUBMITTED TO: City of Port Arthur 444 4th Street Port Arthur,Texas 77640 1.01 The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2—BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid security.This Bid will remain subject to acceptance for 60 days after the Bid opening,or forsuch longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid,Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents,the other related data identified in the Bidding Documents,and the following Addenda,receipt of which is hereby acknowledged. Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general,local and Site conditions that may affect cost,progress,and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal,state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site(except Underground Facilities)which have been identified in SC-4.02,and(2)reports and drawings of Hazardous Environmental Conditions that have been identified in SC-4.06. E. Bidder has obtained and carefully studied (or accepts the consequences for not doing so) all additional or supplementary examinations,investigations,explorations,tests,studies and data concerning conditions(surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder,including applying the specific means,methods,techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder,and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s)bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder,information and observations obtained from visits to the Site,reports and drawings identified in the Bidding Documents,and all additional examinations, investigations, explorations,tests,studies,and data with the Bidding Documents. I. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents,and the written resolution thereof by Engineer is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. K. Bidder will submit written evidence of its authority to do business in the state where the Project is located not later than the date of its execution of the Agreement. ARTICLE 4—FURTHER REPRESENTATIONS 4.01 Bidder further represents that: A. this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group,association,organization or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding;and D. Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ARTICLE 5—BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): Unit Prices have been computed in accordance with Paragraph 11.03.B of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities,determined as provided in the Contract Documents. ARTICLE 6—TIME OF COMPLETION 6.01 The project must be completed within 120 calendar days. SECTION Q HOUSE BILL 89 VERIFICATION House Bill 89 Verification I, BAKER MOHAMMAD (Person name), the undersigned representative (hereafter referred to as "Representative") of GLOBAL DRILLING, INC. GLOBAL DRILLING, INC. (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. *** SIGNATURE OF REPRESENTATIVE Ka SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this c day of i Cr(AA&-�-� , 2023. Cr 6:4-(2.11 . otary Public L ,',�; ,„ JAMIE C.DOHERTY . 'Notary Public.Stets of Tsxss ,�.... .=Comm.Exams 08.2E-2028 , „�.�` Rotary ID 8114721 14 SECTION R NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR, TEXAS NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS 5 By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01 , et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: *** f, Printed Name: BAKER MOHAMMAD Printed Name: BAKER MOHAMMAD Title: President Company: GLOBAL DRILLING, INC Date: qui_ 2-4 Zo 2.3 SUBSCRIBED and sworn to before me by the above named . vtpl-fl.1N on this the Z- day of 1,-- , 20 23 . Public for the Notary Pub c in and e State of Texas My commission expires: JAMIE C.DOHERTY Notary Public,State of Texas Comm.Expires 08-28-2028 'o,,,�ok. Notary ID 3154721 • SECTION S 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: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. GLOBAL DRILLING, INC Firm Name Date *** PRESIDENT it/tamed Signature Title BAKER MOHAMMAD 407 683 2143 Name (please print) Telephone jasmin@globaldrillingequipment.com / baker@globaldrillingequipment.com Email STATE: TES COUNTY: (L12,IS SUBSCRIBED AND SWORN to before me by the above named 1,Kee_ MotiAniot&D on this the 2- day of 9"44--e--- , 20 2,j C_ N ry Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL ,NUi ► o�v!:a!',f'%, JAMIE C.DOHERTY knos li :Notary Public,Stet*of Tow • 'Q Comm.Exp'na�2♦2112!yirie Notary ID 3154721 �'rl I la 4 - SECTION T SB 252 CHAPTER 2252 CERTIFICATION SB 252 CHAPTER 2252 CERTIFICATION I, BAKER MOHAMMAD , the undersigned an representative of GLOBAL DRILLING, INC (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. BAKER MOHAMMAD Name of Company Representative (Print) Signature of Company Representative 2 tip 23 Dat