Loading...
HomeMy WebLinkAboutPR 23648: ELEVATED STORAGE TANK REHABILITATION TO M.K. PAINTING, INC. ('itr of urt rthit /e www.Po rtArt h u rTx.gov INTEROFFICE MEMORANDUM Date: March 1, 2024 To: The Honorable Mayor and City Council Through: Ronald Burton, CPM, City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: PR No. 23648 - Award of Procter Street Extension Elevated Storage Tank Rehabilitation to M.K. Painting, Inc. Introduction: This Agenda Item is to seek the City Council's authorization for the City Manager to enter into a contract with M.K.Painting,Inc. of Wyandotte,Michigan for the rehabilitation of the elevated storage tank at Procter Street Extension in a total amount of$669,000.00. Background: The elevated storage tank, located at Procter Street Extension is in urgent need of rehabilitation. Schaumburg & Polk, Inc.(SPI) of Beaumont, Texas designed the project and will be the construction manager. SPI reviewed the bid proposal and recommended awarding M.K. Painting, Inc. of Wyandotte, Michigan as the lowest bidder to rehab the Tower, including Tank coating, Lead Testing, Lead abatement, Soluble Salt Testing, Pressure Washing and Blasting, Tank Logo, 30" Dia. Roof Access Hatch, Access Ladders, and Roof Vent, as shown in the bid tabulation(Exhibit A) in the total amount of$669,000.00. Budget Impact: The rehabilitation project's total amount is $669,000.00. Funding is available in Account No. 405-40-000-8516-00-00-000, Project No. WS0004-CON. Recommendation: It is recommended to enter into a contract with M.K. Painting, Inc. of Wyandotte, Michigan for the rehabilitation of the elevated storage tank at Procter Street Extension with a total amount of $669,000.00, as discussed and/or outlined above. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 P.R. No. 23648 3/15/2024 JL Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH M.K. PAINTING, INC. OF WYANDOTTE,MICHIGAN FOR THE ELEVATED STORAGE TANK REHABILITATION AT PROCTER STREET EXTENSION, IN THE TOTAL AMOUNT OF $669,000.00; FUNDS ARE AVAILABLE IN ACCOUNT NO. 405-40-000-8516-00-00-000,PROJECT NO.WS0004-CON. WHEREAS, the elevated storage tank on Procter Street Extension needs rehabilitation; and, WHEREAS, pursuant to Resolution 23-084 the City entered into a contract with Schaumburg&Polk, Inc. as project engineers for the Procter Street Rehabilitation Project; and, WHEREAS, the Purchasing Division advertised in the newspaper on January 17, 2024, and January 24,2024, and on the City's website on January 27, 2024, for competitive sealed bids, and received six (6) bids, which were opened on February 07, 2024; and, WHEREAS, M.K. Painting, Inc. of Wyandotte, Michigan was the lowest responsible bidder for this service, including Tank coating, Lead Testing, Lead abatement, Soluble Salt Testing,Pressure Washing and Blasting,Tank Logo,30"Dia.Roof Access Hatch,Access Ladders, and Roof Vent,as shown in the bid tabulation(Exhibit A)in the total amount of$669,000.00;and, WHEREAS, based on the review of the bids and verification of the references, Schaumburg&Polk,Inc.recommended that the rehabilitation project be awarded to M.K Painting, Inc. 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 is hereby authorized and directed to execute a contract, in P.R. No. 23648 3/15/2024 JL Page 1 of 3 substantially the same form attached as Exhibit `B", with M.K. Painting, Inc. of Wyandotte, Michigan for the Elevated Storage Tank Rehabilitation on Procter Street Extension, in the total amount of$669,000.00 (Exhibit`B"); and, THAT, funds are available in 405-40-000-8516-00-00-000, Project No. WS0004-CON; and, THAT. a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED AND APPROVED THIS day of , 2024 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 -. . Black City Secretary = im City Attorney APPROVED FOR ADMINISTRATION: Ronald Burton, CPM Calvin Matthews, P. . City Manager Director of Water Utilities APPROVED AS FOR AVAILABILITY OF FUNDS: yn (Lyn)Boswell, MA, ICMA-CM Cli on . Williams, Jr., CPPB Director of Finance Purchasing Manager EXHIBIT A (Bid Tabulation) SPI : a SCHAUMBURG r', POLK,,,, February 19, 2024 Mrs. Jess Liao, PE Utility Engineering Manager City of Port Arthur 444 4th St, Port Arthur, Texas 77640 Re: Procter Street Extension Elevated Storage Tank Rehabilitation Recommendation of Award Dear Mrs. Liao, Based on our review of bids received on Wednesday, February 7, 2024, and verification of the references, it is our recommendation that the above referenced project be awarded to M.K. Painting, Inc. in the amount of $669,000.00 for the Base Bid (Items 1-22). See enclosed Bid Tabulation. Sincerely, Schaumburg & Polk, Inc. Nestor Barr eta Project Manager G:\Port Arthur\3623 Procter St EST Rehabilitation\Bidding\ROA\ROA MK Painting.docx 8865 College Street, Suite 100 l Beaumont. TX 77707 P 409.866.034'1 I F 409 866 0337 V ww.SPi-ENG.com 0 A W N O 0 C V W N A N D m m O 3 m O O ISM �©©©®© + - el m• 2g _ T CIE _T _®80000 y 1111y 83 o .5 m .. m m 3 .a -C 3 D m o m- m w m -I 5-0 3 to v $0). • x r m 3 C-i• 3 " Bao Ycc , 3aq CxW 0 maCC) _0 )( 3Oo Z- mm. yp., Rm" w0. 03 mm� m>_ ao„o ZoO a m - am n5*_ m0 ,mrti ^mm 00: s oro coom c an_ O_7oO_ 55 Xo,m m 2 a >" m mt 0.. o < O N w z-- D m 0 N. P. m 0- T p N m: o o m D 0 t- ,2 W s'a Ro." -m C r• cm.p m'.mm m 0=5i.;, 'IR `8m.. am. 3Zmmr mnnm- opm0 rn: 8- �A.'nm maaD atn Sim O-i .i gr' m m.= O� N1� D Rmx ncfp• mm- mN.. mm- mtn 3on-.. wd.®oi -4 'omC).ap,0. aT _.£ 00 pOq. .d O_ --� ' or-�m D_ mp mE3.=mom.. agZZ p o .8mT c a ST- o o fim o 0 3 m D..F 0 8 m A s m z m D>c. q. n 1- _. n m o = � W y w -.. O 0i C of 0m j_.amm 2Oo-1... . 0 -F T- - N m ...a D- E 5- >> m m nC)�; Z:,. m- mz„ m m sc a S m inji' m m 'n p D'� m 0 s... L) y p y O T m 6 co 3 C �' 8 m _ ^m D f -0: yam n f _-4. n -i '. n7."� > 8m3 � �' wo > mm J�m� atom -., my 'm .. my 'm SSm > j �.. � m mi't 3 _ W 5 N n-.. c�3 m 7 p Z.. -. O z m w m 5,y F m:a m a S 0 . v, f.y-o' D�30 o3. m'm m. s�00_yam.-mm"am•mm oc? m oa SmmS n . m' n am An0m f.3g. 3n0- .3._—co m2--� ccoo m0 3a�m = 0 mmomSm amm• 3 mmm 'm50•' . Tmm.. ad - • : md ' A o .ao0 - ig fto" m £ T" Fm a= . 0p pc. mo'Tz mT. mz mT mma= 3m.,? = C)a 3 .6 g r d S N - 8 m O m V 8 8 T m.7f 5'E m .A - g m n m § m m m S m 2 g m m O!0 p ,m n m O 3 o?. 80288 S a m O . S m m 0.- f j m 0 a m m•c t m.n C m w 0- w p m g m m 3 g w tli. 3.m O _m O ^m .._ at- .. _f,9 w .-0 a 0 .e m m m m c m m w voa m C m C o =. 3 , o m m om.•p.- m m.3 mm ym mcm otna am mu a am nS m'5. n fm p1ctmcc 8 • V3::— a: m? Sm m < Sg N m m m =m m. -m b'- Vim: 3c Sm o aim! c o3.••m umm Sm w023 Sm a3 Sm a3 ? ac 3a em $ g mad mymm.mmm 3n VBar1=E-v g4 �' m g-~ 'pi ^mm3 03 �S�amP 3 m .c ioo - m 3 rmia a o.m 0 gs sm o !' . ..m °-' m ® 03ag 3:: m°� Nm as mac• 2m m� wo �,� 1mw p 3 nn f.h co , fw Oc _ m ro m 'm3�.. 8 m - -0in m m a3 -a07 am aoo O CO So o CO 0 So C ato „•tg,G'O' p-m_m (off�' ti- 3 .c m • a = . Wog . m'c_ 0 O mq m m q d m g 91.b o n ? O 3 2gE8 N m nmf� as m m 3 5 m m(m F_o m m c..7.m m 3' . m a s £ m P a '3 m m m m f x (('�� m(n 8 t) ' .5a a m' '3 a X 3 w a S d m m S m m. R5.0.. P n m m - N a a o m = m< 0.0 " m o° m a s _o 33 a_m -Iw m 0 m a o m n ^m m . 3 m m m . 0 3 < m a ,5.- m g 06 m m Q m = (13. 5 c �.W3 _ u om f o p m C] Qi C) 88 mm o m ao o w c0ao' c 3m< =. 3a w m x Cm.m a o f c ?F c . 3 03 355 na 63 m mm =5 m mm.., am ro m mm' n gR �qo3 wm nn3Tmv 'm1 _ga 3m _.� o _a mn al w3 a w _ p8p p-o5 b a p m m m O m 3 O m m O O O O Ow n_. = g J m O.. nFo iv'm o g c m o'm o m .- o Q v 8 Q Q m Sm am cXaaa " 37 a m a„ 3 . y .' . . 3w a0 ma gm - om% pO mam•°4 zoo O pp � m w m A o m S. m @ 3 O1 f0 3 0' m m 3 5. 5 ,. °-' .2.0 . m a m_x m a !^0' m m 0 N N H N N N N 0 c 37 'a"+ m o y o 0 0 o v, o 0 0 -°�' 3. , g CO C) 0 $ S o 0 0 0 0 o 0 0 v > A 8 0 S S 8 S 8 8 8 8 8 $ - $ 0 v+�m co m 0 _ m v'((77�t1�lI T m N N 8 8 H N H p{� H N Nt. 3 S_ Z Q W A N N W A N - ri N0 C a O 0 8 8 0 8 8 _ 8 8 8 8 8 8 0 _ mzH m 8 8 8 8 8 8 8 8 8 8 S 8 o - N 33 0 1 D .. N W ,.. N W d - A N N co I J N O Cn 31 Z o 0 8 8 00 8 _ oo o O o0 0 - m z -i' Z 8 8 o 8 8 $ _ o S 8 o $ _ z'm� co 3) N X m = co Vc0an O W N N O W N iHil VHi N 8 0 3 8 rII o 8 0 0 8 8 0 8 N N H N N N N 00 H A co N co W A NN �n a 0 = O O O S O O O O 8 S O S O - 9 3 { 8 O 8 8 O O - S O O O 8 O s _ m a o F N N N H H H M N N N qy N L N -i- ns" m O CO CO CO W V A N A A Ol A 6 A m 8 .7J n ON V O 0 0 C O fr NO 0 O' O S 0 3 O+i Om O 0 $ o 0 0 0 0 § 8 8 8 8 8 8 $ 0o 8 S 8 8 8 8• 8 6 'n o 8 N N V N N N CO A + fT + o N co j J_3 Z O O S to O O pO § O O O O co p W m O O o S O O O O O S O O G 00 Qy O OV O O o S S 0 S o S S S S S S 8 S m _N n 0 3 O N m m m a coo H V N N N N N i OIY1,3 O S O O S O S S S O i SS S O O O O S S S O S S SN W W �° 4Ni `' (Nl� fNT N .f0il co C RTV O O O O O O O O S O O 8 0 8-0 a N F O 8 0 0 0 O O 8 S S S 0 0 S S 3 r A O O O O 0 _ 72.g W W ON1 W N+ fd N N co H 4.cn W H Y W N m ;cog. s o s g o g s 0 3 ;m m o S $ 8 0 0 o S g ' A. , 8 8 8 8 8 8 g 8 g 8 8 o 0 8 . co N N CJJ N N N > N+ , N N N+ i N C o g $ e o 8 8 S 8 8 8 § co o <p ' S 8 ' m8m 0 0 8 8 c 8 8 8 8 8 8 8 8 8 8 2 mmm — z=1 N m tpNJ 80 O WW m N N VV L. OVC S. W A A 3 +O y O O O O S O § § s g O S O g p m m r 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 E - no N N O 0 O p (D 0 3 m m _B ^ m r0 N cn fn w 0 0 js no to � 03.E." 20 wmo g m m:z mmO $m A o S 73 4 gm 1 14,1' CO: f � o;3m mmmf ��m Om OaT vDg3 n0 rmg00mmm' q6 n ? 9-m - OD• gDnn _£vm1- = ail 2O ii- ' mm om2-fi :CmmvD Nm � Om c o o Z =0 a2 ' a girs-' 0t-T0Q2 , SVoD •a.-mmvmm3gg- a =mmy - = Tf3o mm22•. ('......... !..-7.:: .mSCc -0m f ....0 m 17_ g mga3. 00 mmD' mm° aoaaeE - mm g- - .0 n „ a. mmm g" o = 3m mo mzmPa _ C. mm cmm g -2 5 . mg 0 m 0 m m 0 o y" =m m gym`1_.m ^m S N O p-. 3 r _ f c_a o m F <i n m 0 3 o n om m m 0 O N - O�m m m'm Oa,a°i�mm a c m ma o m E. m m 1 _ ?.�m�m3>> a+mm3mm n- and o3 s.--0 . ?. NO g0g- =_0og -: 0m.O10 g g ? mm o m-:ammo F_.c °m_.m g n a 3 "c _ m m' m �' m z y 8 m> >o a$ m m a m m 11 m m m I.oTi,m o m a s - ;3 N m i °m nmm vm oowm com � 0 ?:o' A. m c 0 m m T ma ,iJm =2Eo3mm mm mg ame0 m a m g�.. yam oiPm-°' oK, om coo gm m c o -m y o n `m m 2 2 z -1 -..g -any !I. 'W -0w m mg �'aDr ti - _0 0n m f.., m o m' n= - n m g m` m a � g m ���0 3 m l i m g m r m m m i o' m m - s m g m 0 o S.o g m -m '{n�'*l, m = m ' •' < o n ag g' -'3�3 gm. _ m� m - nm m •• tS' q� �i a y m m, D - 3 w 0-n m w f 21 g m _ S- O m O w. m S.. • J' '9 T m m o: p 3 f S to < o o - m g o II o 0,�9" ••'!;, 0 1 m 3 o N m o 0 0 4+ =y togw_ Si-8 =F l p £-3 ma On e_.A •T i m a m R. 2 S n E,-� m'm., g?0-' mm m 'a a E. m o' a^_= O if 2 a r.N' Gi .Y N o 0 0 o 0 0 0 1p m x 5 C� �'. •`}�i c S S S 0 0 S g o Vm Como Nit1G'" '-' `Cat � � �X � '\ « � «o o'�` m m � E,44),/Ye.Z.�E*r c N a w ra.a N w m awm CO m , �D\�io4440 r! 8 o 0 o •p o o -, - 0 W Z-I 03 N L O O O 0 0 S 0 N m • m c [ Z= D paN N N I.2 Y N H C — A M C . . tm O Q . . N -rn Z O O X N Z O O 8 O O 0 -0 m N? M O O O 8 0 O p n - 5) m a 0 S S 0 0 O 0 m G a m XXXXXXXX t t ' _ Xm= E� •0 0 a m o > N m m.8 m F o in o 0 S o 0 3 N r y 0 0 0 8 c O S o_ g S -I 8 8 O 0 8 8 p m N Q Z N L 69 N N N C to CoA W N W O 2_ .' O O p .• •o o O O O O W p CO 00 O 8 S O O 6 m ]J 7 tm S O Oy m M < < t -. t < < < < < t— -m O co w 10 n a M w X m O N m A W N 4' O g n O O ? O 0 o o O 0 O 0 - -C. O O O O p O o_ A 0 S 8 0 S O 0 a u c co m N N m m o T+Z 0 S N O S N 0 O V 3 O m al S V O O 8 S 8 S S gmNmm XXXXXXXXttt� ril" P. 0 N .. ... ta.1 M N H E m A a m A m t m f� A C N co co N N 8 nn O S O S 8 O O N S O O S S S S O O 6 O N W N N N N N C co •) W 01 oO Ol ^ N y~ O O S S o 0 S 1 N O S S 8 S S 8 g a,-r, cn\XXXXXXX t t `O ?<_Y O N W M .c: N IIXS O N 50 01 Oi tm V DIC O O O W O N O 1 W m O O S o O Q p n $ S 0 8 S o S _ a a M c. M N00cUN P O _U O N O 4/! S O o S o o S 7 <N g a o ,• o al S 8 S R =zy . 0, 0 o O m m m tX tX t t t t < < <o z Op S N 8, 11 .' Is m t4 S g O 0 — V tr O N J N O O O O S o p Gam r 0 S 0 0 S S o - EXHIBIT B (Contract) CITY OF PORT ARTHUR Request for Bids Proctor Street Extension EST Rehabilitation January 17, 2024 January 24, 2024 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS :otice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the iffice of the City Secretary, City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no iter than 3:00nm.Wednesday,February 7,2024 and all bids received will thereafter be opened nd read aloud at 3:15om. on Wednesday. February 7,2024 in the City Council Chambers, 5th PUBLIC NOTICE loor.City Hall,Port Arthur,Texas for certain services briefly described as: CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Proctor Street Extension EST Rehabilitation BID NUMBER P24-016 ealed bids,addressed to the City of Port Arthur,will be received at th City Hall 444 4th Street or P.O. Box 1089, Port Arthur,Texas 77641 r ids received after the deadline stated above,regardless of method of delivery,will not be considered day,February 7.2024 and all bids received will thereafter be open( nd returned unopened. on Wednesday.February 7.2024 in the City Council Chambers, 5 Texas for certain services briefly described as: ION-MANDATORY PRE-BID MEETING IS SCHEDULED FOR MONDAY.JANUARY 29,2024 AT :OOPM.AT CITY HALL 5TH FLOOR COUNCIL CHAMBERS,444 4TH STREET,PORT ARTHUR, :tor Street Extension EST Rehabilitation 'EXAS. BID NUMBER P24-016 'he Contract Documents. Specifications,and Plans may be examined at the following locations:A line stated above,regardless of method of delivery,will not be consider :omplete set of the bidding documents are on file at www.civcastusa.com.There is no cost to view le plans. and printing can be done through the website.Sets of hard copies of bidding Documents ,ill not be sold. Complete sets of bidding Documents shall be used in preparing Bids; neither ;ID MEETING IS SCHEDULED FOR MONDAY,JANUARY 212024, )caner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the 11 FLOOR COUNCIL CHAMBERS,444 4TH STREET,PORT ARTHU se of incomplete sets of bidding Documents. Owner and Engineer, in making copies of Bidding )ocuments available on the above terms,do so only for the purpose of obtaining Bids for the Work Ind do not confer a license or grant for any other use.All questions concerning the project shall be ;pecifications,and Plans may be examined at the following locations: outed ihru the CivCast website. Plans can be viewed at Schaumburg & Polk, Inc., 8865 College documents are on file at www.civcastusa.com.There is no cost to vi street, Beaumont, Texas 77707. Copies of the Specifications and other Contract Documents are be done through the website.Sets of hard copies of bidding Docume ilso on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public sets of bidding Documents shall be used in preparing Bids; neitl nspection without charge.They can also be retrieved from the City's website at ies any responsibility for errors or misinterpretations resulting from ittos://www.portarthurtx.gov/bids.aspx or www.publicourchase.com. )idding Documents. Owner and Engineer, in making copies of Bidd above terms,do so only for the purpose of obtaining Bids for the W -he City of Port Arthur reserves the right to reject any and all bids and to waive informalities. or grant for any other use.All questions concerning the project shall bsite. Plans can be viewed at Schaumburg& Polk, Inc., 8865 Collr 'er Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not 7707. Copies of the Specifications and other Contract Documents iward a contract to a company that is in arrears in its obligations to the City. ling Office, 444 4th Street, City of Port Arthur, and are open for pu lfhey can also be retrieved from the City's website at 'lease make sure to reference to Bid Number:P24-016 //bids.aspx or www.Oublicourchase.com. irves the right to reject any and all bids and to waive informalities. Clifton Williams Purchasing Manager ac. 2-262(C)of the City's Code of Ordinance, the City Council shall award a uonnaci to at. any that is in arrears in its obligations to the City. Please make sure to reference to Bid Number:P24-016 jA. . Clifton Williams purchasing Manager SPECIFICATIONS AND CONTRACT DOCUMENTS Proctor Street Extension EST Rehabilitation ,,_..r City of :_, �w i ii IJ ort rthu Texts CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS THIS DOCUMENT IS BEING RELEASED FOR BIDREVIEW UNDER THE NO. P24-016 AUTHORITY OF JANUARY 2024 STEPHEN J. JORDAN TX. REG. 87766 AUGUST 2023 IT IS NOT TO BE USED FOR BIDDING, CONSTRUCTION OR ISSUANCE OF PERMITS. Prepared by: SPT SCHAUMBURG rS. POLK,wC. CONSULTING ENGINEERS 8865 College Street Beaumont,Texas 77707 (409) 866-0341 Firm Registration Number: F-000520 it 1 I TABLE OF CONTENTS RETURN WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID PROPOSAL YES E. GENERAL CONDITIONS F. SPECIFICATIONS G. SCOPE OF WORK H. SUPPLEMENTAL GENERAL CONDITIONS Part A Part B I. BID BOND YES J. PAYMENT BOND K. CERTIFICATE OF INSURANCE L. PERFORMANCE BOND M. NON-COLLUSION AFFIDAVIT YES N. HOUSE BILL 89 VERIFICATION YES O. SB 252 YES P. QUALIFICATION STATEMENT YES Q. CERTIFICATE OF INETERESTED PARTIES YES R. CONFLICT OF INTEREST YES S. NACE INSPECTION INFORMATION FORM YES 1M DRAWINGS I I I i r-• ' I ' ! 1 . • . i • '.; 11 • ! ' 1 f 1 : I I ' l . . i li • • I 1 ' ; r. . • i ' f . .1 C 1 ! / ' I ..! 1 ..i.1 . .1 :..1 . ; .. • ' . ,I i 1 : skti•riA.V1,1..,,,:'z.45,.6••,.. ..•clu..,...0.1.,-„,3,„..--,;.,,,:•,,,,A,:-,•.:::-,„,;-,7 - ,;•• ,.•,-.-.„,•„•;.• , , ; „.•• ,. ,,, • . •...: . . . •••.,,.,--,-,07,-,:,...,:'',. ...,1-.4i.1,;,,31R-114)41Fai:viiipit,,t;44,113,1p.fg:t4,1Mei•4-ii.;••,S4F1:-..•:',4-if.:!,..-:7-,:i•'.„,..,, •-......-f.i,,,p.,,:..-:••,-...• : . „:,:•,:,.,,,•••••..,-,, .;:.., .., • I : --:,,. :.'-:•r:.:-4.-.?:,,t1':-'j.i.::!'..-:'•. . ,•*. Iniii, 44g`b,..N.,'-.4.. .'YFkliit(t4Itt0.14' .11t4-•:11AlliT4,4':6 44.--iv-,,AGREEMENT SECTION A., .: „... .„„:„„ :„, „. :.„„,„„..„„-.„:-„--..„tf,::-„„.„.„J„i„:„,.144,-,:iIk.,..„.„4.:.Tgligg;vdy:16.0:irv,:vii.p-,..t_...irlteri, catevo„ „' ,. kiFt4w.„.„ „,„„-„„„:„..:„,,,;-, _ • • . . ..'„„ ' • ''. . . '* * •'•„„ „-':„„'•••!'„ :::..":::'''ONST„Filk•iiii.,.....„:„.,..,,,,.,....;,,,,..„.p.,,,-.6.,,,spe,...,,,,,„..,,,,,„:4,..,....„,„........ .„ ..... CONSTRUCTION CONTRACT AGREEMENT [Non-Federally Funded Projects] THIS AGREEMENT,made this day of , 2024 a by and between the CITY OF PORT ARTHUR,a municipal corporation organized under the laws of the State of Texas,hereinafter called "OWNER", and MK Painting Inc.,hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the construction of Proctor Street Extension EST Rehabilitation 2. The CONTRACTOR will furnish at his own expense all the materials, supplies, tools, equipment, labor, and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice to Proceed and will complete the same within 15 0 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays,Sundays and Federal,State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all the Work described in the Contract Documents and comply with the terms therein for the sum of $669.000.00,as shown in the Bid Schedule. 5. The term"CONTRACT DOCUMENTS" means and includes the following: (A) Construction Agreement (B) Advertisement for BIDS (C) Information to BIDDERS (D) BID Proposal (E) General Conditions (F) Specifications (G) Scope of Work (H) Supplemental General Conditions Park A Park B (I) Bid Bond (J) Payment Bond (K) Certificate of Insurance (L) Performance Bond (M) Non-Collusion Affidavit (N) House Bill 89 Verification (0) SB 252 (P) Qualification Statement (Q) Certificate of Interested Paties Page 1 of A CONSTRUCTION CONTRACT AGREEMENT [Non-Federally Funded Projects] (R) Conflict of Interest (S) NACE Inspector Information Form Addenda:None 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as outlined in the General Conditions such amounts as required by the Contract Documents. 1 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,administrators,successors,and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials,this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: CITY OF PORT ARTHUR BY NAME TITLE CONTRACTOR: MK Painting Inc. BY NAME ADDRESS _ TITLE [CORPORATE SEAL] ATTEST: NAME: Page 2 of A _ 1---- / i • • , ; . • - I : i •. i. . •,-- . , ' I . . i • T I •; I , ; I • . 1 I ' l : I 1: . . 1 i , I , .. 1 • 1 i ! I I . ; I '. I . 1 1 1 • I ' I i •• :....i ?.e:. .'"'"'. :'•4.:*37.'-4,:ili: '',N,C4POltPliiit* -.,:,,:t,"' .',.. ;,..k i.." '411.P' • '`• "l'itiPe''4 '''.".'..-'' '''.'" '''''' EC. I N BI ; 4..,i,,,,,,, -1.54;0,-1.:,4,;:s-itt5y,-.1!14,P,,,,,,',-..-.,,,,,.,e,„.sf,R.T.,..=.v..k, x. .:., .. ,... , mityvv, p.,.,..* -.,.. .4,:t4...eot>,,::,.. -9.,4.gt,1,?•mi.. .I;ii,,:-4,...." .•?..--, ,,.,....:',.-: Li.I A...,"•=x5.1f.•!'!..*,.- . •.,z,:m.'4,--m-,.•-...!.:••;!ts.'f.::.. :,ii'.!:,',P•:'.:.!:':r--,:1',.v.,...W.'AItilltvo.F4!' .-y.'Os'`..--,—%. — 1.*:F4.,;,;..-ie,qi'. 1-414.1 .1r!,•Z'..-Tsiti-;,-*.xft—prii-,.:4.t.iiiiiiiiiiiii: k-=1,. ..,..74,..*. piN,L,v....1,:,-:,.f.,",,-.;.':, ,-,,',XI.—':al.i!,:!.•.,,,,i,,,,.-.4',*.',,*, •"4,4:„'"ei: 4i,i4v4.„..:44.,..?, ‘7 -.' '-- . ., • !,,,3,: -.14:1:',.a.t,A„..?.*, ..,,,+V-., -`, ': : •,..-;,,,:,,,;•;--zgi,z,i:.•.1'f,,,,:,!::Pit.::.,:,..t,4%,::',...4:ii.4,7.,4-.• ..ADVERTItEllIAEST, ,'''.: -., ,- - ; ..,,...s...,±.,.%:;,...-zakez,,,..-,-,•::. ;-... ,.. . . . ...:;.....:,..-...Y.,...:',::,',',.. .,...,:,...f.7.,..t.gts,::..-.5,11t,:.,.5%-t:', •;.•;:i.,:iy.-z,,,,i,..;::::;,,,,,...:.,,..N,.•,,,,,-,..,,,i- t.6.,,,,,,,,,,,,,,,,,,,,,,*,-,.......t,(ti,2...--,..d.,44.,.. .,;•,,,,,,4'''''' CITY OF PORT ARTHUR, TEXA, 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 3:00pm, Wednesday, February 7, 2024 and all bids received will thereafter be opened and read aloud at 3:15pm, on Wednesday, February 7, 2024 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: Proctor Street Extension EST Rehabilitation BID NUMBER P24-016 Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. NON-MANDATORY PRE-BID MEETING IS SCHEDULED FOR MONDAY, JANUARY 29, 2024 AT 2:00PM. AT CITY HALL 5TH FLOOR COUNCIL CHAMBERS, 444 4TH STREET, PORT ARTHUR, TEXAS. The Contract Documents, Specifications, and Plans may be examined at the following locations: A Complete set of the bidding documents are on file at www.civcastusa.com. There is no cost to view the plans, and printing can be done through the website. Sets of hard copies of bidding Documents will not be sold. Complete sets of bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding Documents. Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. All questions concerning the project shall be routed thru the CivCast website. Plans can be viewed at Schaumburg & Polk, Inc., 8865 College Street, Beaumont, Texas 77707. Copies of the Specifications and other Contract Documents are also 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 https://www.portarthurtx.govlbids.aspx or www,publicpurchase.com. 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. Please make sure to reference to Bid Number: P24-016 • • Clifton Williams Purchasing Manager FIRST PUBLICATION: Wednesday, January 17, 2024 SECOND PUBLICATION: Wednesday, January 24, 2024 B-1 ..., 1 --, i . . ' 71 • :. ! • - ! I ,. IA , , 1 • • , - r : 1 ; 7 I ! F. 1 1 . I 1 , - I . . . I 4 .1 I ' 1 .. 1 • • • i I : I I.. . I 1.' 1 ...„ . ,, .. . , .... . .Pc !IPP.7 .771. *. . .„ ......... . . . . 1 Kro,,,,,,,,,,,,, - ,A,,,,,,4,•.-0,...,,,,.k-' '. ' '. riteP,'T-',=.-i.'.':',.:;,-:. ,2.-Li''-'-:,..'.::;.i:-.:-'...‘',..:',',-•--:',..- ' -SECTION..C, 4,,,,fpfirat,,,,,,tm*,,,,41,4,..:fs:?-vs.,-. . -. 4,11 i•k_•• ,,..,•„„.„.... .„,.v.,. ,...... ,,„... . . . . . . . . . ... . ., 7.116,•••,„ :,..,.tipik+,.„..,•,,,:i .e.4.0,J..A: .' 4 ' %. A. .... - .,,, ,,`":*il.;?;e:-..‘,4'-',ii,-;::;:v:-!,.,,:i,...,,,, , .'.4e,,,,y:. .,'.. ,1.-.1,,-.--,',. ,:..,.., . .. -: .„ . ..: . — . • i ir;-.''''''.,,,riN7g4444r..-frigA.:YIKAM1410,.'•. r'-,. •Wr4014:11; 644,,,,,1.-.1V.V411F—A.if1,1W40 .g —.,1,iv.;':-ti.',N. .,:;,-'1''s'-- --'-"-----.: -• - ' ; I ,,,_,-,'..c.:;. ,.-, ir,_,t5..!.0:. :„.J...:., ",,,.J..:J..?-7,- -ri.4... .iicAw ..A--.-'"i •..-4,,A1.46.0-4,: 1,-,%01=1. • - , . . ...)latt04114159JPROATIPPUkIPPI; _ . . •-• -, .- • ----_•_ — . k, , INFORMATION TO BIDDERS . i I The following instructions are applicable to the Contract in addition to the requirements set forth in the ADVERTISEMENT FOR BIDS. ' I 1. BID 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 • irregularwhich 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 project 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. BID SECURITY AND LIQUIDATED DAMAGES I � 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. i i c-i J { 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 1 signature. Said period will be extended only upon written presentation to the OWNER, i 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. i 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 j OWNER not execute the Contract within such period,the Bidder may, by written Notice to OWNER,withdraw his signed Agreement. ( 3. BONDS l 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 i 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 { Il Notice to Proceed shall be issued within fifteen(15)calendar days of the execution of the Contract by OWNER. Should there by 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. j5. 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 ;_I provided in the specification below which covers the particular insurance policy or certificate of insurance). ,_J C-2 li • 1 _i • 1. Standard Worker's Compensation Insurance(with waiver of subrogation in favor of the City of Port Arthur), City of Port Arthur and Contractor and all persons providing services shall comply with the worker's compensation insurance i requirements of Section 406.096 of the Texas Labor Code and 28 TAC Section 110.110. 1 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 Schaumburg and Polk, Inc., 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, I ' I 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, _ l 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). I • a. Minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. 1 b. If individual limits are provided, minimum limits ..1 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). jI ' C-3 � 4 • 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 4 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, j 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 i ! 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 i { site,including exploratory work done by the OWNER or a designated consultant. Failure to do all of he 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 • I 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. 7 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(Vemon 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 Contract procedure. 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 C-5 r ' 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 of Contract, description of the job, and name of OWNER'S representative who is familiar with the work performed by the CONTRACTOR. 9. INTERPRETATION 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 i should,no later than 96 hours priorto 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 City of Port Arthur holidays. t 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. C-6 • . r 14. EQUAL OPPORTUNITY 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. MATERIAL SUPPLIERS AND SUBCONTRACTORS 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. 18. PRE-BID CONFERENCE Prospective bidders shall not be required to attend the Pre-Bid Conference outlined in page C-7 of the Information to Bidders. Bids received from firms or individuals not listed on the roll of attendees of the Pre-Bid Conference will be rejected and returned unopened to the bidder. A NON-MANDATORY PRE-BID CONFERENCE between the Engineer, Representatives of the City of Port Arthur,Texas and prospective bidders will be held on:. at, at City of Port Arthur City Hall,444 4tt'Street,5th Floor Conference Room,Port Arthur, TX 77640. The purpose of the NON-MANDATORY PRE-BID CONFERENC 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. l C-7 ,,,-..1.••••••••••••••••• [ 1, *: 1 ! I 1 I I I SECTION D BID PROPOSAL f BID PROPOSAL CITY OF PORT ARTHUR, TEXAS PROCTOR STREET EXTENSION EST REHABILITATION BID No. P24-016 Item Quantity Unit Description Unit Price Total Price BASE BID ITEMS 1. 1 LS MOBILIZATION costs, including payment bond,performance bond, insurance, & moving equipment to project, all in strict accordance with the Contract Documents, Technical Specifications and Drawings; NOT TO EXCEED 4%OF TOTAL PROJECT BID for, j e - Otti.s DOLLARS ZGrp CENTS $/QQQQ,O.3 $ /0*000, o0 Lump Sum 2. 1 LS TANK COATING: Furnish all labor, materials, and equipment to coat all exterior (Fluoropolymer Polyurethane System) and interior(High Build Zinc Epoxy System) surfaces including initial pressure washing, shrouding, surface preparation, daily pressure washing interior and exterior, disinfection, providing and installing "Confined Space Entry" placards, all in strict accordance with the Contract Documents,Technicale Specifications and Drawings for,u FivC Nundte_c ,�jevcr.-��1 -s�X Dt.•s rd A-eve ,[,Earth ec� DOLLARS ro CENTS $5-7lot500." $5-7(1 Oo• Lump Sum 3. 1 LS LEAD TESTING. Furnish all labor, materials, and equipment to provide lead testing of the interior and exterior surtaces of the tank, all in strict accordance with the Contract Documents, Technical Specifications,and Drawings for, .1 too T-'ho DOLLARS 'ZGra CENTS $ pa,00 $aj o� Lump Sum 4. 1 LS LEAD ABATEMENT. Furnish all labor, materials, and equipment to provide lead abatement of the waste material produced during the blasting process, including pre and post testing of the soil around the tank, providing protection of the ground inside and outside the shroud, air monitoring, and disposal of all hazardous material, all in strict accordance with the Contract Documents, Technical Specifications,and Drawings for, F\vt_ `Tl►oL..%e DOLLARS Z.C.ro CENTS $<ono 00 $5 000. 00 Lump Sum Addendum No. 1 U- 1 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS PROCTOR STREET EXTENSION EST REHABILITATION BID No. P24-016 Item Quantity Unit Description Unit Price Total Price 5. 3 EA SOLUBLE SALT TEST, EXTERIOR: Furnish all labor, materials, and equipment to conduct soluble salt tests as directed by the Engineer, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, Fi y e I4 .t t.4 r DOLLARS Zero CENTS $SOO.°' $I� 50D.°" Per Each 6. 3 EA PRESSURE WASHING AND BLASTING IF SOLUBLE TEST IS POSITIVE: Wash the tank and reblast the exterior of the tank as directed by the Engineer and all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, Ort -T1,aU5aHd� Fr vc ec:n DOLLARS Cru CENTS $),5,0? $+.i 500. 00 Per Each 7. 3 EA SOLUBLE SALT TEST, INTERIOR: Furnish all labor, materials, and equipment to conduct soluble salt tests as directed by the Engineer, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, Orit Th. us a a c0 DOLLARS ZC m CENTS $ � OGti)-"' $ 3 too.. Per Each 8. 3 EA PRESSURE WASHING AND BLASTING IF SOLUBLE TEST IS POSITIVE: Wash the tank and reblast the interior of the tank as directed by the Engineer and all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, v DOLLARS Ze 1v CENTS $5130.oo $/ spo. Per Each 9. 2 EA TANK LOGO: Furnish all labor, materials, and equipment to paint logo(s) on the elevated tank, all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, /hrec TAo(AS aA-00 DOLLARS Zero CENTS $3,c co.0a $lo,0OO. ou Per Each Addendum No. I D-2 1 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS PROCTOR STREET EXTENSION EST REHABILITATION BID No. P24-016 Item Quantity Unit Description Unit Price Total Price 10. 1 LS 30" DIA. ROOF ACCESS HATCH: Furnish all labor, materials,and equipment to remove and replace the existing 30" dia. access hatch with a new 30" dia. access hatch and frame at the location shown on the plans, all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, %wo ritaLAsan40 DOLLARS Zero CENTS $ a000.w $ A too. Lump Sum 11. 10 LF EXTEND EXISTING ACCESS LADDER: Furnish all labor, materials, and equipment to extend the existing access ladder to ground level including stand offs, removing and replacing the existing safety climb system all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, 'W &dr e_c9 DOLLARS ZC m CENTS $ aOD.oo $ a/wD o0 Per Linear Foot 12. 1 LS ACCESS LADDER GATE: Furnish all labor, materials, and equipment to remove and replace existing ladder gate with a new aluminum ladder gate, all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, brec ausa-w.d DOLLARS Z.Gro CENTS $400D.°" $3,ODD. o0 Lump Sum 13. 1 LS ROOF VENT: Furnish all labor, materials, and equipment to remove and replace the existing 18" roof vent with a new 24" roof vent including new 16 mesh stainless-steel sreen and bands, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, cec "OnouSay..4 DOLLARS 'LP co CENTS $ p _- $3,'COO."oo Lump Sum Addendum No. 1 U-3 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS PROCTOR STREET EXTENSION EST REHABILITATION BID No. P24-016 Item Quantity Unit Description Unit Price Total Price 14. 50 LF 16" WIDE ROOF ACCESS LADDER: Furnish all labor, materials, and equipment to remove and replace the existing 14" wide roof access ladder with a new 16" wide access ladders including 3/8" non-slip rungs, stand offs, supports, removing and reinstalling the existing safety climb system, all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, jq}r}.y DOLLARS Ze CENTS $ $p,00 $`�I'(i.n.°'D Per Linear Foot 15. 50 LF 16" WATER COMPARTMENT ACCESS LADDER: Furnish all labor, materials, and equipment to remove and replace interior ladder with a new access ladder from the balcony access hatch to the tank floor, including 3/8" non-slip rungs, standoffs and safety climb system, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, x+y DOLLARS ZC r> CENTS $ ('O.ou $3 Doo.c° Per Linear Foot 16. 1 LS 6" BOWL DRAIN PIPES: Furnish all labor, materials, and equipment to remove and replace the existing 4" bowl drain pipes with a new 6"SCH 80 steel drain pipes, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, -1•to�s o ? DOLLARS ZCro CENTS $ �00.w $3 600.os Lump Sum 17. 1 LS ROOF PATCH: Furnish all labor, materials, and equipment to install a patch on the roof hole adjacent to the roof vent, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, ve 444 c.co DOLLARS 2Gre CENTS $$OO.co $ 5 00." Lump Sum Addendum No. I D-4 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS PROCTOR STREET EXTENSION EST REHABILITATION BID No. P24-016 Item Quantity Unit Description Unit Price Total Price 18. 1 LS REPLACE LADDER CLIPS: Furnish all labor, materials, and equipment to replace the ladder clips (10 out of 24), all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, ye. AA far cc:9 DOLLARS Zero CENTS $ SO0.Oo $500,o� Lump Sum 19. 1 LS OVERFLOW LINE: Furnish all labor, materials, and equipment to replace the existing 6" overflow pipe with a new 10" SCH 80 steel overflow pipe, including bends, standoffs, and a 10" flap valve, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, 'Tw, DOLLARS ZGro CENTS $ pED.O,2 $ a ODD, OO Lump Sum 20. 1 LS HEADER PIPING: Furnish all labor, equipment, and materials to remove existing 16" spools, valve and fittings as shown on the plans and install a new 16"dia. DI spool piece, including a dresser coupling, pipe stands, testing, sterilization, surface preparation and coating, installing armor insullation, (salvaging spools and valves for owner), constructing a 6'-6" x 10'-6"x 6" thick RC slab, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, X 7�►auSaw o� DOLLARS 'Lc co CENTS $ ( Goo.' $(�, both.°O Lump Sum 21. I LS SITE WORK: Furnish all labor, materials, and equipment to regrade site to drain away from columns, install a new concrete splash pad and an earthen swale from the concrete splash pad to the roadside ditch, surface restoration including fine grading, removing all blasting media and construction debris, replacing San Augustine sod, all in strict accordance with the Contract Documents,Technical Specifications and Drawings for, �i ve 71'lousa-4,40 DOLLARS 51£,00.° Si .a' Zero CENTS $ $ * Lump Sum Addendum No. I D-5 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS PROCTOR STREET EXTENSION EST REHABILITATION BID No. P24-016 Item Quantity Unit Description Unit Price Total Price 22. 1 ALLOW MISCELLANEOUS TANK REPAIRS: Furnish all labor, materials and equipment to perform all miscellaneous repairs to the tank, as approved by the Engineer and Owner all in strict accordance with the Contract Documents, Technical Specifications, and Drawings for, Twenty Five Thousand DOLLARS Zero CENTS $25,000 $25,000.00 Allowance * Do NOT extend unit prices or total out bid items.Show unit and lump sum prices in words and figures only.If case of discrepancy,the amount shown in words shall govern.All extensions and total prices shall be calculated by Owner and/or Engineer. Bidders calculated total bid amount is to be provided on the accompanying"BID OPENING"sheet. Addendum No. I D-6 4' BID BREAKDOWN CITY OF PORT ARTHUR,TEXAS PROCTOR STREET EXTENSION EST REHABILITATION BID NUMBER P24-016 i item escription nit uantity ost nit Item Amount 1 MOBILIZATION a Moving equipment to site LS 1 R,ow.°" $ o00." b Insurance LS 1 (,pap,° j, 000. o0 c Performance bond LS 1 StO,°" SOO, ° d Payment bond LS 1 5O0, " 'ZOO. °o TOTAL BID ITEM NO.1 j Q pop.pO 2 TANK COATING a Shrouding LS 1 I5b coo.' /5 too,"" b Initial Pressure washing exterior of tank LS 1 10 r0 0" 0 000, °'' c Initial Pressure washing interior of tank LS 1 10,000." I tj OW. °c. d Daily Pressure washing-Exterior SF 19600 1.w I q laoa°' e Daily Pressure washing-Interior SF 10000 i,o° /D DDO,°o ' f Interior surface preparation LS 1 Q ," Rtj coo..,' g Exterior surface preparation LS 1 acqapo:'' aooi oop.°O h Interior surface coating LS 1 opp,A' 30,000.°o i Exterior surface coating LS 1 lip0opo,°' Lot,oco. °' j Tank disinfection LS 1 `1 c� °a g " k Furnish and install OSHA approved"confined space entry" EA 3 placards at access hatches Sr*•0,2 I,500. c, TOTAL BID ITEM NO.2 S"l lo,DOD."' 19 OVERFLOW LINE a Remove the existing 6"overflow line LS 1 100,.a' goo_" b New 10"SCH 80 steel pipe LS 1 "100,°' y oo. — c New 10"SCH 80 Bends LS 1 Y00, ca A-1 O0. °' d Pipe stand offs LS 1 �{OD."' &/ ), �' e New 10"Flap Valve LS 1 '-]o).° „i oo. °" TOTAL BID ITEM NO.19 a4000.o" 20 HEADER PIPING a Disconnect and remove existing spools,valves and fittings LS 1 ( 00O3°° l 000,oa b Install new 16"Dia DI spool LF 8 j SJ. ' j,2c0 °' c 16"Dresser Coupling EA 1 300.a 300. ce d Pipe Stands EA 2 500."a 1,000. pO e Construct a 6'-6"x10'-6"x6"RS slab LS 1 y�.Q' yam,°a f Testing LS 1 (po,a° 100• °° g Surface preparation and coating LS 1 I,Roo.' 1,$Ot) °a h Installation of armour insullation LS 1 100,o° _ LOSL°° i Salvage valves and spools for the City LS 1 100.°° f OD. "o TOTAL BID ITEM NO.20 QC:0,°O 21 SITE WORK a Replace San Augustine sod SF 15000 0. ;O coo.ao b Fine Grading LS 1 .SOD,o° Soo.ao c Remove blasting material and construction debris LS 1 500,o0 500.o° d Construct a 15'by 5'RC overflow splash pad LS 1 Soo °° Soo.°o Construct an earthen swale from the new RC splash pad to LS 1 e the roadside ditch 50'a,°' 50J.o' TOTAL BID ITEM NO.21 DOp, Addendum No.1 D-6 M BID OPENING In the space provided below,please enter your total bid amount for this project. Only this figure will be read at the public bid opening. It is understood and agreed by the bidder in signing the proposal that the total base 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 multiplying the unit prices for each unit price pay item by the respective estimated quantities shown in this proposal,and then totaling all of the extended amounts plus the amounts bid for all lump sum items. Project: Proctor Street Extension EST Rehabilitation Bid No. P24-016 Owner: City of Port Arthur $ L, L4 SO©. Total Base Bid Amount(Item 1 —23) Name of Bidder D - 7 =dr SCHAUMBURG POLK, 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 project title. 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. 8 EiII SCHAUMBURG S. POLK, _ r BONDING COMPANY INFORMATION The following person, firm, or corporation has agreed to execute the required payment and performance bonds in the event this contract is awarded to the bidder: Name of Surety: �,,,,,ss (Ze_ Coc o.lt-e_. 3)1L1/4.-for.5i_rctyn i(aNSucuAar.C.-C rcc c _ Mailing Address: / ,1 00 1.-1.c..,-- Sk,«dr, Su, 200 City, State,Zip: _KQs\scaS C3 1, i.& ) to4 %D5 - 0.11'i Telephone Number: (Lv ) S 5-cit - 3 3'1"1 Is surety authorized to operate in Texas? "I t 5 Is surety aware of size of project? `( e 5 Does surety have adequate authorization and resources to cover bonds for the amount of this contract? y .e 5 Rating from Best's Key Rating Guide A- 'X J Project: Proctor Street Extension EST Rehabilitation Bid Number P24-016 Owner: City of Port Arthur Name of lder 111111111111111.1.11111111111.111 SPI SCHAUMBURG POLK, • -'44.floN44•111111111111. ... .. _ - I 1. 'cl ! i 1 i ! i 1 . I . i ... ' I 1 I . t ! '1 ) ! . , .. I : ! I . . I i g ' I .i • ' 1 1 1 11 Li . l' 1 ' 1 1 A I . . : I I ! ! 1 _1, . 4 ' '" -.-''--""',7,-,-"4-0,45-dyygiesop4,5,44.4....ittx,..10%-v........ .:::.•.'4..:':"-:',,'.e.:'''.: ' - . .',. ' . '. ... ..• . , • . • - • • - ., . . . • •• . . •• -• • . - ,•••••••..,,,,,,,,-,.?,-T-4-, ,,11,,.... . . . . .. ... . ...... . i . - . '''''''''',?_.-''''-,. ' ''''''It.' ' ' ° ' :.1C0 ' . •..-.......'''::- . .:'.- '''.'-..''' .. •' ' ••,.• - . . :.- :••••:-.;:.'f''''''''''-'1. 1". -i:iv,'Pv-';..,..?,,,,‘..,,,,,,,,,,;.„,,:.: c -NE , I.,-..-- ND ITI.ONS, . i ._,:•:.-....-....:..- . ::: -,'.,........,:::::..:•,,, ,:...:...:.. •• ., ,::_.,:., .:. .,,f...:-.....i...:1',...,.1:N.........:•- •. :''..f?'z;.,:It,f15.,:-2i".4.it,..Ltit.,..,.:.:1,:-.9.0•,... 44:544".-avti.....4.b.z.s,44.4e.-7s_V.4.4'44..va,'..,f,'. --;;',-.'...-: -•' 7' 1 NUMERICAL INDEX TO GENERAL CONDITIONS 1. Contract and Contract Documents 2. Definitions 3. Termination of Contract for Cause; Termination of Contract for Convenience 4. Personnel 5. Reports and Information 6. Records and Audits 7. Findings Confidential 8. Copyright 9. Compliance with Laws 10. Interest of Members of City of Port Arthur 11. Interest of Other Local Public Officials 12. Interest of Contractor and Employees 13. Certificates and Permits 14. Guarantee of Work 15. Additional Instruction and Detail Drawings 16. Shop or Setting Drawings 17. Materials, Services and Facilities 18. Contractor's Title to Materials 19. Inspection and Testing of Materials 20. "Or Equal" Clause 21. Patents 22. Surveys 23. Contractor's Obligations 24. Insurance 25. Special Conditions Pertaining to Hazards, Safety Standards and Accident Prevention 26. Suspension of Work 27. National Historic Preservation Act of 1966 28. Required Provisions Deemed Inserted 29. Safety and Health Regulations for Construction 30. Use and Occupancy Prior to Acceptance by Owner 31. Use of Premises and Removal of Debris 32. Quantities of Estimate 33. Lands and Rights-of-Way 34. Conflicting Conditions in Contract Documents 35. Notice and Service Thereof 36. Separate Contract 37. Subcontracting 38. Architect/Engineer's Authority 39. Meaning of Intent 40. Contract Security 41. Additional or Substitute Bond 42. Assignments 43. Mutual Responsibility of Contractors 44. Acceptance of Final Payment Constitutes Release 45. Payments by Contractor 46. Construction Schedule 47. Payments to Contractor 48. Correction of Work 49. Subsurface Conditions Found Different 50. Claims for Extra Cost 51. Changes in Work 52. Extras 53. Time for Completion and Liquidated Damages 54. Weather Conditions 55. Protection of Work and Property--Emergency 56. Inspection 57. Superintendent by Contractor 58. Civil Rights Act of 1964 59. Section 109 of the Housing and Community Development Act of 1974 60. Indemnification 61. Delays 62. Maintenance of Work 63. Antitrust 64. Labor, Materials, and Equipment 65. Delay, Disruption and/or Other Claims 66. Differing Site Conditions 67. Physical Conditions — Underground Utilities ; GENERAL CONDITIONS 1. CONTRACT AND CONTRACT DOCUMENTS The Plans, Specifications and Addenda,enumerated in the Agreement and paragraph 1 of the Supplemental General Conditions, shall form part of this Contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The table of contents, titles, headings, running headlines and marginal notes contained herein and in said Documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light on the interpretation of the provisions to which they refer. 2. DEFINITIONS The following terms, as used in this Contract, are respectively defined as follows: a. "CONTRACTOR": A person, firm or corporation with whom the Contract is made with the OWNER or CITY OF PORT ARTHUR. b. "Sub-contractor": A person, firm or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate Contract or agreement with, the CONTRACTOR. c. "Work on (at) the Project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the CONTRACTOR and any Subcontractor. d. "OWNER": Refers to the City of Port Arthur, Port Arthur,Texas. e. "CITY OF PORT ARTHUR": Refers to the City of Port Arthur, Port Arthur, Texas. f. "ENGINEER": City Engineer, City of Port Arthur, Texas 3. TERMINATION OF CONTRACT FOR CAUSE; TERMINATION OF CONTRACT FOR CONVENIENCE Termination for Cause. If,through any cause,the CONTRACTOR shall fail to fulfill in timely and proper manner his obligations under this Contract, or if the CONTRACTOR shall violate any of the covenants, agreements or stipulations of this Contract,the CITY OF PORT ARTHUR shall thereupon have the right to terminate this Contract by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished Documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the CONTRACTOR under this Contract shall, at the option of the CITY OF PORT ARTHUR - PUBLIC WORKS, become its property and the CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the CITY OF PORT ARTHUR for damages sustained by the CITY OF PORT ARTHUR by virtue of any breach of the Contract by the CONTRACTOR, and the CITY OF PORT ARTHUR may withhold any payments to the CONTRACTOR for the purpose of set-off until such time as the exact amount of damages due the CITY OF PORT ARTHUR from the CONTRACTOR is determined. Termination for Convenience. The CITY OF PORT ARTHUR may, by written notice to CONTRACTOR, terminate this Contract for convenience, in whole or in part, at any time by giving written notice to CONTRACTOR of such termination, and specifying the effective date thereof. If the termination is for the convenience of the CITY OF PORT ARTHUR, the CITY OF PORT ARTHUR shall compensate CONTRACTOR for work fully and adequately provided through the effective date of termination. CONTRACTOR specifically waives any claim for any other amounts or damages, including, but not limited to, any claim for consequential damages or lost profits. 4. PERSONNEL a. The CONTRACTOR represents that he has, or will secure at his own expense, all Personnel required in performing the work underthis Contract. Such personnel shall not be Employees of or have any contractual relationship with the CITY OF PORT ARTHUR. b. All of the work required hereunder will be performed by the CONTRACTOR or under his supervision and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under state and local law to perform such services. c. None of the work covered by this Contract shall be subcontracted without the prior written approval of the CITY OF PORT ARTHUR. Any work or services subcontracted hereunder shall be specified by written Contract or agreement and shall be subject to each provision of this Contract. 5. REPORTS AND INFORMATION The CONTRACTOR, at such times and in such forms as the CITY OF PORT ARTHUR may require, shall furnish the CITY OF PORT ARTHUR such periodic reports as it may request pertaining to the work or services undertaken pursuant to this Contract, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this Contract. 6. RECORDS AND AUDITS The CONTRACTOR shall maintain accounts and records, including personnel, property and financial records, adequate to identify and account for all costs pertaining to the Contract and such other records as may be deemed necessary by the CITY OF PORT ARTHUR to assure proper accounting for all project funds, both federal and non-federal shares. These records will be made available for audit purposes to the CITY OF PORT ARTHUR or any authorized representative, and will be retained for three (3) years after the expiration of this Contract unless permission to destroy them is granted by the CITY OF PORTARTHUR. 7. FINDINGS CONFIDENTIAL All of the reports, information, data, etc., prepared or assembled by the CONTRACTOR under this Contract are confidential and CONTRACTOR agrees that they shall not be made available to any individual or organization without the prior written approval of the CITY OF PORT ARTHUR. 8. COPYRIGHT No report, maps or other Documents produced in whole or in part under this Contract shall be the subject of an application for copyright by or on behalf of the CONTRACTOR. 9. COMPLIANCE WITH LAWS The CONTRACTOR shall comply with all applicable laws, ordinances,rules,orders,regulations and codes of the federal, state and local governments relating to performance of the work herein, the protection of adjacent property and the maintenance of passageways, guard fences or other protective facilities. 10. INTEREST OF MEMBERS OF CITY OF PORT ARTHUR No member of the governing body of the CITY OF PORT ARTHUR, and no other officer, employee or agent of the CITY OF PORT ARTHUR who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 11. INTEREST OF OTHER LOCAL PUBLIC OFFICIALS No member of the governing body of the locality and no other public official of such locality,who exercises any functions or responsibilities in connection with the planning and carrying out ofthe program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 12. INTEREST OF CONTRACTOR AND EMPLOYEES The CONTRACTOR covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the study area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The CONTRACTOR further covenants that in the performance of this Contract, no person having any such interest shall be employed. 13. CERTIFICATES AND PERMITS Except for required permits issued by OWNER, which shall be issued at no cost to CONTRACTOR. CONTRACTOR shall secure at his own expense from other public authorities all necessary certificates, licenses, approvals and permits required in connection with the work of this Contract or any part thereof, and shall give all notices required by law, ordinance or regulation. CONTRACTOR shall pay all fees and charges incident to the due and lawful prosecution of the work of this Contract, and any extra work performed by him. 14. GUARANTEE OF WORK a. Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy of the premises by the OWNER shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the CONTRACTOR of liability in respect to any warranties or responsibility for faulty materials or workmanship. The CONTRACTOR guarantees and warrants that all materials and equipment which are to become part of the work shall be new unless otherwise specified and that all work will be of good quality and free from faults or defects and in accordance with the Contract Documents and of any inspections, tests or approvals required by the Contract Documents, law, ordinance, rules, regulations or orders of any public authority having jurisdiction. The OWNER will give notice of observed defects with reasonable promptness. b. Neither observations by Architect or Engineer nor inspections, tests or approvals by persons other than CONTRACTOR shall relieve CONTRACTOR from his obligations to perform the work in accordance with the requirements of the Contract. c. The provisions of this paragraph shall be cumulative of and not in limitation of the responsibility of CONTRACTOR for defects in the work or materials or damages resulting therefrom as otherwise provided by the law of the State of Texas or this Contract, including, without limitation, the implied warranty of fitness of the work and the implied obligation to perform the work in a good and workmanlike manner. 15. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The CONTRACTOR will be furnished additional instructions and detail drawings as necessary to carry out the work included in the Contract. The additional drawings and instructions thus supplied to the CONTRACTOR will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The CONTRACTOR shall carry out the work in accordance with the additional detail drawings and instructions. The CONTRACTOR and the Architect/Engineer will prepare jointly (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by the Architect/Engineer in accordance with said schedule, and (b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from time to time in accordance with the progress of the work. 16. SHOP OR SETTING DRAWINGS The CONTRACTOR shall submit promptly to the Architect/Engineer two copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the CONTRACTOR shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with two corrected copies. If requested by the Architect/Engineer, the CONTRACTOR must furnish additional copies. Regardless of corrections made in or approval given to such drawings by the Architect/Engineer, the CONTRACTOR will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Architect/Engineer in writing of any deviations at the time he furnishes such drawings. 17. MATERIALS, SERVICES AND FACILITIES a. It is understood that, except as otherwise specifically stated in the Contract Documents, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power,transportation, superintendents,temporary construction of every nature and all other services and facilities of every nature whatsoever necessary to execute, complete and deliver the work within the specified time. b. Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the OWNER. 18. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the CONTRACTOR or by any Subcontractor subject to any chattel mortgage or under a conditional sale Contract or other agreement by which an interest is retained by the seller. The CONTRACTOR warrants that he has good title to all materials and supplies used by him in the work, free from all liens, claims or encumbrances. 19. INSPECTION AND TESTING OF MATERIALS All materials, equipment, etc., 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. 20. "OR EQUAL" CLAUSE Whenever a material, article or piece of equipment is identified on the Plans or in the Specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article or equipment so proposed is, in the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or installed by the CONTRACTOR without the Architect/Engineer's written approval. 21. PATENTS a. The CONTRACTOR shall hold and save the OWNER and its officers, agents, servants and employees harmless from liability of any nature or kind,including cost and expenses for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the Contract, including its use by the OWNER, unless otherwise specifically stipulated in the Contract Documents. b. License or Royalty Fees: License and or royalty fees for the use of a process which is authorized by the OWNER of the project must be reasonable and paid to the holder of the patent, or his authorized licensee, direct by the OWNER and not by or through the CONTRACTOR. b. If the CONTRACTOR uses any design, device or materials covered by letters patent or copyright, he shall provide for such use by suitable agreement with the OWNER of such patented or copyrighted design, device or material. It is mutually agreed and understood that, without exception, the Contract prices shall include all royalties or costs arising from the use of such design, device or materials in any way involved in the work. The CONTRACTOR and/or his Sureties shall indemnify and save harmless the OWNER of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this Contract, and shall indemnify the OWNER for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of thework. 22. SURVEYS a. The Engineer will provide one bench mark, near or on the site of the work, and will provide 2 points near or on the site to establish a base line for use by the CONTRACTOR for alignment control. Unless otherwise specified in the General Requirements, the CONTRACTOR shall furnish all other lines,grades,and bench marks required for proper execution of the work. b. The CONTRACTOR shall be responsible for laying out the work (unless otherwise specified in the General Requirements) and shall preserve all bench marks, stakes, and other survey marks, and in case of their removal or destruction by its own employees or by its subcontractor's employees, the CONTRACTOR shall be responsible for the accurate replacement of such reference points by professionally qualified personnel at no additional cost to the OWNER. c. Unless otherwise expressly provided for in the Specifications, the OWNER will furnish the CONTRACTOR all surveys necessary for the execution of the work. 23. CONTRACTOR'S OBLIGATIONS The CONTRACTOR shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said Specifications and in accordance with the Plans and drawings covered by this Contract and any and all supplemental Plans and drawings, and in accordance with the directions of the Architect/Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and such temporary works as may be required. The CONTRACTOR shall observe, comply with and be subject to all terms, conditions, requirements and limitations of the Contract and Specifications,and shall do,carry on and complete the entire work to the satisfaction of the Architect/Engineer and the OWNER. 24. INSURANCE The CONTRACTOR shall not commence work under this Contract until he has obtained all the insurance required herein and such insurance has been approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on this Subcontract until the insurance required of the Subcontractor has been so obtained and approved. (See information to Bidders, paragraph 5.) 25. SPECIAL CONDITIONS PERTAINING TO HAZARDS, SAFETY STANDARDS AND ACCIDENT PREVENTION a. Lead-Based Paint Hazards: (Applicable to Contracts for construction or rehabilitation of residential structures.) The construction or rehabilitation of residential structures is subject to the HUD Lead- Based Paint regulations, 24 CFR Part 35. The CONTRACTOR and Subcontractors shall comply with the provisions for the elimination of lead-based paint hazards under subpart B of said regulations. The OWNER will be responsible for the inspections and certifications required under Section 35.14(f) thereof. b. Use of Explosives: When the use of explosives is necessary for the prosecution of the work. the CONTRACTOR shall observe all local, state and federal laws in purchasing and handling explosives. The CONTRACTOR shall take all necessary precautions to protect completed work, neighboring property, water lines or other underground structures. Where there is danger to structures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The CONTRACTOR shall notify all OWNER'S of public utility property of the intention to use explosives at least eight (8) hours before blasting is done, close to such property. Any supervision or direction of use of explosives by the Engineer does not in any way reduce the responsibility of the CONTRACTOR or his Surety for damages that may be caused by such use. c. Danger Signals and Safety Devices: The CONTRACTOR shall make all necessary precautions to guard against damages to property and injury to persons. He shall put up and maintain in good condition sufficient red or warning lights at night, suitable barricades and other devices necessary to protect the public. In case the CONTRACTOR fails or neglects to take such precautions, the OWNER may have such lights and barricades installed and charge the cost of this work to the CONTRACTOR. Such action by the OWNER does not relieve the CONTRACTOR of any liability incurred under these Specifications or Contract. 26. SUSPENSION OF WORK Should the OWNER be prevented or enjoined from proceeding with work or from authorizing its prosecution either before or after its prosecution, by reason of any litigation, the CONTRACTOR shall not be entitled to make or assert claim for damage by reason of said delay, but time for completion of the work will be extended to such reasonable time as the OWNER may determine will compensate for time lost by such delay with such determination to be set forth in writing. 27. NATIONAL HISTORIC PRESERVATION ACT OF 1966 The CONTRACTOR agrees to contribute to the preservation and enhancement of structures and objects of historical, architectural or archaeological significance when such items are found and/or unearthed during the course of project construction and to consult with the State Historic Preservation Officer for recovery of the items. (Reference: National Historic Preservation Act of 1966(80 Stat. 915, 16 U.S.C. 470) and Executive Order No. 11593 of May 31, 1971). 28. REQUIRED PROVISIONS DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted or is not correctly inserted, then upon the application of either party. the Contract shall forthwith be physically amended to make such insertion or correction. 29. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION In order to protect the lives and health of his employees under the Contract,the CONTRACTOR shall comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as amended, commonly known as the Construction Safety Act as pertains to health and safety standards: and shall maintain an accurate record of all cases of death, occupational disease and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The CONTRACTOR along shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods, and for any damage which may result from their failure or their improper construction, maintenance or operation. 30. USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER The CONTRACTOR agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the OWNER, provided the OWNER: a. Secures written consent of the CONTRACTOR except in the event, in the opinion of the Architect/Engineer, the CONTRACTOR is chargeable with unwarranted delay in completing the contract requirements; b. Secures consent of the Surety; c. Secures endorsement from the insurance carrier(s) permitting occupancy of the building or use of the project during the remaining period of construction; or, d. When the project consists of more than one building and one of the buildings is occupied, secures permanent fire and extended coverage insurance, including a permit from the insurance carrier to complete construction. 31. USE OF PREMISES AND REMOVAL OF DEBRIS The CONTRACTOR expressly undertakes at his own expense: a. To take every precaution against injuries to persons or damage to property; b. To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other CONTRACTOR'S; c. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; d. To clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; e. Before final payment to removal all surplus material, false work, temporary structures, including foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; f. To effect all cutting, fitting or patching of his work required to make the same to conform to the Plans and Specifications and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other CONTRACTOR. 32. QUANTITIES OF ESTIMATE Wherever the estimated quantities of work to be done and materials to be furnished under this Contract are shown in any of the documents including the proposal, they are given for use in comparing bids and the right is especially reserved, except as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonably necessary or desirable by the OWNER to complete the work contemplated by the Contract, and such increase or diminution shall in no way vitiate this Contract, nor shall any such increase or diminution give cause for claims or liability for damages. 33. LAND AND RIGHTS-OF-WAY Prior to the start of construction, the OWNER shall obtain all lands and rights-of-way necessary for the carrying out and completion of work to be performed under this CONTRACT. 34. CONFLICTING CONDITIONS IN CONTRACT DOCUMENTS The Contract Documents are complementary and what is called for by one shall be as binding as if called for by all. In case of a conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Section U Federal Clauses, Signed Agreement (including General Conditions), Performance Bond, Payment Bond, Special Bonds (if any), Proposal, Special Conditions (including Information to Bidders). Advertisements for Bids, Detailed Drawings, Technical Specifications, General Drawings (Plans) and Supplemental General Conditions. 35. NOTICE AND SERVICE THEREOF Any notice to any CONTRACTOR from the OWNER relative to any part of this Contract shall be in writing and considered delivered and the service thereof completed when said notice is posted, by certified or registered mail, to the said CONTRACTOR at his last given address or delivered in person to the said CONTRACTOR or his authorized representative on the work. 36. SEPARATE CONTRACT The CONTRACTOR shall coordinate his operations with those of other CONTRACTOR'S. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The CONTRACTOR, including his Subcontractors, shall keep informed of the progress and the detail work of other CONTRACTOR'S and shall notify the Architect/Engineer immediately of lack of progress or effective workmanship on the part of other CONTRACTOR'S. Failure of a CONTRACTOR to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 37. SUBCONTRACTING a. The CONTRACTOR may utilize the services of specialty Subcontractors on those parts of Work which, under normal contracting practices, are performed by specialty Subcontractors. b. The CONTRACTOR shall not award any work to any Subcontractor without prior written approval of the OWNER, which approval will not be given until the CONTRACTOR submits to the OWNER a written statement concerning the proposed award to the Subcontractor, which statement shall contain such information as the OWNER may require. c. The CONTRACTOR shall be as fully responsible to the OWNER for the acts or omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. d. The CONTRACTOR shall cause appropriate provisions to be inserted in all Subcontracts relative to the work to bind Subcontractors to the CONTRACTOR by the terms of the General Conditions and other Contract Documents insofar as applicable to the work of Subcontractors and to give the CONTRACTOR the same power as regards terminating any Subcontract that the OWNER may exercise over the CONTRACTOR under any provision of the Contract Documents. e. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the OWNER. f. In addition to the provisions, the CONTRACTOR shall perform not less than 50 percent of the "Services" as shown on the bid form with its own forces. The 50 percent requirement shall be understood to refer to the "Services" line on the bid form, based on estimated quantities. 38. ARCHITECT/ENGINEERS AUTHORITY The Architect/Engineer shall give all orders and directions contemplated under this Contract and Specifications, relative to the execution of the work. The Architect/Engineer shall determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this Contract and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/Engineers estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said Contract or Specifications, the determination or decision of the Architect/Engineer shall be a condition precedent to the right of the CONTRACTOR to receive any money or payment for work under this Contract affected in any manner or to any extent by such question. 39. MEANING OF INTENT The Architect/Engineer shall decide the meaning and intent of any portion of the Specifications and of any Plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the CONTRACTOR, under this Contract and other CONTRACTOR'S, performing work for the OWNER, shall be adjusted and determined by the Architect/Engineer. 40. CONTRACT SECURITY If the Contract amount exceeds Twenty-five Thousand Dollars ($25,000), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000.00) a Performance Bond also shall be furnished, on prescribed forms in the amount of one hundred percent (100%) than that prescribed by state, territorial or local law, as security for the payment of all persons performing labor on the project under this Contract and furnishing materials in connection with this Contract and as security for the faithful performance of this Contract. 41. ADDITIONAL OR SUBSTITUTE BOND If at any time the OWNER, for justifiable cause, shall be or become dissatisfied with any Surety or Sureties for the Performance and/or Payment Bonds, the CONTRACTOR shall, within five (5) days after notice from the OWNER to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the OWNER. The premiums on such bond shall be paid by the CONTRACTOR. No further payments shall be deemed due nor shall be made until the new Surety and Sureties shall have furnished such an acceptable bond to the OWNER. 42. ASSIGNMENTS The CONTRACTOR shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of the OWNER. In case the CONTRACTOR assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to become due to the CONTRACTOR shall be subject to prior claims of all persons, firms and corporations of services rendered or materials supplied for the performance of the work called for in this Contract. 43. MUTUAL RESPONSIBILITY OF CONTRACTORS If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR, who shall indemnify and safe harmless the OWNER against any such claim. 44. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The Acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER of all claims and all liability to the CONTRACTOR for all things done or furnished in connection with this work and for every act and neglect of the OWNER and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to release the CONTRACTOR or his Sureties from any obligations under this Contract or the Performance and Payment Bonds. 45. PAYMENTS BY CONTRACTOR The CONTRACTOR shall pay (a) for all transportation and utility services no later than the 20th day of the calendar month following that in which services are rendered, (b) for all materials, tools and other expendable equipment to the extent of ninety percent(90%)cost thereof, no later than the 20th day of the calendar month following that in which such materials, tools and equipment are delivered at the site of the project, and the balance of the cost thereof, no later than the 30th day following the completion of that part of the work in or on which such materials,tools and equipment are incorporated or used, and (c)to each of his Subcontractors, no later than the 5th day following each payment to the CONTRACTOR, the respective amounts allowed the CONTRACTOR on account of the work performed by his Subcontractors to the extent of each Subcontractors interest therein. 46. CONSTRUCTION SCHEDULE A. The successful Bidder shall, within seven (7) calendar days of the date of the Notice of Award and prior to issuance of the Notice to Proceed, submit a detailed Critical Path Method (CPM) Construction Schedule, hereinafter called "Schedule". The Schedule shall follow the "Sequence of Work" which is listed in the Scope of Work section of these Contract Documents. The Schedule shall consist of the following: 1. A logic network CPM arrow or precedence diagram of sufficient detail to construct each segment of the project and to construct the total project. 2. A detailed activities list which includes the following information in tabular form: a. A listing of all submittal, production, procurement and construction management activities; b. The expected duration (in days) of each activity listed; c. The activities upon which the start of each activity depends; d. The resource requirements(manpower, material and equipment)for each activity; and e. An estimated dollar value of each activity such that the sum total value of all activities equals the total dollar value of the Bid. B. The Owner will review with the CONTRACTOR the proposed CPM schedule submitted by the CONTRACTOR. The purpose of this review is to assure adequate planning for the proper and timely execution of the Work and to assist the Owner in appraising the suitability of the proposed network Schedule for construction of the project. C. Upon acceptance by the OWNER the Schedule will become the basis for monitoring and measuring the progress of the Work. To assure proper tracking of progress throughout the performance of the Work, the CONTRACTOR shall maintain and continuously update his detailed network Schedule. The CONTRACTOR shall. during the first week of each month and at other times as the OWNER may request, furnish to the OWNER an updated schedule which is clearly marked to show the actual percent completion of each activity as of the date of the Schedule update. The CONTRACTOR shall submit with the Schedule update, a narrative report of the progress made during the period covered by the Schedule update. This report shall outline accomplishments during the reporting period and shall include a discussion of problems encountered and of how those problems have been or will be dealt with. The narrative report shall also include a discussion of changes or other items encountered which, in the opinion of the CONTRACTOR, may cause problems to the future progress of the Work. The CONTRACTOR shall include in the report a plan of action for overcoming the potential problems stated. a. The OWNER retains the right to withhold progress payments until the CONTRACTOR'S updated schedule has been accepted by the OWNER. b. During the course of the Work the Schedule may be revised by agreement of the OWNER and the Contractor. Each revision of the Schedule shall supersede and replace all previous versions of the Schedule. The revised Schedule shall include the following information: 1. Date of revision; 2. Identification of all changes made to the original schedule, including the incorporation of an anticipated Change Orders; 3. Concise narrative explanation of the reasons for each change. c. The CONTRACTOR may request Schedule revisions by submitting a revised Schedule in the form outlined above. However, if the OWNER cannot agree to the suggested revisions, the Contractor shall make those adjustments as may be required to maintain the original Schedule. d. Responsibility for the CONTRACTOR'S Schedule(s) in all aspects, assumptions and implications, either known or unknown, made or assumed, by the CONTRACTOR in the preparation of his Schedule(s), is entirely that of the CONTRACTOR. Acceptance of the CONTRACTOR'S schedule(s) by the OWNER shall in no way make the OWNER responsible for the execution or non-execution of the CONTRACTOR'S schedule nor is the OWNER responsible or liable in any way for any acts,errors, omissions or negligence of the CONTRACTOR or any Sub-contractor or any of the CONTRACTOR'S or Sub- contractor's agents, assigns, servants or employees or any other person, firm or corporation performing or attempting to perform the Work. 47. PAYMENTS TO CONTRACTOR a. Not later than the thirty (30) calendar days from the date of submission to the City of Port Arthur, the OWNER shall make a progress payment to the CONTRACTOR on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this Contract, but to insure the proper performance of the Contract, the OWNER shall retain ten percent (10%) (five percent [5%] if the total contract price exceeds$25,000)of the amount of each estimate until final completion and acceptance of all work covered by this Contract; Provided, that the CONTRACTOR shall submit his estimate no later than the fifth (5th) day of the month. Provided further, that on completion and acceptance of each separate building, public work or other division of the Contract on which the price is stated separately in the Contract, payment may be made in full, including retained percentages thereon, less authorized deductions. The CONTRACTOR is advised that the payment schedule noted is subject to fluctuation due to the City of Port Arthur Council's regular schedule of meeting on every other Tuesday. The CONTRACTOR may alter his estimate period such as to give the Engineer (ten)10 working days prior to the next scheduled City of Port Arthur Council meeting to prepare an estimate of the work completed and submit said estimate for the OWNER'S action. b. In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. c. All material and work covered by partial payments made shall thereupon become the sole property of the OWNER, but this provision shall not be construed as relieving the CONTRACTOR from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work or as a waiver of the right of the OWNER to require the fulfillment of all of the terms of the Contract. d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof: The CONTRACTOR agrees that he will indemnify and save the OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools and all supplies, including commissary, incurred in the furtherance of the performance of this Contract. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, after having served written notice on the said CONTRACTOR, either pay unpaid bills, of which the OWNER has written notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills of the CONTRACTOR, the OWNER shall be deemed the agent of the CONTRACTOR, and any payment so made by the OWNER shall be considered as a payment made under Contract by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. This provision shall not be construed to give rise to any third party beneficiary rights in claimants. 49. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purposes 4 for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the CONTRACTOR at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents,the compensation to be paid to the CONTRACTOR hereunder shall be reduced by such amount as in the judgement of the Architect/Engineer shall be equitable. 50. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the CONTRACTOR encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will thereupon promptly investigate the conditions and, if he finds that they materially differ from those shown on the Plans or indicated in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in paragraph 52 of the General Conditions. 51. CLAIMS FOR EXTRA COST No claim for extra work or cost shall be allowed unless the same was done pursuant to a written order of the Architect/Engineer approved by the OWNER, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of subparagraph 52(c) of the General Conditions, the CONTRACTOR shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and when requested by the OWNER, give the OWNER access to accounts relating thereto. 52. CHANGES IN WORK No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the OWNER. Charges or credit for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost of: (1) Labor, including foreman; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age unemployment contributions. To the cost under (c) there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, and any other general expenses. OWNER shall only direct the CONTRACTOR to perform a time and materials change order for extra work under (c) above after a determination by OWNER that no other type of change order is suitable for the changes in work (for example, a lump sum amount) and the change order shall include a ceiling price that the CONTRACTOR exceeds at its own risk. Notwithstanding any other provision in the Contract Documents, including, but not limited to, this Article 52 in the General Conditions, profit must be separately negotiated as an element of price on all change orders. To establish a fair and reasonable profit, consideration must be given to the complexity of the extra work, the risk borne by the CONTRACTOR, the CONTRACTOR's investment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. All costs must be (i) necessary and reasonable; (ii) allocable to the project; and (iii) adequately documented. 53. EXTRAS Without invalidating the Contract, the OWNER may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the OWNER or its Architect/Engineer, acting officiallyfor the OWNER, and the price is stated in such order. 54. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the CONTRACTOR and the OWNER, that the date of beginning and the time for completion as specified in the Contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract;and it is further mutually understood and agreed that the work embraced in this Contract shall be commenced on a date to be specified in the"Notice to Proceed". The CONTRACTOR agrees that said work shall be prosecuted regularly, diligently and without interruption at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER,that the time for the completion of the work described herein is a reasonable time for the completion of same,taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. If the said CONTRACTOR shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the OWNER,then the CONTRACTOR does hereby agree, as a part consideration for the awarding of this Contract, to pay to the OWNER the amount specified in the Contract, not as a penalty, but as liquidated damages for such breach of Contract as hereinafter set forth, for each and every consecutive calendar day, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City of Port Arthur holidays and that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would in such event sustain, and said amount is agreed to be the amount of damages which the OWNER would sustain and said amount shall be retained from time to time by the OWNER from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, that the CONTRACTOR shall not be charged with any part of liquidated damages or any excess cost when the OWNER determines that any part of liquidated damages was not the fault of the CONTRACTOR and the OWNER determines that the request for extension by the CONTRACTOR is justified and due to: a. Any preference, priority or allocation order duly issued by the government; b. The following unforeseeable causes, namely: acts of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a Contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, earthquakes, hurricanes and tornadoes; and rainy days claimed by the CONTRACTOR; however, rainy days shall be considered only if the CONTRACTOR notifies the Engineer or OWNER on the day the CONTRACTOR claims he cannot work because of rainy weather that day. Failure to so report will eliminate any claim for time extension because of rainy weather on that day. c. Rainy weather when 60 percent of his work force cannot work for seven (7) hours or more that day because of rainy weather and providing that he has complied with the condition under 54(b). d. Any delays of Subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this article. Provided, further, that the CONTRACTOR shall, within ten (10) working days after total calendar days delayed have been used up in the contract time and such delay thereafter, unless the OWNER shall grant a further period of time prior to the date of final settlement of the Contract, notify the OWNER, in writing, of the causes of delay, who shall ascertain the facts and extent of the delay and notify the CONTRACTOR within reasonable time of its decision in the matter. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of the CONTRACTOR if a claim is made therefore as provided and if approved therefore by Engineer. Such delays shall include acts of neglect by the OWNER or others performing additional work, or by acts of God or of the public enemy, fire, floods, epidemics,quarantine restrictions, strikes, labor disputes, sabotage, or freight embargoes. All time limits stated in the Contract Documents are of the essence of the Agreement. Provided, that this provision for liquidated damages shall be cumulative of and not in limitation of any other remedy available to OWNER, including, without limitation, the right to terminate as provided in paragraph 3 and to recover additional damages for any excess cost in otherwise completing the work. 55. WEATHER CONDITIONS Inclement weather is any weather condition or conditions resulting immediately there-from, causing the CONTRACTOR to suspend construction operations or preventing the CONTRACTOR from profitably utilizing at least 75 percent of the normal labor and equipment force engaged on the Work. Should the CONTRACTOR prepare to begin work at the regular starting time at the beginning of any regular work shift on any day on which inclement weather, or the forecast by the local NOAA Weather Reporting Station of 30% or greater chance of inclement weather, or the conditions resulting from the weather, or the condition of the Work prevents work from beginning at the usual starting time, and the crew is dismissed as a result thereof, the CONTRACTOR will not be charged for a working day whether or not conditions change thereafter during said day and the major portion of the day could be considered to be suitable for such construction operations. In the event of temporary suspension of work, or during inclement weather, or whenever the Architect/Engineer shall direct, the CONTRACTOR will,and will cause his Subcontractors to,protect carefully his, and their, work and materials against damage or injury from the weather. If, in the opinion of the Architect/Engineer, any work or materials shall have been damaged or injured by reason of failure on the part of the CONTRACTOR or any of his Subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the CONTRACTOR. 56. PROTECTION OF WORK AND PROPERTY--EMERGENCY The CONTRACTOR shall at all times safely guard the OWNER'S property from injury or loss in connection with this Contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The CONTRACTOR shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the Contract or by the OWNER, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property and/or safety of life, the CONTRACTOR will be allowed to act, without previous instructions from the Architect/Engineer,in a diligent manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the CONTRACTOR due to such extra work shall be promptly submitted to the Architect/Engineer for approval. Where the CONTRACTOR has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Architect/Engineer. The amount of reimbursement claimed by the CONTRACTOR on account of any emergency action shall be determined in the manner provided in paragraph 52 of the General Conditions. 57. INSPECTION The authorized representatives and agents of the shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. 58. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the CONTRACTOR shall employ a construction superintendent or foreman who shall have full authority to act for the CONTRACTOR. It is understood that such representative shall be acceptable to the Architect/Engineer and shall be one who can be continued in the capacity for the particular job involved unless he ceases to be on the CONTRACTOR'S payroll. 59. CIVIL RIGHTS ACT OF 1964 Under Chapter 106 of the Civil Practice & Remedies Code of the Revised Civil Statues of Texas, no person shall, on the ground of race, color, national origin, sex, age or handicap, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity of the City of Port Arthur. 60. SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974 No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 61. INDEMNIFICATION The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits, judgements, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgement, cost or expense: a. Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and, b. Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury ordamage. 62. DELAYS The CONTRACTOR shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY OF PORT ARTHUR to provide information or material, if any, which is to be furnished by the CITY OF PORT ARTHUR. When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, of by the performance of extra work, or by the failure of the CITY OF PORT ARTHUR to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City of Port Arthur Council; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. 63. MAINTENANCE OF WORK If, after approval of final payment and prior to expiration of one (1) year after date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special guarantee required by the Contract Documents, any work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by CONTRACTOR. The provisions of this paragraph shall not limit the obligation of CONTRACTOR under paragraph 14 (Guarantee of Work) in any respect whatsoever, including the time period of such Guarantee of Work provision in paragraph 14 as will arise under the laws of the State of Texas and such Paragraph 14 and without regard to the provisions of this paragraph (Maintenance of Work), nor shall this paragraph (Maintenance of Work) be construed to establish any period of limitations for any cause of action against CONTRACTOR under the obligations of Paragraph 14. 64. ANTITRUST CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arise under the anti- trust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). 65. LABOR. MATERIALS, AND EQUIPMENT: a. The CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the work and perform construction as required by the Contract Documents. The CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, and except as otherwise indicated in the contract Documents, all Work at the site shall be performed during regular working hours, and the Contractor will not permit overtime work or the performance of work on Saturday, Sunday, or any legal holiday without the Owner's written consent given after prior written notice and approval by the Engineer. If the CONTRACTOR performs any work after regular working hours, or on Saturday, Sunday, or any legal holiday, it shall pay the OWNER any additional cost incurred by the OWNER as a result of such work. b. Except as otherwise provided in this Article, the CONTRACTOR shall receive no additional compensation for overtime work,i.e.,work in excess of eight(8)hours in any one calendar day or forty(40) hours in any one (1)calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the Engineer in writing. Additional compensation will be paid to the CONTRACTOR for overtime work only in the event that extra work is ordered by the Engineer, and the Change Order specifically authorizes the use of overtime work and then only to such extent as overtime wages are regularly being paid by the CONTRACTOR for overtime work of a similar nature in the same locality. c. All costs of inspection and testing performed during overtime work by the CONTRACTOR which is allowed solely for the convenience of the CONTRACTOR shall be borne by the CONTRACTOR. The OWNER shall have the authority to deduct the cost of all such inspection and testing from any partial payments otherwise due the CONTRACTOR. d. Unless otherwise specified in the Contract Documents, the CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, e. Telephone, water, sanitary facilities, temporary facilities and all other facilities, and incidentals necessary for the furnishing, performance,testing,start-up,and completion of the work. f. All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by the Engineer, the CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to the OWNER, nor any of the OWNER'S consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions. 66. DELAY, DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the CITY OF PORT ARTHUR and to the ENGINEER promptly (but in no case later than ten (10) calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the CITY OF PORT ARTHUR and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. 67. DIFFERING SITE CONDITIONS: a. The CONTRACTOR shall notify the Engineer in writing of the following unforeseen conditions,hereinafter called differing site conditions, promptly upon their discovery(but in no event later than 14 calendar days) and before they are disturbed: 1. Subsurface or latent physical conditions at the site of the Work differing materially from those indicated, described, or delineated in the Contract Documents including those reports and documents discussed and 2. Unknown physical conditions at the site of the Work of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents including those reports and documents discussed. b. The Engineer will review the pertinent conditions, determine the necessity of obtaining additional explorations or tests with respect thereto and advise the OWNER in writing of the Engineer's findings and conclusions. c. If the OWNER concludes that because of newly discovered conditions a change in the Contract Documents is required, a Change Order will be issued as provided, to reflect and document the consequences of the difference. d. In each such case, an increase or decrease in the Contract Price or an extension or reduction of the contract Time, or any combination thereof,will be allowable to the extent that they are attributable to any such difference. If the OWNER and the CONTRACTOR are unable to agree as to the amount or length thereof, a claim may be made therefore as provided in the General Conditions. e. The CONTRACTOR'S failure to give notice of differing site conditions within fourteen (14) calendar days of discovery or before they are disturbed shall constitute a waiver of all claims in connection therewith, whether direct, consequential, or inconsequential in nature. f. Nothing herein shall be deemed to require the OWNER to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction 68. PHYSICAL CONDITIONS - UNDERGROUND UTILITIES a. Shown or Indicated: The information shown or indicated in the Contract Documents with respect to existing, underground utilities at or contiguous to the site is based on information and data furnished to the OWNER or the Engineer by the owners of such underground utilities or by others. Unless it is expressly provided in the Supplementary General Conditions, the Owner and the Engineer shall not be responsible for the accuracy or completeness of any such information or data, and the Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all underground utilities shown or indicated in the Contract Documents,for coordination of the work with the owners of such underground utilities during construction, for the safety and protection thereof and repairing any damage thereto resulting from the work, the cost of which will be considered as having been included in the Contract Price. b. Not Shown or Indicated: If an underground utility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which the CONTRACTOR could not reasonably have been expected to be aware of,the CONTRACTOR shall identify the owner of such underground utility and give written notice thereof to that owner and shall notify the Engineer in accordance with the requirements of the General Conditions. F-31 1111•116.. , i . 1 1 i 1 7 i i 1 i . I 1 1 , 1 1 I 1 • -1 . . ) ; I , . . i 1 - I . I . • . ''.... 1 .. I . ..] 1 I . .i. I • i !. I ! I.. • - - --,;,,?,,,,,,-,,,g,!,-1, --,4,4::.,,g,...-.,,:' ,. -., .- ,-,,,,,,.....,,,......,::-.': ,,.,:t:,,,,, ,,-.-..,....-1 ,,:...,..,.i,..,... .. ' i..1 ,: ..,.....,,,...., . . , -,,:...,.:..i-...4 ,-,. ..;.,, '':':xig.f,i1..,;,.,ii!' ,:.,:::7;.1,....:: .,. :::. ',..7.:.f..:::;1:•:;',,::.i:...::,-;',';'...!!!,..:;',:.-tAZ,ZPiti.,fiLlil:Te.,,,,1",,,... *.:,..;•::1;'::. .': ': i..,....1..if;f:•:...17,%,.. pf .,eir-•-•+-'1--,-. ' •.1..-0—?‘ ,', .-, '- .--..',I,'/' ''.,4- ' *P't _,............. . -, ..„,, ., . • --1.:)..r..,:-•...":',. .3..'.,,;:i 74,-."*.lpi?.:,..-(,,,,.,..-....iq-..:.,:.,-,:....,,,:, . : . . .. emi=rt,. Fri ,. AT. • • .. ,,,,,,)::,,5.,,,,,m4:04*T.T,,,J,--...:-.,..?,!f.. .' : ,16.ll'..,....1h6,F:11,142,!;L 4,,,Tellkii,:,,,,.-:.,-,.,;:1 1 1 t.i GOVERNING CONSTRUCTION SPECIFICATIONS Item 104 Fine Grading and Seeding 2 page Item 110 Exiting Utilities 1 page Item 200 Structural Concrete 10 pages Item 201 Reinforcement Steel 5 pages Item 300 Structural Steel 2 pages Item 304.1 Welding 2 page Item 455 Testing& Sterilization of Water Lines 2 page Item 460 Disinfection of Water Tank 1 page Item 500 Ductile Iron Pipe for Potable Water 2 page Item 600 Painting 3 pages Item 601 Coating and Lining of Potable Water Storage Tanks 21 pages Item 1300 Submittals 2 pages End of Governing Construction Specification • . l ..1 L. F-1 ITEM 104 - FINE GRADING AND SEEDING 104.01 - DESCRIPTION This item shall provide for furnishing sod and planting seed of the kind that exist along and across the areas disturbed during installation of the proposed work. These areas shall be seeded and/or have sod placed to establish pre-construction conditions.This item also includes preparation of the ground (including fine grading) and all required fertilizer, sod, or seeding. The Contractor shall broadcast seed (of like kind) or place sod (of like kind) as directed by the Owner/Engineer. 104.02-FINISH GRADING Finish grading shall include all filling and the moving of all earth necessary to bring the disturbed area to its original condition or better. Grading shall be such as to assure positive drainage away from structures and to promote uniformity with existing drainage patterns. Grading shall be done with selected materials as directed by the Engineer and the top soil of the finished graded area shall be good selected earth suitable for promoting the growth of vegetation. Prior to final completion of the work,the Contractor shall refill and dress any areas which may have settled or washed away. 104.03-SEEDING MATERIALS All seed used must meet the requirements of the Texas Seed Law including the labeling requirements for showing purity, germination, name, and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within 9 months of the time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall be equal to or exceed the quality of the existing vegetation prior to construction. 104.04-SOD All sod used must meet or exceed the quality of the existing sod prior to construction. 104.05-CONSTRUCTION METHODS A. General. After the designated areas have been completed to the lines, and grades required under the project, seeding or sodding shall be performed as hereinafter described. All areas to be seeded shall be cultivated to a depth of at least 4 inches.The seed-bed shall be cultivated sufficiently to reduce the soil to a state of good tilth.The seed-bed shall be deemed in a state of good tilth when the soil particles on the surface are small enough and lie closely enough together to prevent the seed from being covered too deep for optimum germination. Cultivation of seed-bed will not be required in loose sand where depth of sand is four inches or more. All areas to be sodded shall be cultivated to a depth of at least 4 inches.The sod-bed shall be cultivated sufficiently to reduce the soil to a state of good tilth in order to stimulate root growth. B. Watering. Water shall be used to moisten the seed-bed or sod-bed as required to promote growth. C. Finishing.The ground surface that existed prior to construction shall be maintained throughout the process of cultivation, and any necessary shaping shall be done prior to any planting of seed or placing sod. 104 - 1 of 2 SCHAUMBURG POLK, ITEM 104 - FINE GRADING AND SEEDING D. Planting. Seed. The seed mixture specified shall be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time provided the specified uniform rate of application for both is obtained.When seed and fertilizer are to be distributed as water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all components are placed in the equipment. E. Covering Seed. The seed shall be covered according to the seeding method selected, as described below. 104.05-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. 104 - 2of2 Mralr SCHAUMBURG POLK, 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. 110 - 1of1 SCHAUMBURG G POLK, 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 1. 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. 2. 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.) 1. 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. a. Portland Cement shall conform to ASTM C-150. b. Blended Hydraulic Cement shall conform to ASTM C-595, excluding Type S and Type SA. c. Expansive Hydraulic Cement,Type E-1 shall conform to ASTM C-845-76T. RI 1,1 sw, - i SCHAUMBURG ` POLK, ITEM 200-STRUCTURAL CONCRETE CLASSIFICATION TABLE Min. Comp. Max.Water Content Min. Cement Per Strength(psi) (1.6) C.Y.(1,2) Slump Total Air Class - Type lbs.of Gallons Range Content(%) 7-day 28-day Water/ of Water Bags (in.) lb. /Bag Cement Cement A-Structural 2,000 3,000 0.55 6.25 494 5.25 2-1/2 to 2-1/2 to 4-1/2 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 2-1/2 4 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 2,000 3,000 0.55 6.25 564 6.00 4 to 6 3 to 5 Sewer F-Prestressed(1) --- 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 2-1/2 to 4-1/2 5 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 4-1/2 650(7) * 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,,and Km,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. 200-2of10 mij , SCHAUMBURG g POLK, ITEM 200-STRUCTURAL CONCRETE 2. 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. 3. 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. 4. Fibermesh Reinforcement. Shall be 100 percent virgin polypropyline, 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). 5. 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. a. Air-entraining Admixture shall conform to ASTM C-260,and when requested,certification attesting to compliance shall be furnished by the manufacturer. b. 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. c. 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.(fc= specified compressive strength of concrete). 1. 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 31 B. 2. Proportions of materials for concrete shall conform to minimum cement content and maximum water content for various classes as shown on Classification Table. 3. Where different materials are to be used for different portions of the work,each combination shall be evaluated separately. 4. 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. 200-3of 10 MIX SCHAUMBURG r POLK, ITEM 200-STRUCTURAL CONCRETE 5. 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. 6. 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 f c (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 fc will not exceed 1 in 100, and; (3) Concrete Classification Requirements Table are met. 8. Evaluation and Acceptance of Concrete a. 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. 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. b. 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 fc. (2) No individual strength test(average of two cylinders)falls below required fc by more than 500 psi. Fa9A/ - 200 -4of10 , SCHAUMBURG POLK, ITEM 200-STRUCTURAL CONCRETE c. Investigation of Low-Strength Test Results. If any strength test of cured cylinders falls below required fc 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 fs. If concrete in the structure will be dry under service conditions, cores shall be air dried (temperature 600 to 800 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 f'c and if no single core is less than seventy-five (75%) percent of fc. 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. 200.05-MIXING AND PLACING CONCRETE 1. 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. 2. Mixing All concrete shall be mixed until there is a uniform distribution of materials and shall be discharged completely before mixer is recharged. 200 - 5of 1011711ir SCHAUMBURG POLK, ITEM 200-STRUCTURAL CONCRETE 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). 3. 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. 4. 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. 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 1. 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. W.. 200 - 6of 10 ME SCHAUMBURG = POLK, ITEM 200-STRUCTURAL CONCRETE (2) Construction loads, including vertical, horizontal, and impact loads; (3) Special form requirements for construction of shells, folded plates, domes, architectural concrete, or similar types of elements. f. Forms for prestressed concrete members shall be designed and constructed to permit movement of the member without damage during application of prestressing force. 2. Removal of Forms a. 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. b. 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. c. 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. d. 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. e. 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. f. 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. 3. Conduits and Pines Embedded in Concrete a. 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. 200 -8 of 10 SCHAUMBURG ' POLK, ITEM 200-STRUCTURAL CONCRETE b. 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: (1) They shall not be larger in outside dimension than 1/3 the overall thickness of lab, wall, or beam in which they are embedded. (2) They shall not be spaced closer than 3 diameters or widths on center. (3) They shall not impair significantly the strength of the construction. (4) 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. 4. Construction Joints a. Where a construction joint is to be made, the surface of concrete shall be thoroughly cleaned and all laitance and standing water removed. b. Vertical construction joints shall be thoroughly wetted and coated with neat cement grout immediately before new concrete placement. c. Construction joints not indicated on the design drawings shall be so made and located as not to impair significantly the strength of the structure. d. 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. Provision shall be made for transfer of shear and other forces through construction joints. e. 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. f. Beams, girders, column capitals, and haunches shall be considered as part of a slab system and shall be placed monolithically therewith. g. 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. h. 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. i. 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. 200 9 of 10 SCHAUMBURG POLK, ITEM 200 -STRUCTURAL CONCRETE j. Where slabs are cast in two separate lifts,joints are to be staggered. All joints shall be located at positions of no shear. k. 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. I. 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 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: 1. 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. 2. Uneven or bulged surfaces resulting from shifting of the forms during placement or curing. 3. 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 of 10 spi SCHAUMBURG POLK, 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 1. Deformed Reinforcement a. Deformed reinforcing bars shall conform to one of the following specifications,except as provided in Section 1.b below. (1) "Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement" (ASTM A-615), Grade 60. (2) "Specification for Rail-Steel Deformed and Plain Bars for Concrete Reinforcement" (ASTM A-616), Grade 60. (3) "Specification for Axle-Steel Deformed and Plain Bars for Concrete Reinforcement" (ASTM A-617),Grade 60. (4) "Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement" (ASTM A-706). b. Deformed reinforcing bars shall conform to the following exceptions to the ASTM specifications listed in Section 1.a.above. (1) For ASTM A-615,and A-617,yield strength shall correspond to that determined by tests on full size bars. (2) For ASTM A-615, A-616, and A-617, bend test requirements for all bar sizes#3 through#11 shall be based upon 180 deg. 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 deg. 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 deg. with other criteria the same as for 90 deg. 201 - 1of5 SCHAUMBURG POLK, ITEM 201 -REINFORCEMENT STEEL 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) c. Bar and rod mats for concrete reinforcement shall conform to "Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement"(ASTM A-184). d. Deformed wire for concrete reinforcement shall conform to"Specification for Deformed Steel Wire for Concrete Reinforcement"(ASTM A-496). e. Welded deformed wire fabric for concrete reinforcement shall conform to"Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement"(ASTM A-497). 2. Plain Reinforcement a. 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. b. Smooth wire for spiral reinforcement shall conform to"Specification for Cold-Drawn Steel Wire for Concrete Reinforcement"ASTM A-82). c. Welded smooth wire fabric for concrete reinforcement shall conform to"Specification for Welded Steel Wire Fabric for Concrete Reinforcement" (ASTM A-185). 3. Prestressing Tendons a. Wire,strands, and bars for tendons in prestressed concrete shall conform to one of the following specifications: (1) "Specification for Uncoated Stress-Relieved Wire for Prestressed Concrete"(ASTM A-421). (2) "Specification for Uncoated Seven-Wire Stress-Relieved Strand for Prestressed Concrete"(ASTM A-416). (3) "Specification for Uncoated High-Strength Steel Bar for Prestressing Concrete" (ASTM A-722). b. 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. 4. Structural Steel, Steel Pine, or Tubing 201 - 2of5 SCHAUMBURG L. POLK ITEM 201 - REINFORCEMENT STEEL a. Structural steel shall conform to one of the following specifications: (1) "Specification for Structural Steel"(ASTM A-36). (2) "Specification for High-Strength Low-Alloy Structural Steel" (ASTM A-242). (3) "Specification for High-Strength Low-Alloy Structural Manganese Vanadium Steel" (ASTM A-441). (4) "Specification for High-Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality" (ASTM A-572), Grade 60. (5) "Specification for High-Strength Low-Alloy Structural Steel with 50,000 psi Minimum Yield Point to 4 in. Thick"(ASTM A-588). b. Steel pipe or tubing shall conform to one of the following specifications: (1) Grade B of "Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless"(ASTM A-53). (2) "Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes"(ASTM A-500), Grade B. (3) "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. 201 - 3of5 SCHAUMBURG c-.POLK, ITEM 201 - REINFORCEMENT STEEL 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: 1. Reinforcement exceeding the allowable variations in size or weight. 2. Reinforcement with bends not in conformity with the details. 3. Reinforcement with a coating of dirt, loose rust,scale, paint,oil,or other foreign substance at time of placing in the work. 4. Twisted bars. 201.08-DETAILING 1. 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. 2. 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. 3. 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 equal six(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. 201 - 4of5 SPI SCHAUMBURG POLK, ITEM 201 -REINFORCEMENT STEEL 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. 201 - 5of5 Im JIM Fr SCHAUMBURG POLK, ITEM 300 -STRUCTURAL STEEL 300.01 -DESCRIPTION This item governs the furnishing,fabrication,and erection of structural steel as shown or called for on the plans and specifications, necessary and required to construct the improvements under this contract. 300.02-MATERIALS All structural steel as defined in the AISC Code of Standard Practice for Steel Buildings and Bridges shall conform to ASTM A-6 and ASTM A-36 unless otherwise noted in the specifications or plans (AWS Code). All arc-welding electrodes(E70XX)shall conform to the Structural Welding Code of the American Welding Society(AWS Code). All erection bolts shall conform to ASTM-A325, rivets to ASTM-A502, and anchor bolts to ASTM- A307. All bolts, nuts, flat washers, and ogee washers shall be hot dip galvanized in accordance with ASTM-A123 and A-153.Galvanized structural steel,when so designated or called for in the plans and specifications, shall conform to ASTM-A123. 300.03-DESIGN AND FABRICATION The design and fabrication and erection of steel structures shall conform to the recommendations and requirements as given in the national codes designated herein and shall conform to state or local codes having jurisdiction.The more rigid specification shall govern where one code conflicts with another,or with any part of this technical specification. The designated codes are as follows: 1. AISC Specification for the Design, Fabrication and Erection of Structural Steel for Buildings; 2. The Structural Welding Code of the American Welding Society (AWS); 3. The Code of Standard Practice of the American Institute of Steel Construction (AISC); 4. The Steel Structures Painting Council (SSPC) Steel Structure Painting Manual, Vol. 2, Systems And Specifications. 300.04-CONNECTIONS Temporary and permanent field connections shall be in accord with the codes set forth in these specifications and as indicated on the approved shop drawings. Unless shown or called for otherwise in the plans and specifications, connections may be bolted, riveted,or welded at the option of the Fabricator/Erector,such connection to be consistent with the requirements of these specifications. 300.05-TEMPORARY SUPPORTS AND CONNECTIONS Temporary supports and connections as may be required for the erection of structural steel will be determined,furnished,and installed by the erector.No temporary supports shall be removed without the consent of the erector. 300 - 1 of 2 SCHAUMBURG , , POU<, ITEM 300 -STRUCTURAL STEEL Bolts used for temporary bolted field connections in conjunction with welded field connections may be left in place at the option of the erector provided they do not interfere with any other member of the structure. • 300.06-PAINTING All painting shall be done on dry surfaces, free from rust, scale, and grease. Color, number of coats,and thickness shall be as designates and called for in the plans and specifications,Item 601, and applied in accordance with SSPE-SSPM Vol. 2.All spot painting and painting of bolts,rivets, and field welds shall be with the material used for the shop coat. 300.07-SHOP AND ERECTION DRAWINGS The Contractor,immediately following the award of the Contract,shall prepare shop drawings of all structural steel, based on the design drawings, for the approval of the Engineer. Shop drawings shall give all necessary information for the fabrication,erection,field connections,anchor bolt size, and locations and painting of the structure. Three sets of finally approved drawings shall be furnished to the Engineer. No fabrication shall be conducted until approved drawings are in the hands of the shop inspector. 300.08-FIELD MEASUREMENTS In the case of alterations or additions,the Contractor shall make measurements in the field to verify or supplement dimensions shown on structural plans,and he shall take the responsibility for the fit of the new steel to the existing work. 300.09-SAFETY The Contractor/Erector shall provide barricades and other devices consistent with standard erection procedures and in accordance with the Occupational Safety and Health Act of 1970 (OSHA). 300 2of2 rej _ SCHAUMBURG t POU<, .<, Item 304.1 -WELDING 304.01 GENERAL All welding shall conform to the requirements of the "Structural Welding Code" AWS D1.1 latest revision,ANSI/AWWA D100-05 latest revision and these specifications. Inspection of welding made to control the quality of welds and workmanship will be performed in accordance with the requirements of the AWS.All welding may be subject to radiographic or other nondestructive testing. Such nondestructive testing will be performed without charge to the Contractor except that if a weld is shown to be defective, all cost involved in re-inspection shall be borne by the Contractor. Weld metal shall be sound throughout, except that very small gas pockets and small inclusions of oxide or slag may be permitted if well dispersed and if none exceeds 1.6mm(1/16 inch) in greatest dimension, and provided further that the sum of the greatest dimension of all such defects in any 25mm(1 square inch)weld area does not exceed 10mm(3/8 inch). All welding shall be performed in such a manner that the Brinnell hardness of the weld metal and heat-affected zone is within the following limits: All welding of structural steel (ASTM A 36, A 242, and A 441 latest revisions) shall be performed by either the submerged or gas-shielded arc process, or with low hydrogen electrodes. Low hydrogen electrodes for welding low alloy steel shall conform to the requirements of the Military Specifications for Electrodes (mineral covered, low hydrogen) for Welding Medium and High Tensile Steels, MIL-E-18038 (Ships). All welding of low alloy structural steel shall be qualified by procedure tests before fabrication is commenced. Low hydrogen electrodes shall be stored for holding in an approved low hydrogen oven temperature of from 150°C to 205°C(300°F to 400°F) to control the moisture in the coating on the electrode. Low hydrogen electrodes not packaged in a moisture-proof container shall be restored by re- baking for 2 hours or more at a temperature of from 232°C to 260°C(450°F to 500°F) in an approved oven. Low hydrogen electrodes which have been removed from their moisture-proof containers shall be stored in an approved oven temperature of from 150°C to 205°C(300°F to 400°F) after re- baking. Areas contiguous to welding operations shall be preheated to a minimum temperature of 150°C(300°F) when necessary to prevent distortion of weld cracking. Preheating to a temperature in excess of 205°C(400°F)will be required. Unless otherwise shown on the Plans, bearing assemblies that are to be machined after welding shall be stress-relieved by heat treatment before machining, in accordance with the "Structural Welding Code"AWS D1.1 latest revision. Portions of member in bearing assemblies or in direst bearing shall be straightened, planed, or otherwise corrected after fabrication as necessary to provide fill bearing on bearing assemblies or bearing areas on level bearing plates. Where the end of a stiffener plate is shown "tight fit"on the Plans,the end of the plate shall be so fitted that it bears on the beam flange with at least point bearing. Local clearances between the end of the plate and the flange shall not exceed 1.6mm(1/16 inch). inaM Fr 304.1 1 of 2 SCHAUMBURG POLK, Item 304.1 -WELDING Unless otherwise shown on the Plans of specified, erection bolts require for welded splices of welded connections may be left in place and the ends of all such erection bolts which project beyond the nut shall be burned off flush with the face of the nut. Where the bolt does not project, the end of the bolt and nut shall be tack welded to prevent loosening of the nut. Burning off projecting bolt ends and tack welding shall be performed prior to painting. Electroslag and elctrogas welding will not be permitted without the written approval of the Engineer. 304.02 QUALIFICATION OF WELDING PROCEDURES. WELDERS. AND WELDING OPERATORS A. General. Joint - welding procedures to be used for work under the provisions of this standard and welders and welding operators shall be qualified by tests. General requirements for qualification shall be in accordance with ANSI/AWS D11.1, Sec. 4., Qualification, part A. (NOTE: A pipeline is not "tubular construction" as defined in ANSI/AWS D1.1 Sec.C2, C2.35.) B. Welding-procedure qualification. Certain joint-welding procedures as outlined in ANSI/AWS D1.1, Sec. 3, Prequalification of Welding Procedure Specifications, are prequalified and are exempt from tests. Other procedures shall be qualified in accordance with ANSI/AWS D1.1, Sec. 4, part B, Welding Procedure Specifications.* Written procedures shall be prepared by the contractor and shall be made available to the welders at the jobsite and to those authorized to examine the welds. C. Welder and welding-operator qualification. Welders and welding operators shall be qualified by tests as prescribed in ANSI/AWS D1.1, Sec. 4, Part C.t D. Qualifications. ANSI/AWS D1.1 qualifications for welders and welding operators shall be considered as remaining in effect indefinitely unless (1) the welder or welding operator has not been engaged in a similar process of welding for which he or she has been prequalified for a period exceeding six months prior to work on a product involving this standard; and (2) there is some specific reason to question a welder's or welding operator's ability. E. Records. Records of the test results shall be kept by the contractor and shall be available to the owner. 304.1 - 2of2 SFI SCHAUMBURG POLK, ITEM 455-TESTING AND STERILIZATION OF WATER LINES 455.01 -GENERAL This specification provides for pressure testing and sterilization of completed water lines prior to placing them in service. 455.02-PROCEDURE The flushing, checking, chlorinating, sampling, and testing of the completed line shall be done in the following sequence: 1. Flush line properly through valve or other opening at dead end. Area of opening should be no less than one-fourth (1/4)area of pipe being flushed. 2. Chlorinate line. Pressure drop and flow should be away from point of chlorination and should be toward dead end (open) of line, not toward Owners connection. Chlorination shall be in accordance with AWWA Specification C651-Latest Edition. 3. Make specified pressure test using potable water through a direct connection to pump suction. 4. Make bacteriological test before and after pressure test. 5. Installation, disinfection, and testing shall meet the requirements of the "Rules and Regulations for Public Water Systems" adopted by the Texas Commission on Environmental Quality. In case of line failure where a joint or portion of a joint of pipe has to be replaced, that section of line should be isolated by closing adjacent line valves, open line kept free of foreign matter, repairs made and HTH used liberally,then flushed out at the nearest hydrant. In extreme cases of failure, the Contractor may be required to repeat the entire chlorination procedure. Unless other provisions have been made only a representative of the Owner may open and close existing valves. 455.03-PRESSURE TESTING After the pipe has been laid and backfilled as specified, all newly laid pipe shall be subjected to a hydrostatic pressure of 150 pounds per square inch. Water for testing shall be furnished by the Owner, unless otherwise noted, at the nearest approved connection. The duration of each pressure test shall be two (2) hours. Contractor shall be required to pre test all line sections to check for leaks and failures prior to final test witnessed by the Engineer. Contractor shall make all necessary repairs to allow for proper testing. Any line section that fails the final test witnessed by the Engineer shall be charged $500.00 each per test in liquidated damages to cover costs to witness the retest. 455.04-PRESSURE TEST PROCEDURE The Contractor shall, after backfilling or partially backfilling all newly laid pipe, slowly fill the lines with water, expelling all air. The Contractor shall use all available outlets to accomplish this, 455- 1 of 2 SCHAUMBURG POLK, ITEM 455-TESTING AND STERILIZATION OF WATER LINES such as hydrants, air relief valves, and taps when specified. Should additional taps be needed to vent the air from high points in the line, they shall be installed by the Contractor at no additional expense to the owner. The Contractor shall install certified gauges on the line being tested at spacing not to exceed 2,000 feet and at the end of the test section. The water under pressure(10 to 50 psi)shall be allowed to stand for a period of not less than 24 hours to allow absorption by the cement lining of the metal pipe before applying the pressure test. During this period, the bulkheads, valves, manholes, and connections shall be examined for leaks and any found shall be sealed. • A test pressure of not less than 150 psi shall be applied to valved or bulkheaded sections by means of a hand pump or small power pump. The Contractor shall furnish, install, and operate at his own expense the necessary connection, pumps, meters, and gauges necessary for filling the line and performing the test. The water necessary to maintain the test pressure shall be measured through a meter or other means satisfactory to the Engineer. 455.05-ALLOWABLE LEAKAGE No pipe installation will be accepted until the leakage is within the values allows by the AWWA standard for the installed pipe material. Ductile Iron: AWWA C600 PVC: AWWA C605 HDPE: Monitored Water Make-up Test by the Plastic Pipe Institute, Inc. The leakage shall be considered the amount of water entering the pipe line during the test, less the measured leakage through valves or bulkheads. 455.06-STERILIZATION When repairs are made to existing mains or when new main extensions are provided, the Contractor must disinfect the lines by using enough chlorine or chlorine compounds to fill the repaired or new mains and appurtenances with water containing 50 ppm chlorine. After the water containing this amount of chlorine (which is greater than that normally present in drinking water) has been in contact with the pipe and appurtenances at least 24 hours, the water shall be replaced with water to be transported normally. Samples of normal water from the new or repaired main shall be submitted to laboratories for bacteriological examination to be assured that the disinfection procedure was effective. All pipeline disinfection shall be performed in strict accordance with AWWA C-651. 455.07-PAYMENT No separate payment will be made for testing and sterilizing water lines. Payment for testing and sterilization shall be included in the unit price of the line construction or repair. 455-2of2 _ .. SCHAUMBURG POLK, ITEM 460- DISINFECTION OF WATER TANK 460.01 -GENERAL This section of the technical specifications provides for the following: 1. Preparation of the water compartment for disinfection. 2. Disinfection of the water compartment. 3. Testing of water by a Texas Commission on Environmental Quality (TCEQ) Approved Laboratory. 460.02-PREPARATION TO WATER COMPARTMENT After all erection, repairs, and painting are completed, the Contractor shall "air"the inside of the water compartment in accordance with the coating manufacturer's curing recommendations. During this time, the Contractor shall not leave any of the roof manways or other roof fittings open at any time there is a chance of rainfall. Before the start of the disinfection procedures,Contractor must remove all construction equipment, scaffolding,rigging,rags,paint containers,blast products,dirt,debris,or any other loose items not a part of the tank and shall hose down all inside surfaces with potable water to flush out blast products and any remaining debris from all the hard to reach areas. 460.03-DISINFECTION All inside surfaces of the water compartment shall be disinfected in accordance with the latest edition of the AWWA C-652,"Disinfection of Water Storage Facilities". 460.04-TESTING After the disinfection procedure is completed, and before the tank is placed in service,water from the full tank shall be sampled and tested for coliform organisms by a TCEQ Approved Laboratory. Should the samples tested not be acceptable, the tank will be drained by the Owner and the disinfection procedures as outlined in Paragraph 460.03 above shall be repeated by the Contractor until acceptable test samples are obtained. 460 - 1of1 SPI SCHAUMBURG POLK, ITEM 500-DUCTILE IRON PIPE FOR PRESSURE SERVICE 500.01 -GENERAL Furnish ductile iron pipe and fittings of size(s) shown on the Plans. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in sanitary sewer force mains. 500.02-MATERIALS A. Pipe. Manufactured and tested in accordance with AWWA C151/ANSI A21.51. Unless otherwise noted on Plans, pipe shall be minimum Pressure Class 250. B. Fittings. Fittings shall be manufactured and tested in accordance with AWWA C110/ANSI A21.10. C. Joints. Joints shall be one of the following types or as shown on the plans: 1. Bell and spigot with confined elastomeric gasket(AWWA C-111/ANSI A21.11). 2. Mechanical joint(AWWA C-111/ANSI 21.11). 3. Flanged joint(AWWA C-115). D. Restrained Joints. Use one of three restraint methods. 1. Use mechanical joints at fittings. The mechanical joint restraint device shall be designed to fit standard mechanical joint bells with standard T head bolts conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21.53 of latest revision. Glands shall be manufactured of ductile iron conforming to ASTM A 536-80 grade 60-42-10. 2. Manufactured restrained joint such as American Ductile Iron Pipe "Flex-Ring" or "Lok- Ring"joints. 3. Mechanical restraint system such as Megalug manufactured by EBAA Iron Sales, Inc. or equal. Joint restraint ring and its wedging components shall be made of grade 60-42-10 ductile iron conforming to ASTM A536-84. Wedges to be ductile iron heat treated to a minimum hardness of 370 BHN. Set screws shall be of hardened ductile iron and require the same torque in all sizes. Steel set screws are not permitted. E. Lining. The material used for lining the pipe and fittings must have a successful history of protecting pipe lines in sewer service. Lining to be one of the types specified below. 1. Ceramic Epoxy. A high build multi-component Amine cured Novalac Epoxy lining. The standard of quality if Protector 401 Ceramic Epoxy. Any request for substitution must meet the following criteria and be accompanied by: a) The permeability rating when tested according to Method A of ASTM E-99-66, Procedure A with a test duration of 42 days as reported by an independent laboratory. b) A statement from the manufacture of the submitted material attesting to the fact that at least 20% of the volume of the lining contains ceramic quartz pigment. c) A laboratory report containing test date for Immersion in Acids, Bases and Deionized Water at temperatures using ASTM-D 714-56 (1974) for the rating method. The report should also contain data ASTM D-4794 Direct Impact and ASTM-G 53-77 Moisture and Ultraviolet Light Exposure. d) statement concerning recoatability and repair to the lining. 500 -1 of 3 �� SCHAUMBURG POLK, ITEM 500-DUCTILE IRON PIPE FOR PRESSURE SERVICE 2. Liquid applied polyurethane coating.The standard of quality is Corropipe II Wasteliner as manufactured by Madison Chemical Industries, Inc. Any quest for substitution must supply data showing results or following test: a) Adhesion to steel (Elometer),Hardness (ASTM D2240) b) Adhesion to Ductile Iron(Elometer) c) Hardness(ASTM D-2240) d) Flexibility(ASTM D-522 e) Abrasion Resistance(ASTM D-4060 Taber CS-17) f) Permeability(ASTM E-963 @ 15 mils g) Resistance to Cathodic Disbondment(ASTM G8(STP)) h) Chemical Resistance(ASTM D-543) i) Ultraviolet Resistance(Q.U.V.) 3. High Build Epoxy Liner with ceramic filler. The standard of quality is Perma-Sheild PL Series 431 as manufactured by TNEMEC. Any quest for substitution must supply data showing results or following test: a) Adhesion (ASTM D4541) b) Adhesion to Ductile Iron (Elometer) c) Hardness(ASTM D-2240) d) Abrasion Resistance(ASTM D-4060 Taber CS-17) e) Resistance to Cathodic Disbondment(ASTM G8) f) Chemical Resistance(NACE TM 01-74:2002) F. Coating Below Grade: Exterior of pipe shall be bituminous coating in accordance with ASTM A746. Provide polyethylene encasement, for burial installation, minimum of eight (8) mil thickness in accordance with AWWA C105. Above Grade: Exterior of pipe shall be shop primed and prepared to receive paint system per Item 600. G. Cement - Mortar Lining with seal coat. Cement - mortar lining shall be ANSI/NSF 61 approved and shall conform to ANSI/AWWA C104/A21.4 Standards for Cement - Mortar Lining for Ductile-Iron Pipe and Fittings for Water. H. Fusion - Bonded Epoxy Lining. Fusion - Bonded Epoxy Lining shall be ANSI/NSF 61 approved and shall conform to ANSI/AWWA C116/A21.16 Standards for Protective Fusion - Bonded Epoxy Coatings for the Interior and Exterior Surfaces of Ductile- Iron and Gray-Iron Fittings for Water Supply Service. Fusion - Bonded Epoxy Linings shall be recoatable for repair of damaged lining. 500-2 of 3 MIX SCHAUMBURG f> POLK, r ITEM 500-DUCTILE IRON PIPE FOR PRESSURE SERVICE I. Coating for Underground Pipe: Exterior of pipe shall be bituminous coating in accordance with ASTM A746. Provide polyethylene encasement, for burial installation, minimum of eight (8) mil thickness in accordance with AWWA C105. For Aboveground Pipe: Pipe shall be shop primed and painted per Item 600. 500.03- 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. 500.04- MEASUREMENT AND PAYMENT Measurement and payment to be in accordance with bid items. Include cost in contract price bid for work of which this is a component part. 500-3 of 3 r SCHAUMBURG POLK, ITEM 600- PAINTING 600.01 -GENERAL 1. This specification covers surface preparation, performance, and completion of painting and finishing of all exterior and interior surfaces as required by the drawings and as specified herein. 2. All materials delivered to the job site shall be in original sealed and labeled containers of the paint manufacturer. 3. Coatings shall be applied during good painting weather. Air and surface temperatures shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. 600.02- MATERIALS 1. All Materials provided for herein shall be as manufactured by one or more of the following: The Sherwin-Williams, Tnemec Co., International Paint LLC or Carboline. 2. Equivalent materials of other manufacturers may be submitted for pre- approval of the Engineer. Requests for substitution shall include manufacturer's literature for each product giving the name, generic type, descriptive information, solids by volume, and recommended dry film thickness. No request for substitution shall be considered that would decrease film thickness and/or number of coats or offers a change in the general type of coating specified. 3. Colors, where not specified, shall be selected by the Owner. 4. All coats of paint for any particular surface shall be from the same manufacturer 600.03-SUBMITTALS 1. After award of the contract, and before delivery of any paint materials to the job site, the Contractor shall submit to the Engineer a complete list of all materials proposed to be furnished and installed under this portion of the work. This shall in no way be construed as permitting substitution of materials for those specified or approved for this work by the Engineer. 2. The Contractor shall submit to the Engineer two copies of the full range of colors available in each of the proposed products. 3. When required by the Engineer, the Contractor shall prepare and deliver to the Engineer two identical sets of samples of the selected colors painted into 8-1/2 inch x 11-inch pieces of material. Whenever possible, the material for samples shall be the same material as that which the coating will be applied to in the work. 600.04-SURFACE PREPARATION 600 - 1 of 3 iFI SCHAUMBURG POLK, ITEM 600- PAINTING 1. All surfaces to be painted shall have all contaminants removed that will interfere with the full development of adhesion of the coating system. 2. The method of surface preparation shall be as indicated below, depending upon the type and concentration of contaminants and the specific requirements of the coating system being used. a. Ferrous Metal (1) Submerged Surfaces- Shop and/or Field Cleaning: SP-10 Near- White Blast Cleaning (2) Non-Submerged Surfaces: Shoo and/or Field Cleaning: SP-6 Commercial Blast Clean; SP-1 and SP-2 Solvent and Hand Tool Clean b. Non-Ferrous and Galvanized Metal- SP-1 Solvent Cleaning c. Masonry Surfaces - Pressure wash masonry and wood surfaces to remove all dirt and loose paint. 600.05-APPLICATION 1. Materials shall be mixed, thinned, and applied according to the manufacturer's printed instructions. 2. Each coat shall be allowed to dry as prescribed in the manufacturer's technical data sheet prior to application of the succeeding coat. 3. All work shall be cut in neatly, and finish coats shall be uniform in color and texture without streaks, laps, heavy build-ups, runs, sags, or missed areas. 600.06 FIELD PAINTING 1. All painting at the site of the work is hereby defined as field painting and shall be under the direction of the Engineer to the extent that he shall determine where and when painting may be done. All surfaces to be painted shall have their readiness for painting approved by the Engineer before work is started. Surfaces of exposed members inaccessible after erection shall be cleaned and painted prior to erection. 2. Before final acceptance of the project, any damaged paint surfaces shall be touched up or repainted, as directed by the Engineer. 600.07-DRY FILM THICKNESS -(DFT) 1. The Contractor shall apply all coatings to the dry film thickness indicated in Item 600.08 below. 2. The contractor shall provide and make available to the Engineer a dry film thickness gauge to prove the dry film thickness of the paint applied. 600.08- PAINTING SCHEDULE 1. Exterior Steel - Structural, Tanks, Piping, and Equipment- Non-Immersion 600- 2of3116: Fr SCHAUMBURG A• POLK, ITEM 600- PAINTING a. Zinc/Epoxy/Urethane 1st Coat: Inorganic Zinc Primer 3.0- 5.0 mils DFT 2nd Coat: Epoxy Primer 4.0-6.0 mils DFT 3rd Coat: Polyurethane 3.0-6.0 mils DFT b. Epoxy/Urethane 1st Coat: Polyamide Epoxy 4.0- 6.0 mils DFT 2nd Coat: Polyurethane 3.0-6.0 mils DFT 600 - 3of3 SPI SCHAUMBURG ` POLK Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS 601.01 General A. This specification shall provide for the surface preparation and coating and lining of the interior and exterior surfaces of potable water storage tank. B. The locations are as described in"Scope of Work." C. All surfaces of the tank(s) and all associated piping, equipment, and supports are to be coated excluding aluminum, nickel, copper, bronze, chromium, previously uncoated galvanized,stainless steel, rubber and fiberglass. D. This specification will constitute the minimum requirements. No changes or modifications will be permitted unless prior written approval is obtained from Engineer. If there are any conflicts between this document and any referenced standards, this document takes precedence. E. The Contractor and/or approved subcontractors and coating manufacturer (supplier) will be required to submit a joint quality control/quality assurance plan to demonstrate compliance with the minimum requirements of this specification. The plan should provide for sufficient testing and observations needed for warranty of the coating system. F. Contractor must provide all necessary manpower, supervision, materials, application, inspection, equipment, dehumidification and ventilation, lighting, proper electrical grounding of equipment, shrouding, containment and access to successfully and safely complete the job requirements. G. The successful bidder shall comply with all rules and requirements of the TCEQ. Specifically, control of air pollution and visible emissions from particulate matter are to be done in accordance with Title 30, Texas Commission on Environmental Quality, Texas Air Control Board Chapter III, Control of Air Pollution from Visible Emissions and Particulate Matter Abrasive Blasting of Water Storage Tanks Performed by Portable Operations, 30 TAC 111.131 through 139. H. The successful bidder must comply with all federal, state and/or local laws and regulations pertaining to the protection of the environment for all phases of work described herein. I. The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction, promulgated under the Occupational Safety and Health Act of 1970 (PL 91- 596) and under section 107 of the Contract Work Hours and Safety Standards Act (PL 91- 54), and updated laws and acts. Compliance with OSHA Standards per 29 CFR 1926 and 29 CFR 1910 is to be enforced by the CONTRACTOR. J. Requirements for handling, testing and disposal of all generated hazardous and non- hazardous waste shall be in accordance with SSPC-PA Guide 3 and Coating Manufacturer's Material Safety Data Sheet. K. 3rd pa—y Inspectors, Engineer, Material Suppliers and representatives of Federal, State and local agencies, directly or indirectly involved with the project, shall have access to the work, whatever it is, in preparation or progress, and the Contractor shall provide proper facilities for such access and inspection. L. The scope of work addresses possible lead conditions and other regulated contaminants. The contractor will be required to contain and dispose of waste materials in accordance with all applicable federal, state, and local regulations and the requirements of this specification. The contractor shall not be entitled to additional compensation for efforts necessary to contain and dispose of waste as identified in the scope of work. M. The inspection report included in this document must be properly and completely filled out by an ON-SITE Contractor employee or approved representative, with a minimum current Fudem 601 - 1of21 SCHAUMBURG.4• FOLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS NACE Level 1 Inspector Certification, and submitted to the engineer on a daily basis. The NACE inspector information form must be submitted with the bid package. N. Contractor to provide daily site clean-up. O. Provide sufficient lights(not handheld flashlights)and intensity as defined by the Engineer or his representative to allow proper abrasive blasting and coating application. Lights shall be explosion-proof. P. No penetrations through any portion of the tank shell, floor or roof shall be permitted without with the written approval of the Engineer or his representative. Contractor shall submit for approval any request for penetrations in writing. Engineer may require submittal to be signed and sealed by a licensed structural engineer at no cost to the Owner. Q. Contractor is advised that existing interior and exterior of the tank will have an existing blast profile from previous coating application. It is the Contractor's responsibility to utilize correct abrasive and equipment to provide the anchor profile specified herein. R. Cleaning Between Coats: After the application of the prime coat, the exterior surfaces of the tank shall be thoroughly waterjet cleaned as per SSPC-WJ-4/NACE WJ-4, Paragraph 6.1.1.1 with a maximum pressure of 1,800 psi immediately prior (same day) to the application of the succeeding coating. Surfaces that are washed but not coated that same day shall be re-washed immediately prior to the application of the succeeding coating. Surfaces to be coated shall be dry,clean and free of all visible and non-visible contaminants. S. Upon final acceptance for all coating and linings work, and proper cure, the Contractor must disinfect the interior of the tanks,with a method approved by the Engineer. 601.02 Submittals The awarded Contractor must submit a detailed plan for implementation and execution for this project, before beginning work. The Contractor must thoroughly and completely review this and any other submittals with the Engineer's Job Representatives at the pre-job conference, and the submittal must include the following, as a minimum, and be accepted by the Engineer's Job Representative: A. The overall plan ensures that all applicable safety processes are in place at all times. B. A list of the equipment necessary to complete this project, along with verification that all equipment is in proper safe working condition, before moving on site. Equipment shall have properly functioning regulators and pressure gauges. C. A plan to be submitted jointly with supplier, detailing on-going quality control processes to meet specifications for the surface preparation and application of all coatings. D. A list of any proposed subcontractors. E. The latest PDS & MSDS sheets of all paint, solvent, and blasting materials must be submitted to Engineer and be on site. F. A detailed plan to provide continuous ventilation and dehumidification for the internal tank lining, with a maximum of 50% relative humidity, from the start of surface preparation through final lining cure. Include Supplier's specific ventilation requirements for products used on interior surfaces. Ventilation requirements shall be provided to ensure adequate evacuation of solvents to prevent solvent entrapment, worker exposure to solvents above the OSHA PEL and provide for timely coating system cure. Equipment capacity must be sized and stated per NACE Publication 6A192. G. The type of abrasive to be used, and that it is capable of generating the specified blast profile and type, and applicable quality control testing. MEAT 601 - 2of21 SCHAUMBURG POLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS H. A detailed plan for the proper removal, handling and disposal of any lead based coatings or linings. I. Confirmation that Contractor has obtained all permits necessary to complete the surface preparation and coatings work designated for this project, including removal, handling and disposal of used abrasive, hazardous and/or toxic waste materials. For blasting and painting water storage tanks, the Contractor shall perform work in compliance with Title 30., Texas Commission on Environmental Quality, Texas Air Control Board Chapter III., Control of Air Pollution from Visible Emissions and Particulate Matter Abrasive Blasting of Water Storage Tanks Performed by Portable Operations, 30 TAC 111.131 through 139, latest revisions. J. A detailed plan to protect the surrounding area, including but not limited to, persons, property, vehicular traffic, any area rotating equipment, gauges, and the drainage systems from over-blast, contaminants, spent abrasives and paint overspray, and provisions for repair of damage in a timely manner, in the submittal. K. Supplier's statement of conformance with ANSI/NSF 61 (NSF International) requirements for use on potable water tank interior surfaces. 601.03 Containment A. The Contractor shall provide a containment system which allows for the containment of the environmentally sensitive waste, dust and paint over spray that will be generated during the blasting and paint operations. Containment plans must be designed by a licensed professional structural engineer and sealed. Plan must be submitted and approved by the Engineer before starting work. B. When a tank is to be rehabilitated and the coatings to be removed contain lead, containment shall at a minimum conform to the requirements of TCEQ Texas Air Control Board Regulation I, 30 TAC Chapter 111 Sections 131 through 139 and meet the performance requirements of SSPC Guide 7 - Guide for the Disposal of Lead-Contaminated Surface Preparation Debris. C. If the Contractor elects to wet abrasive blast or vacuum abrasive blast, and roller apply or brush-on coatings, the containment system requirements, if any, shall be submitted to the Engineer. However, impervious ground coverage shall be used at all times. D. Containment system proposed by the Contractor must assure the protection of the surrounding environment and must provide sufficient protection to meet: TCEQ Texas Air Control Board regulations for the Control of Air Pollution and Visible Emissions of Particulate Matter; Texas Water Commission regulations applicable to protection of the soil and water;and SSPC-PA Guide 3 and SSPC Guide 6. E. Construct containment system with wind screens of a minimal shade factor as specified in the Submittal, or as required below, with no emission from edges, rips, or tears. The containment system must be designed for the purpose of containing and controlling emissions, debris and protecting the air, ground and soil from contaminants resulting from lead paint removal, surface preparation and painting operations. F. The containment system shall provide a safe working environment and provide for control of emissions as required in SSPC-PA Guide 3. G. For rehabilitating an existing tank, a Containment System meeting the requirements of an SSPC Class 2 containment, per SSPC Guide 6 (CON), shall be employed when lead containing paint is to be removed by abrasive blast cleaning methods. H. The containment materials must provide for performance which will comply with the following: 601 - 3of21 MINT SCHAUMBURG t POIJ<, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS 1. Protection of the environment, including air, water and soil, from abrasive blast media, process water, dust particles and paint debris. 2. Air movement within containment. 3. Secure edges and seams. 4. Permeable to natural lighting, unless alternate lighting is to be provided. 5. Tarp overlap to provide for maximum containment of spent debris. I. The containment system shall be maintained free of defects through the course of the project. In the event that emissions or releases occur which exceed the requirements established in SSPC-PA Guide 3,work shall be stopped until all defects are repaired. J. Prior to installation the containment system design must be submitted and reviewed by the Engineer. In addition, for work on elevated water storage tanks, the containment enclosure shall be designed to be raised and lowered within 15 minutes to prevent damage to the enclosure, the tank, personnel, and excessive loading to the tank and tank appurtenances in the event of high winds and foul weather. Provide limits for use of containment(wind speed, rain, etc.). K. Membranes that are impervious to the abrasive blast media, paint debris dusts, and process water shall be placed on the ground around the tank to prevent contamination of the ground storm waters and surface waters due to run-off. The debris must be contained within 30 feet of the base of the tank. L. Prior to any changes or modifications in the containment system during the course of the work, proposed changes and modifications must be submitted in writing and reviewed by the Engineer.The submittal shall address the operational and technical reasons for containment modifications. 601.04 ENVIRONMENTAL REQUIREMENTS FOR APPLICATION A. Tank Interior- Humidity and Temperature 1. During abrasive blast cleaning and painting operations, the relative humidity of the interior air shall not exceed fifty percent(50%). Relative humidity shall be measured by a sling psychrometer or other appropriate psychometric measuring equipment. 2. The interior air temperature and temperature of surfaces to be coated shall be between 50°F and 120°F and at least 5°F above the dew point or as otherwise required by the manufacturer. 3. The Contractor shall achieve the required conditions for interior air conditions through the use of dehumidification equipment. 4. Proposed dehumidification equipment must be submitted for review by the Engineer. Provide a minimum of three air changes per hour unless dehumidification equipment manufacturer's calculations substantiate fewer air changes. 5. The dehumidification equipment shall supply dry, fresh (not recirculated) air to include the all tank surfaces, including the tank bottom, from a system of duct work and blowers. This ventilation system shall operate 24 hrs/day throughout the entire coating cure process. 6. Dehumidification shall be maintained until abrasive cleaning operations, coating operations and cure are complete, but not less than ten(10)days. B. Tank Exterior-Humidity and Temperature 1. No coating shall be applied to wet or damp surfaces, or in rain, snow,fog or mist. boni 601 4 of 21 SCHAUMBURG POLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS 2. No coatings shall be applied when it is expected that the ambient air temperature will fall below 50QF or within 5QF of the dew point within 6 hours after application of coatings or paints. 3. No coating shall be applied when the relative humidity is exceeded as specified in the coating manufacturer's product data sheet. Relative humidity and dew point shall be measured by use of a Sling Psychrometer in conjunction with US. Department of Commerce Weather Bureau Psychometric Tables. If the above conditions are exceeded, coating or painting operations shall be delayed until conditions are favorable. 4. The ambient conditions and surface temperature of the surfaces being coated must be between 50QF and 120QF. The surface temperature shall be at least 5QF above the dew point or within the manufacturer's recommendations. During application of urethane coatings the maximum surface temperature shall be 100QF. 601.05 SURFACE PREPARATION A. The latest revision of the following surface preparation specifications of the Society for Protective Coatings(SSPC) shall form a part of this specification. The summaries listed below are for informational purposes; consult the actual SSPC specification for full detail. 1. Solvent Cleaning(SSPC-SP1): Removal of oil,grease,soil and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action. 2. Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mil scale and other detrimental foreign matter to a degree specified by hand chipping, scraping, sanding and wire-brushing 3. Power Tool Cleaning($SPC-SP3): Removal of loose rust, loose mil scale and other detrimental foreign matter by power wire-brushing, power impact tools or power sanders. 4. White Metal Blast Cleaning(SSPC-SP5/NACE No. 1): Air blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues. 5. Commercial Blast Cleaning(SSPC-SP6 NACE No.3): Air blast cleaning until at least two-thirds of each element of surface area is free of all visible residues. 6. Brush-Off Blast Cleaning(SSPC-SP7 NACE No.4): Air blast cleaning to remove loose rust, loose mil scale and other detrimental foreign matter to a degree specified. 7. Near-White Metal Blast Cleaning(SSPC-SP10 NACE No.2): Air blast cleaning until at least 95%of each element of surface area is free of all visible residues. 8. Power Tool Cleaning to Bare Metal (SSPC-SP11): Differs from SSPC-SP3 in that it requires more thorough cleaning and a surface profile not less than 1 mil. B. Slag, weld metal accumulation and spatters not removed by the Fabricator, Erector or Installer shall be removed by chipping and/or grinding. All surface defects such as gouges, pits,welding and torch-cut slag,welding flux and splatter, etc.shall be removed by mechanical means in accordance with SSPC-SP3 and/or NACE SP0178. All sharp edges shall be peened,ground or otherwise blunted as required by the Engineer or his representative. All grinding and finishing of welds, edges, etc. shall be performed prior to solvent cleaning and abrasive blasting. Welds shall be prepared as per NACE Standard SP0178 for all interior and exterior surfaces: 1. Butt Welds: Shall be ground smooth and free of all defects, designation "D". 2. Lap Welds: Shall be ground smooth and blended,designation"D". 601 - 5of21 61:41 �� SCHAUMBURG c POLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS 3. Fillet Welded Tee Joint: Shall be ground smooth and blended, designation"D". C. Prior to abrasive blasting, all surfaces, both interior and exterior surfaces, shall be thoroughly pressure-washed to remove all dust, dirt, oil, grease and other contaminants, both visible and non-visible. D. Field blast cleaning for all surfaces shall be by dry method unless otherwise directed. Blast nozzles shall be venturi-type nozzles with a minimum pressure at the nozzle of 90 psi. E. Contractor is advised that existing interior and exterior of the tank will have an existing blast profile from previous coating application. It is the Contractor's responsibility to utilize correct abrasive and equipment to provide the anchor profile specified herein. Particle size of abrasives used in blast cleaning shall be that which will produce the specified surface profile or in accordance with recommendations of the manufacturer of the specified coating or paint system to be applied. Prior to undertaking full-scale abrasive blasting operations,the Contractor shall perform a test blast on both the exterior and the interior of the tank in the presence of the Engineer or his representative. The test section shall be a minimum of five(5)feet high by five(5)feet wide. The Engineer or his representative shall verify that the surface cleanliness and profile meet the requirements of this specification before work is allowed to proceed. In the event the test section fails to comply with the requirements of this specification,the Contractor shall be required to make suitable changes to the equipment and/or abrasive material and perform a additional test sections until compliance with the specification is demonstrated. If the profile of the blasted steel exceeds the profile specified above, the Contractor shall be required to do one or both of the following: 1. Re-blast the surface using a finer aggregate in order to produce the required profile. 2. Apply a thicker prime coat, if possible given the limitations of the products being applied, in order to adequately cover the blast profile F. Abrasive used in blast cleaning operations shall be new,washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved in writing by the Engineer. Neither coal slag nor copper slag as blast media will be permitted. G. During blast cleaning operations, caution shall be exercised to insure that existing coatings or paint are not exposed to abrasion from blast cleaning. H. The Contractor shall keep the area of his work and the surrounding environment in a clean condition. He shall not permit blasting materials to accumulate as to constitute a nuisance or hazard to the accomplishment of the work, the operation of the existing facilities or to the surrounding environment. I. Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint. All surfaces shall be free of dust, dirt, and other residue resulting from the abrasive blasting operation. No coatings or paint shall be applied over damp or moist surfaces. J. All welds shall be neutralized with a suitable chemical compatible with the specified coating or paint as required. K. Pitted areas on the tank interior shall be repaired by either filling with a 100%solids epoxy manufactured by the coating manufacturer and certified for use in potable water storage tanks as per ANSI/NSF Standard 61 or by welding. Epoxy filler shall be feathered smooth. Filler shall be applied between the prime coat and succeeding coat. No protrusions or spatter will be allowed. Pits deeper than 1/8"shall be filled by welding. 601 -6of21 SPI SCHAUMBURG POU<, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS L. Specific Surface Preparation: Surface preparation for the specific system shall be as noted in Section 601.07-Sections 4, 5,and 6 M. Surface shall be checked in three locations for the presence of chlorides,free iron and sulfates. New tanks shall be tested prior to abrasive blasting, tanks being rehabilitated shall be tested prior to blasting. If blisters are present in existing tank,testing shall also be performed after abrasive blasting. These tests are an Iron Test(Fez+), Chloride Test and Sulfate Test. Testing shall be carried out as per SSPC Technology Guide 15"Field Methods for Retrieval and Analysis of Soluble Salts on Steel and Other Nonporous Substrates". The maximum limits for these contaminants shall be: 1. The maximum level of chlorides is 30 milligrams per square meter or 3 micrograms per square centimeter. 2. The maximum level of sulfates is 100 milligrams per square meter or 10 micrograms per square centimeter. 3. The maximum level of ferrous ions (Fez+) is 50 milligrams per square meter or 5 micrograms per square centimeter. 4. Contamination levels above these limits will require washing and retesting in accordance with Item 2(below) until the surface is under the allowable limits. If testing shows amounts present in the test solution to be greater than the limits listed herein, the Contractor shall clean the surface of the entire tank interior with a 5,000 psi water blast with fine entrained abrasive until the levels in the test solutions are below the maximum acceptable level. Alternate cleaning methods may be allowed with prior approval of the Engineer. Surface shall be re-blasted as specified in 2.04 at no additional cost to the Owner. 5. Contractor shall provide a written statement from paint manufacturer stating that the maximum acceptable levels are not less than those listed herein. Results of the testing shall be provided to the Owner before any coatings are applied. The following test kits are approved for use on this project: a. Chlor*Rid Chlor*Test Kit b. KTA SCAT Test Kit c. Test kits from other vendors shall be submitted to the Engineer for prior approval before use. N. Cleaning Between Coats: After the application of the prime coat,the exterior surfaces of the tank shall be thoroughly waterjet cleaned as per SSPC-WJ-4/NACE WJ-4, Paragraph 6.1.1.1 with a maximum pressure of 1,800 psi immediately prior(same day)to the application of the succeeding coating. Surfaces that are washed but not coated that same day shall be re-washed immediately prior to the application of the succeeding coating. Surfaces to be coated shall be dry, clean and free of all visible and non-visible contaminants. 601.06 COATING&LININGS A. MATERIAL REQUIREMENTS Materials submitted for this project shall meet the performance characteristics listed below. Testing shall be performed using the same surface preparation as specified for the coating system, unless specified otherwise herein. Test reports shall be provided by the coating manufacturer. Where questions arise, certified reports may be requested from the manufacturer at no cost to the Owner. 601 - 7of21 SPI SCHAUMBURG POLK Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS Coating system to be as manufactured by International Paint, Tnemec, Carboline, or prior approval equivalent. Contractor shall submit request in writing to the Engineer prior to bidding. 1. Organic Zinc-Rich Primer a. Adhesion: Minimum 1,400 psi as per ASTM D4541,Type II Gage b. Adhesion: Minimum 1,900 psi as per ASTM D4541,Type V Gage c. Salt Fog: Minimum 10,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 1/16" rust creep at scribe. d. Minimum zinc load: 83% in the dried film e. Single Component 2. Two-Component Polyamide Epoxy a. Adhesion: Minimum 1,500 psi as per ASTM D4541,Type II Gage b. Adhesion: Minimum 1,800 psi as per ASTM D4541,Type V Gage c. Salt Fog: Minimum 8,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 1/8" rust creep at scribe. (Two coats) d. Salt Fog: Minimum 10,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 1/8" rust creep at scribe. (Two coats over organic zinc-rich primer.) e. Prohesion: Minimum 5,000 hours as per ASTM G85. No blistering, checking, cracking, rusting, delamination or peeling. No more than 1/8"rusting at scribe. f. Mix ratio shall be 1 A:1 B 3. Two-Component 80% Solids Amine Epoxy a. Adhesion: Minimum 1,600 psi as per ASTM D4541,Type II Gage b. Adhesion: Minimum 1,800 psi as per ASTM D4541,Type V Gage c. Salt Fog: Minimum 10,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 3/16"rust creep at scribe. (Two coats.) d. Salt Fog: Minimum 10,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 1/16" rust creep at scribe. (Two coats over organic zinc-rich primer.) e. Prohesion: Minimum 5,000 hours as per ASTM G85. No blistering, checking, cracking, rusting,delamination or peeling. No more than 1/8"rusting at scribe. f. Immersion: No blistering, cracking, rusting or delamination after 2,000 hours continuous immersion in 140°F deionized water, ASTM D870. (Two coats. g. Mix ratio shall be 2A:1B 4. Two-Component 100% Solids Amine Cured Epoxy a. Adhesion: Minimum 1,900 psi as per ASTM D4541, Type II Gage, applied directly with no primer. b. Adhesion: Minimum 2,400 psi as per ASTM D4541, Type V Gage, applied directly with no primer. 601 -8of21 SPI SCHAUMBURG POU<,,>, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS c. Salt Fog: Minimum 9,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling, no rust creep at scribe when tested over organic zinc-rich primer. d. Salt Fog: Minimum 9,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling, no rust creep at scribe. (Two coats.) e. Prohesion: Minimum X hours as per ASTM G85. No blistering, checking, cracking, rusting, delamination or peeling. No more than 1/8"rusting at scribe. f. Cathodic Disbondment: Classification Group A with 0.000 disbonded equivalent circle diameter when tested as per ASTM G8 (1.5 V), tested over SSPC-SP5 prepared surface. g. Humidity: Minimum 2,000 hours, no rusting, cracking, blistering when tested over organic zinc-rich primer as per ASTM D4585. h. Cyclic Fog: No blistering, cracking, rusting or delamination and no more than 1/16" rust creep at scribe after 10,000 hours, ASTM D5894, over organic zinc-rich primer. i. Immersion: No blistering, cracking, rusting or delamination after 2,000 hours continuous immersion in 140°F deionized water, ASTM D870, over organic zinc-rich primer. j. Mix ratio shall be 1A:1B 5. Two-Component Aliphatic Polyurethane a. Adhesion: Minimum 1,100 psi as per ASTM D4541, Type II Gage. (Tested over organic zinc-rich primer.) b. Adhesion: Minimum 1,800 psi as per ASTM D4541, Type V Gage. (Tested over organic zinc-rich primer.) c. Salt Fog: Minimum 3,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 1/16" rust creep at scribe. (Tested over organic zinc-rich primer.) d. QUV Exposure: No more than 2.7 DED FMCII (MacAdam) color change after 2,000 hours when tested as per ASTM D4587 (UVA-340 bulbs, Cycle 4: 8 hours UV/4 hours condensation). e. Prohesion: Minimum 15,000 hours as per ASTM G85. No blistering, checking, cracking, rusting, delamination or peeling. No more than 3/16" rusting at scribe. (Tested over epoxy primer.) f. Humidity: Minimum 2,000 hours, no rusting, cracking, blistering when tested over organic zinc-rich primer as per ASTM D4585. g. Exterior Exposure: No blistering, cracking or chalking, not less than 86% gloss retention after 500 MJ/m2 exposure as per ASTM D4141, Method C. h. Mix ratio shall be 4A:1 B 6. Two-Component Fluoropolymer Polyurethane a. Adhesion: Minimum 1,300 psi as per ASTM D4541, Type II Gage. (Tested over organic zinc-rich primer and aliphatic polyurethane coating.) b. Adhesion: Minimum 1,900 psi as per ASTM D4541, Type V Gage. (Tested over organic zinc-rich primer and aliphatic polyurethane coating.) 601 - 9of21 iFI SCHAUMBURG FOLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS c. Salt Fog: Minimum 10,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 1/16" rust creep at scribe. (Tested over organic zinc-rich primer.) d. QUV Exposure: No more than 2.3 DED FMCII color change and not less than 93% gloss retention after 10,000 hours when tested as per ASTM D4587 (UVA-340 bulbs, Cycle 4: 8 hours UV/4 hours condensation), average of five colors. (Tested over two-component polyamide epoxy.) e. Humidity: Minimum 3,000 hours, no rusting, cracking, blistering as per ASTM D4585. (Tested over organic zinc-rich primer.) f. Exterior Exposure: No blistering, cracking or chalking, not less than 96% gloss retention and no more than 2.0 DED Hunter Lab Scale color change after 1,260 MJ/m2 exposure as per ASTM D4141, Method C, average of five colors. g. Weathering: Shall meet the requirements of ASTM D1014, Method C (EMMAQUA) with a minimum 99% gloss retention and not more than 0.25 DEHUNTER color change (white) after a minimum of 1,500 MJ/m2 (69,109 MJ/m2total); a minimum 83% gloss retention and not more than 0.42 DEHuNTER color change (white) after a minimum of 3,500 MJ/m2m2 (128,951 MJ/m2total). h. Mix ratio shall be 5A:1 B 7. Two-Component Inorganic Hybrid Water-Based Epoxy a. Adhesion: Minimum 1,400 psi as per ASTM D4541, Type V Gage, (two coats, SSPC-SP10 prep) b. Adhesion: Minimum 1,100 psi as per ASTM D4541, Type V Gage, (over organic zinc-rich primer, SSPC-SP10 prep) c. Salt Fog: Minimum 6,200 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 3/16"rust creep at scribe. (One coat, SSPC- SP10 prep) d. Immersion: Minimum 5,000 hours in DI water as per ASTM D870. No blistering, cracking, rusting, delamination, (over zinc-rich primer, SSPC-SP10 prep) e. Mix ratio shall be 1A:1B 8. Two-Component Hybrid Urethane a. Adhesion: Minimum 1,800 psi as per ASTM D4541, Type II Gage. (Tested over two- component polyamide epoxy.) b. Salt Fog: Minimum 6,000 hours as per ASTM B117. No blistering, cracking, delamination or peeling. Not more than 1/16" rust creep at scribe. (Tested over organic zinc-rich primer,two-component inorganic hybrid water-based epoxy.) c. QUV Exposure: No blistering, cracking, chalking or delamination, no more than 1.4 DED FMCII color change and not less than 83% gloss retention after 10,000 hours when tested as per ASTM G53(UVA-340 bulbs, 8 hours light, 4 hours dark). (Tested over two-component polyamide epoxy.) d. Humidity: Minimum 2,000 hours, no rusting, cracking, blistering when tested over organic zinc-rich primer, two-component polyamide epoxy intermediate as per ASTM D4585. e. Mix ratio shall be 4A:1 B 601 - 10of21 SPI SCHAUMBURG-> FOLK, ,r. Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS 9. Only those thinners listed on the coating manufacturer's printed literature shall be used as specified by the coating manufacturer. 10. Manufacturer's color charts shall be submitted to the Engineer at least 30 days prior to coating and/or paint application. General Contractor and Painting Contractor shall coordinate work so as to allow sufficient time(normally seven to ten days) for paint to be delivered to the job site. 11.All coating products shall be of a single manufacturer. 12. Selection of a manufacturer's color does not constitute acceptance of that manufacturer's products. B. GENERAL REQUIREMENTS 1. All materials shall be lead-free as defined by the Consumer Product Safety Act, Part 1303. 2. All zinc dust pigment contained in any zinc-rich material shall meet the requirements of ASTM D 520 Type III with regard to zinc content and purity. 3. All materials for the interior wetted portion of the tank shall meet the requirements of ANSI/NSF Standard 61 for potable water contact. 4. All catalyzed polyurethane products shall meet the minimum requirements of SSPC Paint Specification Number 36, Level 3 Performance Level. 5. No products containing MOCHA shall be allowed. 6. No inorganic zinc primers shall be permitted on any interior portion of the tank. C. MATERIAL PREPARATION 1. Mix and thin materials according to manufacturer's latest printed instructions. 2. Do not use materials beyond manufacturer's recommended shelf life. 3. Do not use mixed materials beyond manufacturer's recommended pot life. 4. Do not split kits of multi-component products. D. TANK INTERIOR COATING SYSTEM-WETTED AREAS 1. Weld Preparation: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178, Designation D. 2. Surface Preparation: SSPC-SP10/NACE 2 Near-White Metal Blast Cleaning. An angular profile of 2.0 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287 is required. 3. Coating System: First Coat: Organic Zinc-Rich Primer applied at 2.5 to 3.5 dry mils. Stripe Coat: Two-Component Polyamide Epoxy applied by brush to all weld seams, edges, corners, bolts, nuts and other difficult to coat areas. Second Coat: Two-Component 100% Solids Amine Cured Epoxy applied at 18.0 to 20.0 dry mils. Total dry film thickness shall be a minimum of 21.0 mils. For cold weather applications, an accelerator approved by the coating manufacturer and certified by ANSI/NSF Standard 61 may be submitted for use. 601 - 11of21 SPI SCHAUMBURG POLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS E. TANK INTERIOR COATING SYSTEM-DRY AREAS 1. Weld Preparation: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178, Designation D. 2. Surface Preparation: SSPC-SP10/NACE 2 Near-White Metal Blast Cleaning. An angular profile of 2.0 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287 is required. 3. Coating System: 1st Coat: Organic Zinc-Rich Primer applied at 2.5 to 3.5 dry mils. Stripe Coat: Two-Component Polyamide Epoxy applied by brush and scrubbed into all weld seams. In addition to weld seams, all edges, corners, bolts, rivets, pits shall receive a stripe coat. 2nd Coat: Two-Component 80% Solids Amine Epoxy Epoxy applied at 6.0 to 8.0 dry mils. Total dry film thickness shall be a minimum of 9.0 mils. For cold weather applications, an accelerator approved by the coating manufacturer may be submitted for use. F. TANK EXTERIOR COATING SYSTEMS 1. Weld Preparation: Weld flux and spatter shall be removed by power tool cleaning. Sharp projections shall be ground to a smooth contour. All welds shall be ground to a smooth contour as per NACE Standard SP0178, Designation D. 2. Surface Preparation: SSPC-SP6/NACE 3 Commercial Blast Cleaning. An angular profile of 1.5 to 2.5 mils as per ASTM D 4417, Method C or NACE Standard RP0287 is required. 3. Coating System: 1st Coat: Organic Zinc-Rich Primer applied at 2.5 to 3.5 dry mils. 2nd Coat: Two-Component Polyamide Epoxy applied at 4.0 to 6.0 dry mils. (Two coats may be required if applied by roller.) 3rd Coat: Two-Component Aliphatic Polyurethane applied at 3.0 to 5.0 dry mils. (Two coats may be required if applied by roller.) 4th Coat: Two-Component Fluoropolymer Polyurethane applied at 2.0 to 3.0 dry mils. Total dry film thickness shall be a minimum of 12.0 mils. For cold weather applications, an accelerator approved by the coating manufacturer may be submitted for use. 601.07 CAULKING&SEALANTS A. CAULKING 1. Epoxy caulking shall be flexible, NSF approved for use in contact with potable water and compatible with the epoxy lining system used in the tank. 2. Caulk will be two component, polyamine or polyamide cured and 100%solids. 601 12oi21 ..,„,j, SCHAUMBURG FOLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS 3. The Coatings manufacturer and caulk material manufacturer shall confirm, in writing,that the internal epoxy coating system is compatible with the 100%solids epoxy caulk material. 4. Any conditions for, or surface preparation requirements of the epoxy caulk material shall be included in the written confirmation of material compatibility. 5. An acceptable product for this Project is"SIKA FLEX 1-A", manufactured Sika. B. SEALANT FOR EXTERIOR TANK BASE 1. Approved Sealant is the 4406 Flexible Epoxy Mastic Chine Coating.Apply as directed by the manufacturer. 2. Sealant shall be installed continuously around tank base covering exposed floor plate to provide a complete seal. 601.08 APPLICATION GENERAL A. Coating and paint application shall conform to the requirements of the Society for Protective Coatings Paint Application Specification SSPC-PA1, latest revision,for"Shop, Field and Maintenance Painting". B. Thinning shall be permitted only as recommended by the manufacturer and approved by the Engineer, and utilizing the thinners stated in 601.06, Sections 4, 5, and 6. C. Each application of coating or paint shall be applied evenly,free of brush marks, sags, runs, with no evidence of poor workmanship. Care shall be exercised to avoid lapping on glass or hardware. Coatings and paints shall be sharply cut to lines. Finished surfaces shall be free from defects or blemishes. D. Protective coverings or drop cloths shall be used to protect floors,fixtures and equipment. Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted. Report to the Engineer surfaces from which materials cannot be satisfactorily removed. E. When two coats of coating or paint are specified, where possible, the first coat shall contain sufficient approved color additive to act as an indicator of coverage or the two coats must be of contrasting color. F. Film thickness per coat as specified in 601.06, Sections 4, 5, and 6 are the minimum required. If roller application is deemed necessary,the Contractor shall apply additional coats as to achieve the specified thickness. G. All material shall be as specified. 601.09 COATING SYSTEMS APPLICATION A. After completion of surface preparation as specified for the specific system, materials shall be applied as noted in 601.06, Sections 4, 5, and 6. B. Coatings must be applied at the thicknesses recommended by the coating manufacturer. If pinholes occur due to insufficient thickness, the coating shall be removed and recoated. C. Overspray and dry spray are not permitted. Where such conditions are encountered,the surface shall be cleaned of all over spray and dry spray prior to the application of the succeeding coat. Areas of excessive overspray and/or dry spray may require complete removal and reapplication of the coating. D. Areas rendered inaccessible after tank erection such as the spaces between roof plates and rafters shall receive the full coating system prior to erection and/or assembly. 601 - 13of21 SPI SCHAUMBURG POU<, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS E. After the application of the prime coat, all surfaces of the tank shall be thoroughly pressure washed immediately prior (same day) to the application of the succeeding coating. The contractor shall add "Cleanworks" detergent to the washwater. Surfaces that are washed but not coated that same day shall be re-washed immediately prior to the application of the succeeding coating. Surfaces to be coated shall be dry, clean and free of all visible and non-visible contaminants. F. Spray painting is not required on the tank exterior. Rolling interior paint is not permitted. Small areas may be touched-up with a brush or roller only with prior approval by the Engineer. G. Double coat welds, nuts, bolts, and edges by hand brushing between the first and second coat. Turnbuckles and the attachment points on the tank exterior shall receive an additional stripe coat between the second and third coats. Use a color which is different than the preceding and subsequent coats. Hand brush all areas where clips attach and spray paint won't reach properly. H. Primer shall not be applied closer that four (4) inches to any surface scheduled for subsequent blasting or welding. The exposed abrasive blasted bare metal must remain visible after the prime coat has been applied. Overlap subsequently applied primer over previously applied primer. I. Coat areas with a uniform film, free of sags, runs, or brushmarks. Where multiple coats of paint are specified, apply each coat in a different shade than the preceding coat. Each coat must be free of shadows and uniform in appearance. Exterior topcoat must have a uniform appearance. J. Except where otherwise specified, thin paint only as necessary for workability of coating material in accordance with manufacturer's printed instructions. Use only an appropriate thinner. K. When paint is being applied to interior of tank or risers, provide adequate ventilation to ensure the safety of workmen and aid in the proper drying and curing of the coating material(s). Design and operation of the ventilation system shall be the sole responsibility of the Contractor. L. Carefully observe minimum drying time between coats as stated in printed instructions of the coating manufacturer. M. Provide a suitable cover or plug for the intake pipe at the point where the pipe enters the water compartment to prevent sand, debris, or any other foreign matter from entering the water mains. Leave the cover or plug in place from beginning of the job until just prior to filling the tank for disinfection. N. Blasting abrasive may be left on the tank floor while painting the ceiling and walls provided no paint is applied to the walls within two (2) feet of the floor. The remaining two (2)feet of wall and the floor may be painted after removal of blasting abrasive from interior. 0. Comply with recommendations of the paint manufacturer in regard to drying time for each coat, technique of spray application, ventilation, paint thinning, and safety precautions. The Contractor must fully inform all members of his field crew of these recommendations. P. Where inspection shows that the specified thickness is not developed, apply additional coats to produce the required film thickness. Q. Repair and re-coat improper applications as specified herein or as recommended by the manufacturer or as required by the Engineer. 601 - Nof21 ig.111TM SCHAUMBURG c' POLK,::_ Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS R. Do not coat pump and motor name tags, meter and gauge sight glasses, valve operator stems or other items designated by the Engineer. S. Each coat of paint shall be allowed to either dry or cure for the amount of time recommended by the coating manufacturer before successive coats of paint are applied. All successive coats of paint shall be applied within the recoat threshold time as recommended by the coating manufacturer. T. Caulking is required on all tank interior seems not seal welded and exposed to the atmosphere after painting procedures, use an epoxy caulk which is flexible, suitable for use in contact with chlorinated potable water and compatible with the epoxy lining system used in the tank. Caulk will be two(2) component, polyamine or polyamide cured and 100 percent (100%) solids. Coatings manufacturer shall confirm in writing that their epoxy lining system is compatible with the proposed caulk. Any conditions for the epoxy caulk(including surface preparation requirements) shall be included in this transmittal. Caulking material shall be NSF approved for potable water systems. 601.10 SOLVENT VAPOR REMOVAL A. All solvent vapors shall be completely removed by suction-type exhaust fans and blowers before placing tank in operating service. B. All solvent vapors will be exhausted both during and after coating application as per AWWA D 102 to allow the proper curing of the coating material. C. Ventilation shall be continued until such time as the coating has reached "full cure"as specified by the coating manufacturer. 601.11 QUALITY CONTROL PLAN A. INSPECTION/HOLD POINTS 1. The contractor's QC inspector shall measure environmental conditions prior to starting all applications. Environmental conditions must be measured and recorded a minimum of twice daily. Application condition limits shall be in accordance with the manufacturer's specifications. 2. All test results (abrasives, chlorides, blast profile, wet film thickness, dry film thickness, etc.) must be included in the Daily Inspection Reports. Contractor must perform continuous quality assurance/control during surface preparation, mixing and thinning of coatings materials, and application of coatings. 3. All inspection equipment must be properly calibrated and in good working order. 4. Blast will be verified per SSPC VIS 1. 5. Continuous wet film thickness readings must be taken during all applications. 6. Thickness of coatings and paint shall be measured checked according to the procedures outlined in SSPC-PA 2"Measurement of Dry Film Thickness with Magnetic Gages", May 2012 Edition. Dry film thickness shall be a Level 2 as defined in Paragraph 9.2, excepting that no single gage reading shall be less than 80% of the specified dry film thickness. Areas that fail to meet these criteria shall be corrected at no expense to the Owner. Use of an instrument such as a Tooke Gauge, precision groove grinder, etc. is permitted if a destructive test is deemed necessary by the Engineer and the total DFT is less than 50 mils. 7. Hold Points are set for the following,with assigned responsibilities: a. Pre-mobilization equipment check-Contractor, Supplier 601 - 15 of 21 MiTir SCHAUMBURG POLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS b. Abrasive quality control checks-Contractor, Supplier, Engineer c. Blotter test of compressed air prior to blasting-Contractor d. Completion of surface preparation (blast, profile, chlorides), before priming - Contractor,Supplier, Engineer e. Mixing/thinning of the first batch of each product-Contractor,Supplier f. Wet film thickness of the initial application of each product-Contractor g. Dry film thickness after each coat-Contractor h. Final dry film thickness per SSPC- PA-2-Contractor, Supplier, Engineer i. Final 100% holiday free inspection, internal lining -Contractor, Supplier, Engineer 8. Any surface preparation or applications performed beyond the hold point, without receiving the proper approval, will require re-blasting, and re-application per this specification, at the contractor's cost. 9. All coatings applications must be of specified film thickness, properly adhering, and uniform in appearance-with no visible runs or sags. 10.Any work done in violation of this paragraph may not be approved. If paint is applied without the Engineer's representative witnessing the blast, the paint will be removed by reblasting in accordance with this specification. 11.The Contractor is required to coordinate with the Engineer and/or his representative and to provide 36 hour notice to request a hold-point inspection. Hold-point inspections shall not be scheduled during weekends or Federal Holidays. Requests shall be made via text or email. 12.The Contractor is responsible for providing safe rigging to gain access to all work areas to be inspected.All rigging must conform to OSHA Standard 1910. 13.Any and all re-inspection costs, including travel time, arising from non-conforming work will be charged to the Contractor. 14.All internal linings must be 100% inspected per NACE SP0188-2006 after application and proper curing of the finish coat, all repairs made per coating manufacturer's recommendations, and then re-inspected until it is a holiday free linings application. B. DOCUMENTATION/REPORTS 1. The coating contractor shall submit a written schedule at the pre-job meeting detailing all work to be performed and the approximate time needed to complete each task. This schedule or timeline will allow all parties to quickly identify deficiencies and target specific corrective actions needed to improve the workflow. 2. An approved Daily Inspection Report shall be used for documenting that specified requirements have been met. The Daily Inspection Report shall be completed for each work shift. A copy of the Daily Inspection Report shall be submitted to engineer daily. 3. The coating contractor shall submit a copy of a final report to engineer after completion of the project. The final report shall include: a. A signed copy of the certification (final sign off sheet) b. A copy of the accepted written schedule from the pre job meeting. c. Copies of all Daily Inspection Reports 601.12 DEFECTS 601 - 16of21 nimi ujj , SCHAUMBURG POLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS A. Contractor shall immediately notify the Engineer or his representative in writing of any unknown preexisting conditions which may hamper the proper surface preparation and coating system application. B. Contractor shall immediately notify the Engineer or his representative in writing of any defects created during surface preparation and/or coating application. C. Contractor shall submit a repair procedure for the Engineer's review and consideration. No further work shall take place until a repair procedure has been approved. D. Work performed without an approved repair procedure shall be removed at no cost to the Owner. 601.13 REPAIRS A. When approved by the Engineer and/or his representative, the following repairs procedures may be utilized when approved in writing. B. After the interior coating system has been installed and holiday tested, repair pinholes and voids as follows: 1. Abrasive blasting shall be in accordance with SSPC-SP10/NACE No.2 Near White Blast Cleaning obtaining a minimal surface profile as specified herein. 2. Power tool cleaning,when approved by the Engineer, shall be in accordance with SSPC- SP11 Power Tool Cleaning to Bare Metal. Surface profile shall be angular and not less than the surface profile as specified herein. 3. All edges of remaining sound, tightly adhering coating shall be feathered back (beveled) to create a smooth transition from the substrate to the coatings surface. The coating may be considered tightly adhering if an edge cannot be lifted with a dull putty knife. 4. Install the coating system as specified herein to provide a complete and monolithic system, free of voids and pinholes. The use of a 100% solids epoxy material may be submitted for the Engineer's approval. Material shall be from the same manufacturer of the installed coating system. C. For exterior surfaces, repair as follows 1. Hand or Power Tool Sand as per SSPC-SP2 or SP3 to remove the defect. In cases where the defect extends to the substrate, prepare the surface as per SSPC-SP11 Power Tool Cleaning to Bare Metal, obtaining a minimum anchor profile as specified herein. 2. All edges of remaining sound, tightly adhering coating shall be feathered back (beveled) to create a smooth transition from the substrate to the coatings surface. The coating may be considered tightly adhering if an edge cannot be lifted with a dull putty knife. 3. Install the coating system as specified herein to provide a complete and monolithic system,free of voids and pinholes. 601.14 DISINFECTION A. Disinfection of interior surfaces shall be performed in the presence of the Engineer in accordance with all the requirements of applicable AWWA Standards and regulatory agencies. B. Disinfection shall be performed after protective coatings have been applied to the interior surfaces and allowed to thoroughly cure. C. Prior to disinfecting,the complete interior shall be washed down with clean water and thoroughly flushed out. Wm az,` 601 - 17of21 SCHAUMBURG POLK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS D. All interior surfaces shall be thoroughly washed with a solution having a minimum chlorine content of 50 PPM. Chlorine solution accumulated on the bottom shall be drained to waste. Rinsing with clean water is not required. 601.15 CLEAN-UP AND DISPOSAL A. Collection and disposal of surface preparation debris shall be in conformance with SSPC- Guide 7. Surface preparation debris shall be separated from other debris generated during the course of the work. Provide for testing to determine hazardous classification of debris per SSPC-Guide 7,Appendix A. B. Contractor to provide for disposal of hazardous waste generated from the site. Disposal of hazardous waste procedures to include assisting Owner in obtaining identification number and selection of treatment or disposal option. Provide manifest to Owner for his record. C. Contractor to provide for appropriate off-site disposal of all other wastes generated from the operations. D. Provide for post testing of soils where required by Special Provision. E. Provide for repairs and painting of other on-site structures, in addition to tank, as described in the scope of work. F. Provide for final grading of surface to provide for drainage and seed area. 601.16 WARRANTY Contractor/Manufacturer shall warrant and guarantee that the quality of the paint system, including surface preparation and application, shall be such that the following criteria are met: At the one year inspection (from the date of completion of application), no rust breakdown, peeling, flaking or poor adhesion of the coating and lining systems total surface is allowed. Warranty shall include all costs associated with paint material, application, access, scaffolding, and associated labor. All repairs will be made per the supplier's recommendations,with approval from Engineer. 601.17 MEASUREMENT AND PAYMENT Preparation work including repairs to tank structural elements and appurtenances and pre- testing as specified in the scope of work shall be measured and paid by lump sum. Shrouding, surface preparation, quality control plan, coating and lining of all surfaces, disinfection, exclusive of special containment and monitoring of ambient air and worker exposure for hazardous materials, shall be measured and paid by lump sum for each structure. Special containment for hazardous materials, including monitoring for work exposure and ambient air shall be in addition to shrouding, surface preparation, etc. and will be measured and paid by lump sum for each structure. Collection,storage and disposal of non-hazardous surface preparation debris shall be measured and paid by lump sum. Collection and testing of surface preparation debris samples for classification (non-hazardous/ hazardous)waste shall be measured and paid by each sample tested. Disposal and or treatment of surface preparation debris classified as hazardous shall be paid in addition to the item for non-hazardous surface preparation debris and shall be measured and paid by lump sum. Post testing of soils shall be measured and paid by lump sum. 601 - 18of21 SPI SCHAUMBURG POUK, Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS Clean-up and disposal of other wastes, surface grading and seeding shall be measured and paid by lump sum. Repair/cleaning of other structures specified in the Scope of Work shall be measured and paid by lump sum. SPI SO-IAUMBURG ROM Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS Date: Location: Job Number: Area: Supervisor: Item : Inspector: Drawing Number: Crew Size: Specification: 1.0 SURFACE PREPARATION _ Time Frame Sign- Method Spot/Full Profile From To Tool or Abrasive(Type/Size)Used Off Solvent Wash(sspc-sp-1) Hand Clean(sspc-sp-2) Power Tool(sspc-sp-3) White Metal(sspc-sp-5) Commercial(sspc-sp-6) Brush-Off(sspc-sp-7) Near White(sspc-sp-10) Powertool(sspc-sp-11) Waterblest other 2.0 MATERIAL APPLICATION Time Frame Thin Brus Airle % Thinner Spot/Full wft dft From To h Roll Cony ss Other 1ST I COAT 2ND COAT 3RD COAT 4TH COAT 2.1 Existing Dry Film Thickness Readings Prior to Above Application 1ST Sign COAT Avg: Off 2ND Sign COAT Avg: Off 3RD Sign COAT Avg: Off 4TH Sign COAT Avg: Off 3.0 MATERIAL DATA Batch Numbers Recoat Induct. Coat Tern Mat'I Color Part A Part B Part C # Gals Min Max p Time Item#1 Item#2 Item#3 Item#4 Item#5 601 -20 of 21 iFI - SCHAUMBURG POLK, :c Item 601 -COATING AND LINING OF POTABLE WATER STORAGE TANKS 4.0 ATMOSPHERIC CONDITIONS P P AM AM M M 4.1 Wind Direction TIME spee Dry Bulb Time am/pm direction d Wet Bulb MPH Humidit y MPH Dew Point MPH Surface Temp MPH 5.0 General Notes NOTES: 6.0 Inspection Equipment Equipment Number Dry Film Gauge Sling Temperature Gauge Other Other • Attach Compressed Air Blotter Tests. Photo's. Profile Replica Tape, etc.to the Bottom of This Report. Final Report Sign-Offs: Completed By: Date: Contractor Field Supervisor Quality Assurance Confirmed By: Date: Field Client Coordinator Verified By: Date: Contractor Quality Assurance Client Inspection/Manager NACE #: F711601 -21 of 21 SCHAUMBURG i_'. POLK, SECTION 01300 - SUBMITTALS PART 1 GENERAL 1.01 SUBMITTAL PROCEDURES A. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. B. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. C. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. D. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate submission of related items. E. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. F. Provide space for Contractor and Engineer review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.02 PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.03 SHOP DRAWINGS A. Submit the number of blueline copies indicated. B. After review, reproduce and distribute for installation and record. 1.04 PRODUCT DATA A. Submit the number of copies that the Contractor requires. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 1.05 SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for Architect/Engineer's selection. C. Include identification on each sample, with full Project information. 1300 - 1 of 2 SCHAUMBURG & POLK, SECTION 01300- SUBMITTALS C. Submit the number or samples specified in individual specification Sections. D. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1.06 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1.07 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Architect/Engineer for review, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Architect/Engineer. 1300 - 2of2 _ SCHAUMBURG F, POLK, 1-- • i.1 I'. I • : 1 r,"1 I I :. I . . .- . 1 I•i i , . • I . ... ... 1 • .1, , I t„.,..7,, 0.0.4Thotisittotti,..1.40_,, ,,. ,.,,..,t,;iktm.;-•-4Hfl,1:•.:0.:•;•Y-t! Li I I , 1 1 0,&414,7,*,..t4t.ti-7,14.4-- .. .,...triti-v•aojia.,. „ :••2.',!1*/‘`--.••-•,..„..k141S-1%• •'1 ,-...1',11.,,,;.•.'47.V.,:, P,•40'51•••'.i.k,%a.n-Sal,k • g ,• ; . ,W.1737044,4ittiir .-M{:rzs.,. .;-;...rf:i',F.4.',4; ,.z.:,- -.,::;,1::',V.:::.:4/;:';iei.:;',Fit'...:ki.'.--y:i'afL.ii.'4,!.-2,.-,'4.',ig.41;....7; 1,i.i:-.2,.i.,.ti,•.liorlilt- I.Y:.:,,.'v.::.a.q.:Aistlfz4F,Akincve„.,. •, w..:„., ' ,st..,g; ,s i ..,y...f1,..it:,,,,,.:',...45„4,,.!,,,,;.%••,,,,•.,:::_,::,..i .!..,:;:.0.4,-,..,-.,,f,•:•.k.I.,,,,i,g-,.. ,.;:f.::;,14...,, ..c.i,,,,..v,„.e.,,,,x_,,,,Fm. ,...f...,.., .,,, . . , ...r,14,, 1,...,,,,..._.„.4.,*,,..,.y.,, it ,.] ,1 ''..-ri,f.'-.,AtoipA.*,1",.7fiq..A!,,o,:i:o,,,,,.,:.,,4.1.-.- ..;.0,•.-.-.,;....,-.„ ,. • ... ,.. • ..., p3rs, • ,— :..,.,&ft.,...ti,..c4„:,..'•!....-•:liti:V4600,.-Or. • ,,,.- • • :,?.?i4r44.,-,,k•VI,.•$., :4,4.!!,g‘....::,,v,7••—• ;,!7.;•:.i, -,r,-•,,,:r.:,.:-..,,..:A.,,,,,,,.12::,,,r,,,,,;:tift,attv:t.,,,,,vA,,,,,,..,;,c37.k.0„,, .:.:.:.,.v.1.1,4‘,.....,..:,::?,,,„...„ , . ., ,..,•,, ,e1.. ,irs ,, , , ; ••••••.,--...,-4,4,,iir :,'.1',.i,i'::,:l.,-!:-..'.:41izi:-A:.t1,52,;,:i.,•,;>,,..-',.'f:•..''."..•,-..:,;...:•'F,i.•,:• ••,.-„,.. .!.(.-,.,!,4,,,•;•,,,...„t.....,,,,,„,,....,,-„.....,.,...,44s,,N...,..,„k..-4,,,..,,,,,,,,.,..„24.....„.,,„,,,. ve•-.. ,.., .,.. ,,,,, .. ...,,,,, , iiw,„,,,. ,,,...,,,...,,,,, I ''',24''''''''n a",;:t:F.4--,:',..;:l.`i-,1-.!•-.,::•.;,,:-.•,-;,.0:':iit,:!!.:::‘,.:,!,.::•.!."•-%:1;,,1,:',,-,'•4,,-(0','-', ..i.r,,q4:,i'i:.?••••,l'4,e.iA.-k‘.,4_i,.:..v;,.,-..'-,,•.:4.4:1. 7:,,..;.:71147.•,,e-,!.-,47x,,1,-,--,. :—,-473•,-". :- • :.•,•:".';',''!7W'**;;;i4t.tiLf.:il...4=,:-,&!;17,4-::ii-V,:e:•-::-L:-,'",;,:'.,:-.;,:,f,-•:::,,;:,,,,,, :-,,,t;1,,f,,.,.,Alikti,-..n,k,..1..,,,,,s....N 4..„,,,..4,!,s....f....„gp.• - . ji SCOPE OF WORK CITY OF PORT ARTHUR Proctor Street Extension EST Rehabilitation Bid No. PXX-XXX A. GENERAL The Proctor Street Extension EST is a 500,000-gallon legged elevated water storage tank approximately one hundred ten (110') feet tall and is approximately forty (40') feet in diameter. The tank is supported by six (6) columns and a wet riser. The tank is located near the intersection of Proctor Street Extension and Taft Avenue in the City of Port Arthur. A Pre-Bid Inspection was performed on May 18, 2022. A copy of the Pre-Bid Inspection Report is attached. This contract shall include all necessary labor, equipment, tools, materials, painting, disinfection, structural steel repairs, safety measures, environmental protection, shrouding, disposal of surplus items, site restoration, and all other related construction for the proposed tank rehabilitation and repainting. The contractor shall coordinate with the City personnel when restoring the tank to service. It shall be the responsibility of the bidders to carefully inspect the site and all pertinent parts and devices on the tank to ascertain the quantity of surface preparation, repairs, and painting required to perform the rehabilitation and place the tank back into operation in accordance with the contract specifications. The Contractor shall use the materials specified, or materials of another manufacturer that are deemed equivalent in the opinion of the Engineer to the materials specified. In the event the Contractor desires to substitute the products of another manufacturer, he shall apply to the Engineer in writing at least fifteen (15) days prior to the bid date requesting substitution and shall furnish with the request complete descriptive materials on the product along with NSF Certification plus manufacturer's recommendations for surface preparation and application. B. WORK TO BE ACCOMPLISHED Contractor shall coordinate with City personnel prior to commencing work. All work is to be performed in strict accordance with the guidelines and procedures set forth within the Contract Specifications. This contract includes, but is not limited to, the following: 1. Contractor shall perform all surface preparation and coating of all exterior and interior surfaces per specification Item 601 including, pressure washing the inside and outside of the tank, shrouding, removal and disposal of sediment from interior of tank prior to commencing work. Provide for quality control procedures for preparation of surfaces and coating application, all in strict accordance with the plans and specifications. SOW 1 of 4 SFI SCHAUMBURG S_ POLK, 2. Contractor shall wash the interior and exterior of the tank and perform Soluble Salts Testing inside and outside of the tank at locations selected by the Engineer. Should the results be positive, the contactor shall rewash and re-blast the tank, all in strict accordance with the plans and specifications. 3. Contractor shall provide surface preparation and apply coating to all exposed yard piping, valves, and appurtenances in accordance with specification Item 600, all in strict accordance with the plans and specifications. 4. Contractor shall furnish Tank Logo(s), all in strict accordance with the plans and specifications. 5. Provide disinfection and testing prior to returning the water storage tank to service. Disinfection shall be as per the latest version AWWA C652. The Owner will fill the tank and test the water. If the sample fails, the Contractor shall disinfect the tank again and pay for the subsequent testing fee, all in strict accordance with the plans and specifications. 6. Contractor shall remove and replace the existing 18" diameter roof vent with a 24" vent all in strict accordance with the plans and specifications. 7. Contractor shall remove and replace the existing 14" roof access ladder and the existing 14"water compartment access ladders with new 16" wide ladders, including stand offs, non-slip rungs, support angles for the water compartment ladder. Removing and reinstalling roof access safety climb systems and removing and replacing the tank access ladder and the water compartment safety climb systems, all in strict accordance with the plans and specifications. 8. Contractor shall remove and replace the existing ladder gate with a new ladder gate. The Lockable Ladder Gate® Climb Preventive Shield shall be as manufactured by: R B Industries, 1005 Livingston Loop, The Villages, FL 32162, Phone (336) 852-6276 or prior approved equivalent. The shield is to be made of aluminum with a minimum thickness of 1/8 inch, and all supporting hardware is to be hot dipped galvanized. The shield shall be constructed with angled sides enclosing the ladder to prevent reaching around or over it. When unlocked, the shield must swing open like a door or gate to allow access to the ladder. The shield must be installed without altering the ladder and must be able to cover a safety bar, cable or rail. The ladder shield must be able to be installed so it can be opened either to the right or to the left. The shield must also have the capability of being front-locked or side-locked, all-in strict accordance with the plans and specifications. 9. Provide and install OSHA approved "Confined Space Entry" placards at all tank openings (3), all in strict accordance with the plans and specifications. 10.Contractor shall remove and replace the existing 30" diameter roof hatch as shown, all in strict accordance with plans and specifications. 11.Contractor shall replace ladder clips (10 out of 24), all in strict accordance with the plans and specifications. SOW2of4 SCHAUMBURG r_ POLK, 12.Contractor shall extend the tank access ladder to ground level, approximately 10 ft, all in strict accordance with the plans and specifications. 13.Contractor shall replace existing 4" bowl drain pipes with new 6" SCH 80 Steel pipe, all in strict accordance with the plans and specifications. 14.Contractor shall replace the existing 6" overflow with a new 10" SCH 80 Steel overflow pipe and flap valve and bends, support clips, all in strict accordance with the plans and specifications. 15.Contractor shall construct a new overflow RC splash pad and a drainage swale extending from the splash pad to the roadside ditch, all in strict accordance with the plans and specifications. 16.Contractor shall remove all electricals from the EST and install the electricals on a new service pole, all in strict accordance with the plans and specifications. 17.Contractor shall install new electrical underground conduits and conductors from the service pole to the lighting panel, all in strict accordance with the plans and specifications. 18.Contractor shall remove and salvage the existing 16" spools, fittings and valves from the influent header piping and install a new 16" dia. spool in their place, all in strict accordance with the plans and specifications. 19.Contractor shall patch the roof hole adjacent to the roof vent with a 12" diameter x 1/" thick steel plate, all in strict accordance with the plans and specifications. 20.Contractor shall restore the site to its original condition or better, including removal and disposal of all blasting media, construction debris, and by grading and replacing San Augustine sod, all in strict accordance with the plans and specifications. C. WARRANTY The Contractor shall provide warranty to the Owner for a period of one (1) year on the tanks and appurtenances from the date of final inspection and acceptance to the extent that he will repair any defects which may appear in the structure and/or coating due to faulty installation, painting or structural repairs. In addition, it shall be the responsibility of the Contractor to meet with the Engineer and inspect the tank eleven and one-half (11 1/2) months from the date of the final acceptance to determine whether the tank is still in serviceable condition and then correct all deficiencies under warranty. SOW3of4 SCHAUMBURG . POLK, D. SPECIAL REQUIREMENTS 1 . The Contractor shall contact Mrs. Jess Liao, P.E., Utility Engineer Manager at (409) 983-8193 prior to starting any work within the project site. 2. The City will provide electrical service to the Contractor at no cost for this project. The Contractor will be required to apply for a construction water meter at the City of Port Arthur City Hall Customer Service office 3. The Contractor shall restore the project site to its original condition or better prior to the project completion and acceptance by the Owner. • SOW 4 of 4 MID SCHAUMBURG S. POLK, i . . -1. 1 p. , (Si', , ,I- SCHAUMBURG POLK.. .,,____1 3 • .,,,,, k; •11:-,:i.k.a.. ''':‘, ../...' A•7P., • I , . I, ..... I 1--1 .. . A 1-- 'k* 1 -- -..- .:..--,:-- iii , ; . i; : .. i----- 7 .. . — - 1- . te.- :•., -' ‘ .••. - '.-.177--s• - ,. ,—. City of Port Arthur PROCTER STREET EST 2023 Pre-Bid Inspection Report May 2023 \ i 8865 College Street, Suite '100 I Beaumont, TX 77707 „ :, www.SPI-EING.com P: 409 866.0341 I F: 409 866.0337 . i. . TBPE Firm No. 000520 City of Port Arthur, Texas 2023 Pre-Bid Inspection Proctor St. Elevated Water Storage Tank Inspected May 18, 2023 A. General The purpose of this report it to present the findings of the Pre-Bid Inspection conducted in accordance with the AWWA Steel Water-Storage Tanks Manual of Water Supply Practices M42. This report also includes an update to the preliminary Opinion of Probable Construction Cost (OPCC) prepared in 2022. The 500,000-gallon legged elevated water storage is supported by six(6)columns. The tank is approximately 40 feet in diameter. The tank was empty at the time of the inspection. B. Exterior of Tank 1. Foundation The foundation consists of individual concrete footings under each of the six (6) columns and riser pipes. The foundations are in good condition with no apparent uneven settlement observed. There are signs of ponding around the column foundation over the base plates. The riser pipe is anchored to a concrete foundation with four(4)anchor bolts.There are no signs of distress on the riser pipe foundation. There is one (1) 30" diameter access hatch at the bottom of the riser pipe. The access hatch is in good condition with no signs of leaking. There is an electrical weather head attached to the overflow leg including a meter and disconnect. The disconnect supplies power to the SCADA system equipment located under the tank adjacent to the inlet/outlet header pipping. There is a communications antenna just outside the column perimeter on the West side of the tank. [ i -' r;: LI SCHAUMBURG IS POUC,INC: 2. Protective Coating The exterior coating is in poor condition. The exterior coating system is chalked and shows moderate to heavy buildup of mildew and moss. Paint is peeling off through the entire exterior surfaces of the tank with exposed steel. The x-brace and strut connections to columns show minor to moderate rusting. Moderate rusting with moderate to heavy corrosion is present on the balcony floor and handrail, exposing steel. There is heavy corrosion on the roof vent stack flange and multiple areas on the roof plates with exposed steel. There is 1" to 2" diameter hole on the roof adjacent to the roof plates vent. There is also a 1" diameter hole in the roof access hatch. There are several areas of corrosion along the connection between the shell and the balcony due to ponding water. The handrail also shows moderate corrosion. 3. Water Level Indicator The pressure gauge is in good condition. The tank was empty at the time of inspection. 4. Overflow Pipe The overflow pipe and flap valve are in fair condition and operable. The overflow pipe shows heavy corrosion at the connection to the tank shell above the balcony. There is heavy accumulation of rust inside the overflow pipe; it was visible when opening the overflow pipe flap valve. There is no overflow splash pad or a conveyance swell for the overflow water to get to the roadside ditch. 5. Access Ladder The first access ladder is welded to a leg on the North side of the tank. The ladder starts approximately 10' from ground level and ends at the balcony. The ladder is in fair condition and firmly attached to the leg with no loose rungs. The ladder clips show minor to moderate corrosion. The ladder is equipped with a ladder gate and a cable safety climb system. The ladder - i spi _ , ( , ___,I J SCHAUMBURG& POLK,,cvc gate is cracked/torn along the lock opening.The second ladder is welded to the exterior of the water compartment and extends from the balcony to the top of the tank. The ladder is equipped with a cable safety climb system and is in good condition. 6. Roof The roof is in poor condition. There are widespread areas of exposed steel with heavy corrosion. The roof is properly sloped. The roof is supported by beams extending from the center ring to the exterior tank wall. The beams show moderate corrosion. There is a 1" to 2" diameter hole on the roof adjacent to the roof vent. There is no obstruction light on this tank. 7. Air Vents The tank has one (1) 18"diameter round vent located at the top of the tank. The vent is properly screened. The roof vent flange shows moderate to heavy corrosion. 8. Cathodic Protection This tank is not equipped with cathodic protection. 9. Roof Hatch There is one (1) 30" diameter roof hatch. The hatch is securely hinged and in fair condition. The hatch was not locked at the time of the inspection. The hatch cover and frame show minor to moderate corrosion and paint peeling. There is a 1" diameter hole in the roof hatch. 10. Rods and Struts The riser rods are straight with minimal bending noted. The struts and rods show minor rusting at the point of connection.The horizontal struts between the legs are in good condition. SP SCHAUMBURG& POU<,INC 11. Balcony The balcony is in fair to poor condition with moderate corrosion in several areas. The balcony connections to the tank show heavy amount of paint peeling with moderate to heavy corrosion. The balcony was holding water at the time of the inspection. The handrail is in fair condition with moderate corrosion.There is a 24"diameter manway into the water compartment. The manway is in good condition with no signs of leaking. C. Interior of Tank 1. Water Quality The tank was empty at the time of the inspection. Minimal amount of silt observed at the bottom of the water compartment. 2. Protective Coating The interior coating is in fair to poor condition. The roof beams show moderate to heavy corrosion. Tank roof walls show minor to moderate rusting and silt staining. 3. Interior Ladder The interior ladder is in poor condition with heavy corrosion. There are two ladder rungs missing due to heavy corrosion. The ladder is equipped with a cable safety climb system. D. Recommendations 1. Complete rehabilitation of this tank by taking surface finish down to the metal and recoating the interior, exterior surfaces, including miscellaneous structural repairs. 2. Remove and replace the ladder gate. 3. Install an overflow concrete splash pad. 4. Construct a drainage swale from the concrete splash pad to the roadside ditch. 5. Remove the electrical power from the tank leg and install it on a new service pole. SP1 \ SCHAUMBURG& POLK,INC 6. Remove and replace the existing 6" overflow pipe with a new 8" overflow pipe and flap valve. 7. Extend the tank access ladder to ground level. 8. Remove and replace ladder clips. 9. Remove and replace the existing 4" bowl drain pipes with new 6" drain pipes. 10.Remove and replace the existing roof access ladder with a new 16"wide access ladder. 11.Remove and replace the existing interior access ladder with a new 16" access ladder. 12.Patch hole in roof adjacent to roof vent. 13.Remove and replace the existing roof access hatch. 14.Remove and replace the existing roof vent with a new 24" vent. E. TCEQ Inspection Form See the Potable Water Storage Tank Inspection Form for 2023. F. Opinion of Probable Construction Cost An updated Opinion of Probable Construction Cost has been prepared for the rehabilitation of this tank. 1111111111111111111111111111111111. SCHAUMBURG S. POLK,mic G. Inspection Pictures I 1 11 \ \ . ,„ 1 ili. _ . - . :-;:-- 1 oh, TANK ELEVATION • t I• i 4 i 1 TORN LADDER GATE linv rij 1 SCHAUMBURG {S. POLK,INC $ I 4 . t , rr_ j 't �y� 1 f c PI g k: 4! - ;}� II 4 ..„ . . .. ........ .. • ,.., . .... , . • . ., • : „, . . •,• .. ..,. .. . .. , . . . • .. ....._ . , . . • , . . . •.,• _ . . . , • . , . . . ,t,:•: • • • , . , , . , . , . . . . ,,,..,44,... , • ., . , . .... . _ ,.. , , . . . .,•, . • , . • RISER PIPE FOUNDATION & ACCESS HATCH r \ : , „- - .. :.“.17 , r r ` , + z d" Y. Y.a �. 1 ! . "‘t i rs�. ''�i'_ f • t it.1 _ y, • • , . . ' 1#40;"*4't%'-'1W*Ii'l'i'' ' -"'--7'''"7:;" '.'''''''•:• x to U. \1 1" 'C ri "fit- art v ' I r CI is 1.. ..! ' 'a ^.. ' k „45' r ',' ' .,,'r'_ , f,Ig_ , ., , INDIVIDUAL COLUMN FOOTING RII.9=rt. , SCHAUMBURG& POLK,[Nr. t /{, 1 I1 ,i . . l • si \\EE r. j iiiiiillilii. f . , \ j - _. r BOTTOM OF TANK I _ i . .- d T tom x. x` .. a. , 0 ,.„ ... — ,�+ :` 20 * 4' 1- IO i i � b} 0 . r aM i.3. i n }a' h R± r PRESSURE GAUGE SPI r SCHAUMBURG S. POLK,r,c tr';i, t r r '', i; • }j:JJ ' . . ..•.. ` . . <r �i t' I' t f tA'. ` C_ . 1'` .k_ a1 `. v i . . : _ , i , .. . • .:k, -43.. • -, 4,;(411k • l..) .s. ' OVERFLOW FLAP VALVE it <a }i.t t e t -=- - ..{ fit,. 4 i ,'` d c . , PACK RUST IN OVERFLOW PIPE 161111 1111111111111 Fr- -\,ft.rf....1. SCHAUMBURG S. POLK,NC r a e74' ( 6 Mc '• �7 1 �i''t+C �'k :tstn I- . j ' '„� .~ ''' jr �, 4 t t L j5ti t ..`£ �. y :pr th t9-h.` a ri`s }^ ' � ,,fit,, 'xt;/24,,% .,J ' ` • ' r� i t , ', INLET/OUTLET HEADER PIPING J ,, I f ! ' t, 2�� ill:\ / r . / i.? . I •'U r lit ? - ... _ ' 1 4iii . ...,... ,\ . . t _ , . , ,. .. _ 16473,r,...rf,.. 7...t ''''" 14- - - • -- / --- 'fi 1 \ ..... ELECTRICAL CONNECTION ON TANK COLUMN ' 1 SPI SCHAUMBURG i.. POLK,in ; ii , ii i a iii fit ' ' ,._ `, ', �� - ,� �� ANTENNA & SCADA PANELS II ... . \ ,i:?7,.1—,....', • irt fE CORRODED LADDER CLIPS spi :_:,, ,[-:_ SCHAUMBURG &. POLK, c � y,. . r • { f !' 4 W.; ! r . t CORRODED BOWL DRAIN PIPES O c1111° lik ACCESS LADDER THROUGH BALCONY 141.1.1 Maj rvt-,:, SCHAUMBURG IS.POLE INC . a. %� ....1%k4. ' ' ,::-*:-.',-:' ,i '., 1',.:- ''' I \44,,,/ -1':1- ,r-""t..k. - -' •' C:-.."--' r , c E.. , - . Ii4 2 fr t'* , ' BALCONY .. '� . f �° A Y 1 R1d > fir i .,,...',4','... ., -:,,,„.....:,..,i .',t,",, , '.: y •,"ram '17,i'*'/}} WATER PONDING & CORROSION ON SHELL ` sPl ____ ..,.i i SCHAUMBURG ,, POLK,in c , ~ . . 2? CORROSION ON SHELL 41 7 / / 'IP h- , y « < . -- �«»w. - . « mz .,--- SHELL ACCESS HATCH MAW � S HAUMBURG E. POLKA t. \ ) Nr- .. v \ . . -. % * \ • . v A .\ , 1 .. ,. .. . _..... . \ .. , , . ...,, , • , .. , . c•ta-A. ,; ., ; .. • • \ ROOF ACCESS LADDER / /._..__!__ I i ;,, ' , `,/ _ 11161140„ .,,,,,%#;',..rAirdlir AIWA& ___- ___________ { yC} . . • . •- - / 1\mot V i ROOF ACCESS HATCH R.....,„izjirt.: , y ,, , : SCHAUMBURG (S. POLK,: c 1. 1 r ; • . . •',.-1' '. ,:` • , \ • . .. ist , 400._ . . , ... ,. t .„..:.......,......:.. , . . „ . , . .4• ' -- [ . . • HOLE IN ROOF ACCESS HATCH ___-. "if II .,.., . - \ ' • '. . •• . IiirioNitir. 111116.."..11 - : ,..--. . i • ..•• 18" DIA ROOF VENT IIIIIIIIIIIIIIIIIIIMIIIMO ow 22 Or SCHAUMBURG Lz, POLK,iNc • fts,-:k di.. tia. 4 3 ~ ` 'Yd '-, . . l yy , } � '.4! , ft; i id '' ii 1 il� >jjIi;'I Ii (4 s't'I r. a:' y;! 1,'''I 1f , 191 Il ijt'; I'! ;1� I1 , . 1'1'f! ;i�'I�,f,f;j jpl/; it' iI lI 1 ,� ;� ii I �� jp, II,1If114 tj 1,1 �fil,'j'''I, , ,. ji .11 �,i,j I '1& i 41fi rM.E. - xL 1:,1 j t ii ;l 1 i i � r�R .-r� ry) 7 /:k o om..; j1i ! F jlfjjli-11iT1 , r bl + 1'' t �a 'i ? ii,'ii` ; Ott!l ;. „' ' ' � t'15i.`3 PI dl,,f1,41 .1?;l1 ! ! Iil11 1,� ' 7.,.'. , ftij "IIIli ,,.' ,.,,. ��I�, !III.IIlj,�li�ll;���... .Illiill! ;i 1111 il; i ROOF VENT SCREEN ,.cxa. 4?. CORRODED VENT ROOF NECK SCHAUMBURG& POU<,INC , 111litit v. j, a 4 HOLE IN ROOF F--. ..t)li • • TANK ROOF Friti =I Fri,, 1 SCHAUMBURG S. POLK,mi: I. ,.,. , . .44 . , • . ..mik.u. •i: • . 1 iir . ... ...i• , .. , 4''': ,-• iv-2 , ":* 71_,,..i.. . :, N ' 4 •4.".;. ..• 0 -..: . ,.,. INTERIOR LADDER i • • ,, .. . L---1- . - .• . ,. i.. ...•,.r. .;',!?.•'.4., 6, ..4"....) • : . . 1.`" ••&,, ,..."1' •— '. ,..... ...':' ':*- '• .- ''...• v4' ', ,*•,7„;,' -,...' !:...' : :;,,, '' 4'IP'•''''''--'4.'' ''' '1"'rts;..-'', '''''..,` :' -„.t.:* •C..1.4: IL::ii . ',...4.2 i,..I--' -- 4-; 111 !-- .` '1: . ..*.; rilit•,t,' '••-•',..'...: 1-',41141'4,1;i,.•.: .;:-.7,..:-.'',1• 'w•ii1/4.'' 'Y' .'''.,44•' '.74: ,....11,, • 1 ''. ' : 1 '11'41 ,,-. .. ,,t.ii.-;4 .", , —— . l'-'N....4'1,7,;;;!•-=.1"4:1•:-.4!... - ''-.,-:.., ,'-. • 4 EU ..14•_, .7*.f.t:-.1:. ,', ..4i -. *4 41 ' I.' 1 , • :- . ; ... • " ! .. 4. . '; . i.,:ii; ..- •,, ,. . .. - 1 •. , J;•4'-''''—----(A,-°: !..1‘ I „ •- - --' „I '2.- . ' . ' — ''•' '- 4,;.:.- -.,4‘...-4-44;v4--' —' ".. ; -., . ..„..„.,J) I, ,. 1 t, ! i . ...,..„ ).. ., . .. .. . . , . .. . , , ..... .„, i . ,. ,.. ,, ..,;„,, „...„ ' AA • . „,,,_ •, ,-.'..il , %'",,,,,,,„;,,,..,_,k..,:::-,. ,-;,,,--„,4,,,,.,, - ,:_r----,------ , 4 ' ""-Wlk',-,,-;74.',';„-,-- ',.,,‘, '., : :•-;;;;,,,,~2::.:„!".•=1_4,...T.',-:,-•• '-' , . i .4.4....-... ill, k•- . , -, -.,..,8 . . . , \ - - LADDER FROM BALCONY HATCH TO TANK FLOOR SP I _.. \ , - SCHAUMBURG S. POLK,iNc. i . . _, - -; ,.. .4, ,"+•!, ‘...,. 1 ..--- ..-.-- • ' ' ' - --... - ' . -1 .,';-,,-....'"•*-4,-4,--• c- ''', ' i 1-''''''..-;*''''' -.4.142'''''4'.IN ..- *:',...4.:,''.., - •' : . - f'''.04--74"3,4"1:4C,, IN.... -., , 1 - .. . . . . .... • . . . L • • s,„. .. • - . . •' .... „ . -., dir , . ..ter,-..... - ... ,-• . — . ,,,,...!., .. : ,....f.:,..,-,:,...„.,..;•:-.4;;:r.„.:70,11.-4,!..:" . •... ,,,,:...%.1•,-..,-44,4,1.75,..:,-;....V-,,,,,,. .;:',n-"" , .,- . -- .---.!' ..,-.-, .- • - 7: ..,..4.-:1-,,,;;?*-.2 . -.=.1..;,;(7k.:".. •.: --- -•.- . :Aa' •,'` .. -:A 2 - .' SILT ON TANK FLOOR 1 ,, .. . • 1 I; V 1 1 , • .. . „.„,,... ,. "•.... . . . •••,;.,?,..- ',- •- , .. . .,..„..., •;'„ ,•-:-.--,-, - ' -----ti-, i - . • 1,- . . ,.. ... ,.,.., . .. ,..... ...-.--- •_,..„•. ..„.. TANK WALL . ti7:•,,,,,-. SPI SCHAUMBURG (S.. POLK,irqc. • ��( ,,,,,. ..,\ ', \ i I : i - ._ j ` - r may... -_, _ _ , rlit., - ,- . _.„-„-- •---.-. - '; • e' l 14 t V ., , {t.� \ J TANK ROOF SHOW HOLE 7' x - • 1 i f `ap _> ., . '° r v 4 r,,,„. WET RISER OPENING AND RAIL Rimini :nil ikillIT.....1 SCHAUMBURG&POLK,the r r toe •�IV' vim,.- ;W*^ •1 >. , . 'F k • • WET RISER AT BOTTOM OF TANK SPI . L • ' SCHAUMBURG,S. POLK,INC l POTABLE WATER STORAGE TANK Inspection Form Section 290.46(0(3)(D)(ii)of the Texas Commission on Environmental Quality's Rules and Regulations for Public Water Systems 1 requires documentation of annual ground,elevated,and pressure storage tank maintenance inspections. [See also 290.46(m)(1)and i 290.46(m)(2)] Procter Street EST Location: Port Arthur Description: 500,000-gallon Legged EST i i Date&Material of Exterior Coating System: Urethane l i Date&Material of Interior Coating System: Epoxy . I Exterior of Tank O.K. Problem NA Description • ✓ Foundation: settling,cracks,deterioration ri n - Protective Coating: rust,pitting,corrosion,leaks 1, ✓ ri Water Level Indicator: operable,cable access opening protected — ✓ Overflow Pipe: flap valve cover accessible,operable,sealed 1 J u Access Ladder: loose bolts or lungs 2. ✓ Roof: low spots for ponding water,holes along seams,rust 3. Air rents: proper design,screened,sealed edges and seams 4. ✓ Cathodic Protection Anode Plates: secured and sealed ` I ✓ Roof Hatch: proper design,locked,hinge bolts secured,gasket ' 5. ✓ Pressure Tank Operational Status: pressure release device,pressure gauge,air-water volume device I Interior of Tank O.K. Problem NA Description IL_.__ i Water Quality:insects,floating debris,sediment on the bottom ✓ Protective Coating:rust,corrosion,scaling 6. i Date: NA Last Inspection of Pressure Tank Interior f,f • Comments { 1&3. Coating is peeling and chalking, moderate to heavy rusting with exposed metal. Hole in roof. 2. Exterior ladder clips corroding. Interior ladder is severely corroded. 1 4. Moderate corrosion on vent neck 5. Moderate corrosion. Hole in lid 6. Moderate to heavy rusting and staining on walls Name of Inspector: Nestor Barroeta Date of Inspection: 05/18/2023 `l t ' 1, I . , ! WATER SYSTEM IMPROVEMENTS PROCTER STREET EXTENSION 500,000 GALLON EST REHABILITATION r,-- OPINION OF PROBABLE CONSTRUCTION COST May-23 Item No. Description Units Quantity Cost/Unit Total i 1, Mobilization(4%) LS 1 $ 27,300 $ 27,300 _ ...EST COATING.f.',.'7.ril&J''.4:::::!.1'.'i. 2. Pressure washing interior of tank LS 1 $ 8 ,500 $ 8,500 3. Pressure washing exterior of tank LS 1 $ 6,500 $ 6,500 4. Inside of tank including surface preparation SF 10,000 $ 12 $ 120,000 5. 'Outside of tank including surface preparation SF 19,600 $ 16 $ 313,600 7 Soluble Salt Test,Exterior.Furnish all labor,materials,and equipment to G. EA 3 $ 1,500.00 $ 4,500 conduct soluble salt tests as directed by the Engineer Pressure Washing and Blasting if Soluble Salt Test Is Positive.Wash the tank and reblast the exterior of the tank as directed by the Engineer LS 1 $ 7,800.90 $ 7,800 Soluble Salt Test,Interior.Furnish all labor,materials,and equipment to 8. EA 3 $ 1,500.00 $ 4,500 conduct soluble salt tests as directed by the Engineer B • Pressure Washing and Blasting If Soluble Salt Test is Positive.Wash the $ 3,000.00 $ 3,000 I 1 tank and reblast the interior of the tank as directed by the Engineer 10. Above ground piping surface prep and coating LS 1 $ 7,500 $ 7,500 1 . 11. Logos EA 2 $ 6,000 $ 12,000 12. Disinfection LS 1 $ 4,000 $ 4,000 13. Furnish and Install a"Confined Space Entry"placard EA 3 $ 400 $ 1,200 -.- ' .,' 1:.-:.'i '..,-:':',:"--2,_'. i'...,::.--MISCSTRUCTUTTALgERAIF15:. ... 1:',:.;,..-..- ''••••::.•: *?..' t'. :.::. *-;.0:.;,.';'-.'i.. f. : •!:,..- , I Replace existing 14"wide roof access ladder with new 16"wide access 14. LF 50 $ 200 $ 10,000 ladder(50k) . Remove and replace existing interior ladder with new 16"wide access 15. LF SO $ 200 $ 10,000 , ledder(50ft) 16. Extend the tank access ladder to ground level(10k) LF 10 $ 200 $ 2,009 17. Replace the existing 18"roof vent with a 24"vent LS 1 $ 7,500 $ 7,500 . . 18. Replace the existing 30"roof hatch LS 1 $ 5,000 $ 5,000 . 1 19, Patch hole in roof LS 20, Replace the existing ladder gate 5 LS 1 $ 500 $ 500 1 $ ,000 $ 5,000 Replace the existing 6"overflow with a new 10"overflow pipe and flap 21. LS 1 $ 35,000 $ 35,000 1.I 23, valve,fittings,support clips 22. Replace ladder clips(10 out of 24) EA Remove 4"bowl drain pipes with new 6"pipes IF 10 $ 400 $ 20 $ 200 $ 4,000 4000 24. Remove electrical service from tank.install new service pole,run conduits and conductors to SCADA panels make ail connections LS 1 $ 30 000 ,000 $ 30, $ _ t: f;5i-j :4 4V‘f.:';-1.:::::4-;i:'::; ,i"-_-,-''„ .c.iftelitigtiOsMiii. ..,.:.'s-.',- - -.;.;1.1 ',',_;?;t.,1.--;,- ,:r.3. 25. Surface restoration(replace sod inside outside of site) SF 13,800 $ 4 $ 55,200 26. Remove and dispose of all used blasting media LS 1 $ 3,000 $ 3,000 27, Grade site to drain water away from column foundations LS 1 $ 12,000 $ 12,000 i 28. Overflow splash pad LS 1 $ 15,000 $ 15,000 29. Drain swale LS 1 $ 5,000 $ 5,000 SUBTOTAL(rounded up to PO $ 724,000 CONTINGENCY(20%) $ 145,000 ''T I OPINION OF PROBABLE CONSTRUCTION COST $ 869,000 (Subtotal,and Contingency,rounded up to the nearest$1K) t ' I I 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 PROCTOR STREET EXTENSION EST REHABILITATION, Bid No. XXX-XXX. 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 complete rehabilitation of the interior and exterior surfaces of the PROCTOR STREET EXT. EST. 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. City of Port Arthur,Texas PROCTOR STREET EXTENSION EST REHABILITATION 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. SEQUENCE OF WORK. City reserves the right to schedule sequence of construction. 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-lA II• 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 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. • _I . H-2A SUPPLEMENTAL GENERAL CONDITIONS - PART B A. TECHNICAL SPECIFICATIONS 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. 5. 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 A WWA 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. LINES 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. 5. 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. Engineer 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 H-2B it provided by Engineer. Contractor to have a representative on job at time field party begins work. 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 ItI 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 • J 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 EQUIPMENT. 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 H-3B E of equipment are purchased and manufacturer's certified shop drawings are secured. Make changes,after prior consultation with Engineer, at no cost to Owner. 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: 1. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment,including valves and sluice gates. 7. Electrical equipment,including instruments. 8. 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. H-4B Fir OPERATION AND MAINTENANCE MANUALS. Operation and maintenance e manuals are to be provided where required by Specification Item. 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 81-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 81/2-inch x 11-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 SCHEDULE. Within fifteen(15)days after execution of Contract,submit in acceptable form,anticipated progress schedule covering work to be performed. H-5B 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 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 EQUIPMENT. 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 UTILITY STRUCTURES. 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. H-6B Q. PROTECTION AND REPLACEMENT OF PROPERTY. In addition to j 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." 1 R. INTERRUPTION OF UTILITY SERVICES. 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 ha7.Jrd 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. If CONTRACTOR determines that a street closure is needed, he shall provide a signed and sealed traffic plan by a Registered Professional Engineer in the State of Texas to the Public Works Traffic Division for review and approval. i � 2. Remove, as soon as practicable, accumulated rubbish and open each block for 1 ! 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. 3. 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 1 z 1 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. 4. When street is closed,notify Fire Department,Police Department and Public Works iTraffic Division.; 1 H-7B 5. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. U. FINAL INSPECTION. When construction is substantially complete as determined and approved by the City Engineer, 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: I. Completion of Punch List. 2. As-Built drawings submittal. 3. Substantial Completion Letter from contractor and Approved by City Engineer. 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 BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, the Undersigned, M.K.Painting,Inc. as Principal, and Swiss Re Corporate Solutions Premier Insurance Corporation as Surety, are hereby held and firmly bound unto City of Port Arthur as OWNER in the penal sum of Five Percent of Amount Bid (5%) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,successors and assigns. Signed, this 7th day of February 20 24 The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the PROCTOR STREET EXTENSION EST REHABILITATION, Bid Number P24-016 NOW,THEREFORE, (a) If said BID shall be rejected, or (b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation, shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as here in stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID, and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper Officers, the day and year first set forth above. M.K. Painting,Inc. (LS)PRINCIPAL Swiss Re Corporate Solutions Pre ier Insurance Corporation SURETY BY: Susan L.Small,Attorney-in-Fact 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, 1-2 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: ROBERT TROBEC,KATHLEEN M.IRELAN,IAN J.DONALD,JEFFREY A.CHANDLER,ALAN P.CHANDLER,SUSAN L.SMALL,T.J.GRIFFIN,JOHN L.BUDDE, STEVEN K.BRANDON,TERENCE J.GRIFFIN,TERRI L.YOUNG,PATRICK E.WILLIAMS,WENDY LEE HINGSON,BRYAN FORMSA and KRISTA L.POCKET JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION($200,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." N,"INi ,,,,,,t/r„„,, • q\p iSAMEi?y ,•6to63 PRE,k1�:4,,• J t ▪� ..o. o....eistt � pRPQRgr�Py i+w' G4�PQRgT�tfdG,: By ` t S E A L _ : SEAL'• _ Erik Janssens,Senior Vice President of SRCSAIC&Senior Vice President SELL, t}. m z I l' .e'!= of SRCSPIC&Senior Vice President of%%IC �1 1973 r a, r§a g , ,,.ids w-.^ \tpacA to,,▪ ,,S.;frssou,. �' --.:4,' ,yrsso. . o: B .».... y • a., 41„,o.0,„...,... * a Gerald Jagrowski,Vice President of SRCSAIC&Vice President of SRCSPIC ,••u.lUb,a UNt"s &Vice President or WIC IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this26TH day of JANUARY 20 23 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ss Westport Insurance Corporation On this 26TH day o f JANUARY ,20 23 before me,a Notary Public personally appeared Erik Janssens,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL—— CHRISTINA MANISCO NOTARY PUBLIC,STATE OF IJJ CI6 fM``�11,`` kl Espkas Mach SUMS �+0�5 (A I,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full_force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 7th day of February , 2 : - Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and -- SRCSPIC and WIC SECTION J 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 fini,ly bound unto the City of Port Arthur, Texas, and to all Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other claimant, as their interest may appear, all of whom shall have the right to sue upon their bond, in the penal sum of Dollars ($ ), lawful currency of the United States of America, for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally and firmly by these presents: The condition of this Bond is such that, whereas, the above bounden Principal as prime contractor has on the day of , 2023, entered into a formal contract with the City of Port Arthur for Proctor Street Extension EST Rehabilitation 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. J-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. J-2 SECTION K CERTIFICATE OF INSURANCE I ® DATE(MM1DDITYYY) ACORO 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(NC, INC.No,Ext): No): E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL* 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 8Y 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. 3 INSR ADDLISUBR POLICYEFF POLICY EXP LIMITS LTR TYPE OF INSURANCE MR I WW1 POLICYNUMBER IMMIDDIYYYY) (MMIDDIYYYT) GENERAL LIABILITY EACH OCCURRENCE S DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) S CLAIMS-MADE I OCCUR MED EXP(Any one person) S PERSONAL&ADV INJURY S GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S POLICY PF� LOC S AUTOMOBILE LIABILITY COMBINEDtSINGLE LIMIT (Ea acciden ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULE BODILY INJURY(Per accident) S AUTOS D AUTOS NON-OWNED PROPERTY DAMAGE S HIRED AUTOS _AUTOS (Per accident) UMBRELLALIAB _ OCCUR EACH OCCURRENCE S EXCESS LIAR CLAIMS-MADE AGGREGATE S DED RETENTION S S WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY I IMITS ER ANY PROPRIETORIPARTNER/EXECUTIVE E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYES S II yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS!LOCATIONS VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD K-1 SECTION L 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 2023, a copy of which is hereto attached and made a part hereof for the construction of: PROCTOR STREET EXTENSION EST REHABILITATION, PXX-XXX . 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. L-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 , 2019. 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. L-2 SECTION M NON-COLLUSION AFFIDAVIT NON-COLLUSION AFFIDAVIT FOR PRIME CONTRACTOR State of ) ss. County of W o- nt C\1/4-0,ccl a , being first duly sworn, deposes and says that: (1) He is PA-cs: of _ k c)0.1(k"Ncy \ _ , the Bidder that has submitted the referenced Bid; (2� He is fully informed respecting the preparation and contents of the referenced Bid submitted to C i30 Luc '_c.eacas (Owner) in connection with l rr cp 5A-cc-c-At e 4-c,•sZo�_ EST" geha►Z li me of contract), and of pertinent circumstances respecting such Bid; (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived,or agreed,directly or indirectly,with any other Bidder,firm,or person to submit a collusive or sham Bid in connection with such Contract, or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder,firm, or person to fix the price or prices in the referenced Bid or in the Bid of any other bidder, or to fix an overhead, profit, or cost element of the Bid price or the Bid price of any other Bidder, or to secure through collusion, conspiracy, connivance, or unlawful agreement any advantage against the e0‹\- (Owner) or any person interested in the proposed Contract; and TeX�S (5) The price or prices quoted in the referenced Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affidavit. (Signed) /'V 6'7/ 1/ e Title Subscribed and sworn to before me by the said kccs c e r--\— this 3 day of lei)ru.a rY , 20 044 . By: otary Public cl)aynL County, 1-4 [Notary GENEVIEVEEaryseal) REED My commission expires kay , 20 2-5 . NOTARY PUBLIC-STATEOFMICHIGAN COUNTY OF WAYNE My Commission Expires May 28,2025 M-1 SPI Az SCHAUMBURG POLK, SECTION N HOUSE BILL 89 VERIFICATION House Bill 89 Verification I, r,y Ma2- (Person name),the undersigned representative (hereinafter re erred to as "Representative" of • (company or business name, hereafttereferred 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 here 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 Israel-controlled territory, but does not include an action made for ordinary business purposes. SIGNAT E OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFOR ME, the undersig d authority on this 5 day of �.�Ib«7 20 1 116. of •ublic • GENEVIEVE E REED NOTARY PUBLIC-STATE OF MJCMGAN COUNTY OF WAYNE My Commission Expires May 28,2025 SECTION 0 SB 252] SB 252 CHAPTER 2252 CERTIFICATION I, \ c , the undersigned �1_G�rr�_...G1L 1�7�a_�. ------- Representative of 1-4 K . Pot_ tiA-)t.44j , Inc (ComOrIy 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 252.153, 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. //a_ru ��maz�_ — Name of Company`Representative (Print) / r' _--/ Sign rfre of Company Represent tive „9IDsidoa-44 Date SECTION P QUALIFICATION STATEMENT QUALIFICATION STATEMENT SUBMITTED TO: CITY OF PORT ARTHUR BY . . eo.; c ‘VY\C [Corporation,Co-Partnership,An Inelkiduall PRINCIPAL OFFICE 151 '144" S�c«k, to y oO 4- e, F'�l `�$� 91- 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: o�? 2. How many years' experience in this type of construction work has your organization had? (a) As a general contractor 30 (b) As a sub-contractor 95 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner Set ProseL-I e-�ercAcc L;S+— P-1 • 4. Have you ever failed to complete any work awarded to you? 0 O If so,where and why? 5. In what manner have you inspected this proposed work? Explain in detail. PCL - Jic Mt< y�q & cD L Vise 6. Explain your plan or layout for performing the proposed work: ►D c+ sb.�D 4tc, ro v aR c�a) (Y ter d?a+cs etwe� u.aI ' 7 wry-Leh t p« 4-4_ 7. The work, if awarded to you, will have the personal supervision of whom? (a) For administrative management? \ri cl E I m a z t (b) For resident construction superintendence? IL€ - c I mQ (c) What experience in this type of work is enjoyed by the superintendent designated under(b) above? 8. What portions of the work do you intend to sub-let? t33rC- 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 S d 6ia3'-fi eecy�Le.r A-;r C.0 r G,e_rajvs. 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? Y Q S 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 .54 64 S 40. GST R ayeiroeneNtnur-,•, Ta„ks 12r_hab;1; S../' /G'sbra`Jje NI Ub 9 �rY_ Wo3oL 1 oc s or., TX -t-►DI 3 : µi ((er a Assoc;Q-i-es - bawld Ll« Et 9 -11 -`{'l00 Dated at a this L' day of Feb ru.ar1/4/ , 202-4 BY: f7/lC/ �7 TITLE: P-4 PROJECT REFERENCES 2017 - 2024 M . K . PAINTING , INC . 4157 Seventh Street Wyandotte, Michigan 48192 (734) 285-5861 office (734) 285-5862 fax mkpaintinginc@aol . com www . mkpaintinginc . com 2/5/2024 2017-2023 PROJECT REFERENCES M. K. PAINTING, INC. OWNER/CONTACT ENGINEER- PHONE WORK PERFORMED AMOUNT LEAD Bellmead,TX Dunham Engineering Multi-tank and piping rehabilitation $627,000 (2017) (979) 690-6555 project Benbrook,TX Dunham Engineering 500,000 gallon fluted column Wet interior 501,800 (2018) (979) 690-6555 and exterior repainting with repairs Deer Park,TX Dunham Engineering 1 million gallon ground storage tank 339,000 (2019) (979) 690-6555 interior and exterior repainting with repairs Ottawa County, OH Poggemeyer Design Group 3 elevated tanks each 500,000 gallons 1,043,655 (2017-2019) (419)352-7537 all repainted interior and exterior with repairs Rochester, MN Cary Johnson 500,000 gallon elevated tank interior 127,000 (2019) City of Rochester repainting and exterior overcoating (507)280-1643 Rochester, MN, Cary Johnson Bandel Reservoir 2,000,000 gallon 239,500 (2018) City of Rochester interior repainting and exterior (507)280-1643 overcoating Rural Lorain County GRW Engineers, Inc. Ruggles 100,000 gallon elevated tank 118,000 Water Authority, OH (317)347-3650 interior repainting and exterior (2019) overcoating Watauga,TX Burgess&Niple 2,000,000 elevated tank interior 248,000 (2018) (817)566-9460 repainting White Bear Twp., MN TKDA, Inc 750,000 gallon elevated tank interior and 660,700 (2019) (651)292-4503 exterior repainting dry interior coating repair with repairs Sugarland,Texas IDS Engineering Group Rehabilitation of Merrick Tank-750,000 492,090 (2017) (713) 462-3178 gallon elevated storage tank Sherburn, Minnesota Bolton and Menk Water Tower Rehabilitation-250,000 350,250 (2018) (952)890-0509 gallon Spheroid Harris#61,Texas Lockwood,Andrews and 500,000 gallon elevated tank interior and 365,500 (2019) Newnam, Inc. exterior Repainting with major repairs (713) 266-6900 Bryan,Texas Dunham Engineering Luza Street Elevated Storage Tank 260,000 (2020-2021) (979) 690-6555 Rehabilitation Copperas Cove,Texas Dunham Engineering Taylor Mountain Water Storage Tank 262,489 (2016-2017) (979) 690-6555 Rehabilitation- 1,000,000 gallon Ground Storage Tank-exterior/interior/repairs Montgomery WCID No. AEI Engineering, LLC 250,000 Gallon Elevated Storage Tank 306,500 1,Texas Miles Fabian Rehabilitation (2020) (281)350-7027 Mustang SUD,Texas Steger Bizzell Bryan Road Elevated Storage Tank 846,500 (2020) Samuel Davis Painting (512)930-9412 White Bear Twp., TKDA Hammond Road Water Tower Painting- 646,750 Minnesota James Studenski 750,000 Gallon Elevated Tank (2019-2020) (651)292-4400 Mayer, Minnesota Bolton &Menk 400,000 Gallon Elevated Spheroid 240,500 (2020) Ryan Kolta Exterior Repainting (763)433-2851 Montgomery MUD No. Bleyl Engineering Buckingham Water Plant-Two Ground 283,933 9,Texas Michael Sullivan Storage Tanks Rehabilitations (2021) (936)441-7833 Montgomery MUD No. Bleyl Engineering Water Plant No. 1 GST Recoating 148,071 18,Texas Michael Sullivan (2021) (936)441-7833 Copperas Cove,Texas Dunham Engineering Hogg Mountain GST and Turkey Run 230,000 (2020) (979) 690-6555 GST Rehabilitations Copperas Cove,Texas Dunham Engineering Turkey Run GST Rehabilitation 278,000 (2021-2022) (979) 690-6555 St. Paul, Minnesota KLM Engineering Cope Avenue Tank Repairing and 1,488,500 (2021) (651) 773-5111 Repainting Port Neches,Texas Preferred Industrial Painting Clarifier Cones and Equipment 129,000 (2022) Contractors (281)421-0474 Richwood,Texas Preferred Industrial 350,000 Gallon Steel Ground Water 105,000 (2021) Contractors Storage Tank (281)421-0474 Grant Road P.U.D. Pacheco Koch 286,000 Gallon Ground Storage Tank, 346,000 Water Plant#2 (281)421-0474 212,000 Gallon Ground Storage Tank, (2022) two 10,000 Hydropneumatic tanks, Pumps, Piping in Building Rehabilitation Harris County Municipal Vogler&Spencer Water Plant Hydro-Pneumatic Tanks 140,500 Utility District No. Tom Laseter Recoating 221 (2023) (713)782-0042 Two 20,000 gallon hydropneumatic tanks City of Huntsville, Texas City Engineer Palm Street 1MG Ground Storage Tank 459,250 (2023) Paul Widner No. 2 Rehabilitation (936)355-8405 Guadalupe-Blanco River City Engineer Repaint Exterior of 2,000,000 gallon 65,000 Authority(2023) Victor Castillo Concrete Ground Storage Tank (830)379-5822 Kingsbridge Municipal Miller&Associates Cleaning, Repairs and Coatings for 546,540 Utility District(2024) David Miller 500,000 gallon Ground Storage Tank (713)977-4700 and Two(2)20,000 gallon Hydropneumatic Tanks and One(1) 10,000 gallon Hydropneumatic Tank FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. C k P� c� �-}���, Te X „s 2, riCheck this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) ii Name of local government officer about whom the information is being disclosed. �--1 . . ?al r--\-=k , 1 nc Name of Officer Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes O[ No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes xi No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. 11/4-) \, Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). j`d aI os aoa`_, Signature of dor doing business with e gover mental entity ate SECTION R CONFLICT OF INTEREST FORM FORM CIQ CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 175, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the • vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. --ce_, ,s J — Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 11 Name of local government officer about whom the information is being disclosed. Name of Officer J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income,other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes X1 No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). Signature odor doing business with :,e gover mental entity ate f. CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Cocs/LG1htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code 4176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code S 176.003(a)(2)(A)and(B): • (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: • (2) the vendor: (A) has an employment or other business relationship with the focal government officer or • a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12- ' month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed;or I I (ii) the local governmental entity is considering entering into a contract with the vendor, (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 4 176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local `{ governmental entity;or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or j (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or .i (C) of a family relationship with a local government officer. SECTION Q CERTIFICATE OF INTERESTED PARTY FORM ADDITIONAL CONDITION OF AWARD— DISCLOSURE OF INTERESTED PARTY FORM: NEW OBLIGATION OF THE CITY TO RECEIVE INFORMATION FROM WINNING BIDDER Effective January 1,2016,pursuant to Texas Government Code,Section 2252.908(the"Interested Party Disclosure Act"),the City may not award a contract to a bidder unless the bidder submits a Certificate of Interested Parties Form 1295 (the"Disclosure Form")to the City as prescribed by the Texas Ethics Commission ("TEC").In the event that the bidder's bid for the City of Port Arthur,is the best bid received,the City or its consultant,will promptly notify the bidder.That notification will serve as the conditional verbal acceptance of the bid.Upon this acceptance,the winning bidder must promptly,not later than TIME(CST)on the DATE, file the materials described below. PROCESS FOR COMPLETING THE DISCLOSURE FORM The Disclosure Form can be found at https://www.ethics.state.tx_us/forms/1295.ndf,and reference should be made to the following information in order to complete it: (a)item 2—Name of City("City of Port Arthur") (b)item 3—the identification number("City of Port Arthur"),and (c)item 3—description of the goods or services assigned to this contract by the County("Construction Services for City of Port Arthur" You must: 1) complete the Disclosure Form electronically at the TEC's"electronic portal",and 2) print,sign and deliver a NOTARIZED copy(scanned and emailed is fine) of the Disclosure Form and Certification of Filing that is generated by the TEC's"electronic portal." The following link will take you to the electronic portal for filing: https://www.ethics.state.tx.us/TECCertlnt/pages/login/certLogin jsf Also,a detailed instruction video may be found here: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm Neither the County nor its consultants have the ability to verify the information included in a Disclosure Form,and neither have an obligation nor undertake responsibility for advising any business entity with respect to the proper completion of the Disclosure Form. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2024-1135578 M. K. Painting, Inc. Wyandotte, MI United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/18/2024 being filed. City of Port Arthur,Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. P24-016 Proctor Street Extension EST Rehabilitation 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Elmazaj,Harry Woodhaven, MI United States X • 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is f! Q Y , and my date of birth is � f.D t l(� . My address,s ? `') -7 C.',D c , Pt t . 1'lf S 3 USA-. (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in 6(�/ -,.h r_ County, State of ,on the /3cf day of Pa.r c 1 20 GENE E REED J (month) (year) NOTARY PUBLIC-STATE OF MICCHIGAN n,49 / eri COUNTY OF WAYNE Signature of authorized agent of contracts business entity My Commission Expires May 28,2025 (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.5b35d027 SECTION S NACE INSPECTOR INOFRMATION FORM A .. yr..•T,.R� CITY OF PORT ARTHUR PROCTOR STREET EXTENSION EST ELEVATED STORAGE TANK REHABILITATION NACE INSPECTOR INFORMATION FORM ( Form to be submitted with Bid Package) Full Name: F � \ \NJ 4- ("L e cr a.. NACE Level 1 Cerification Number: \p S 9 i g Expiration Date: G:\Port Arthur\3623 Procter St EST Rehabilitation\Contract Docs\Section S NACE FORM