Loading...
HomeMy WebLinkAboutPR 23731: AWARD OF THE WATERLINE AERIAL CROSSING COATING PROJECT TO BLASTCO TEXAS, INC. _ ,9lNli�t 1, of „,-1 1.j{I 11Y www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: April 22, 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. 23731 -Award of the Waterline Aerial Crossing Coating project to Blastco Texas, Inc. Introduction: This Agenda Item is to seek the City Council's authorization for the City Manager to enter into a contract with Blastco Texas Inc. for the Waterline Aerial Crossing Coating project in a total amount of$336,520.00. Background: The two 36-inch steel waterlines along Savannah Avenue & Main "D" Canal/Alligator Bayou and Savannah Avenue&and Main Outfall Canal were constructed in 2004. The Aerial Crossing parts are corroded and are 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 proposals and recommended awarding to the contract to the lowest bidder, Blastco, Texas, Inc. of Channelview, Texas. The project includes pressure washing the outside of the waterline, shrouding,removal and disposal of spent materials prior to commencing work. Budget Impact: The total amount of the project is $336,520.00. Funding is available in Account No. 405-40- 000-8516-00-00-000, Project No. WS00013-CON. Recommendation: It is recommended to enter into a contract with Blastco Texas, Inc. for the Waterline Aerial Crossing Coating Project with a total amount of $336,520.00, 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. 23731 4/22/2024 CV Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH BLASTCO TEXAS, INC. OF CHANNELVIEW, TEXAS FOR THE WATERLINE AERIAL CROSSING COATING PROJECT FOR TWO 36- INCH STEEL WATERLINES LOCATED ALONG SAVANNAH AVENUE, FOR THE TOTAL AMOUNT OF $336,520.00; FUNDS ARE AVAILABLE IN ACCOUNT NO. 405-40-000-8516-00-00-000,PROJECT NO. WS00013-CON. WHEREAS, the two 36-inch steel waterlines located along Savannah Avenue & Main "D" Canal and Savannah Avenue & Main Outfall Canal from the Water Purification Plant were constructed in 2004; and, WHEREAS,the aerial crossing for the two pipelines parts are corroded and in urgent need of rehabilitation; and, WHEREAS, Schaumburg & Polk, Inc. (SPI) of Beaumont, Texas designed the project which included pressure washing the outside of the waterline, shrouding, removal and disposal of spent materials, and then recoating the waterline; and, WHEREAS, the Purchasing Division advertised for competitive sealed bids via Bid Number P24-031 in the local newspaper and on the City's website on March 27,2024,and received two (2)bids, which were opened on April 17, 2024; and, WHEREAS, SPI reviewed the bid proposals and recommended awarding to the lowest bidder, Blastco Texas, Inc. of Channelview, Texas, as shown in the bid tabulation (Exhibit"A"), in the total amount of$336,520.00. 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, • P.R. No. 23731 4/22/2024 CV Page 1 of 3 THAT, the City Manager is hereby authorized and directed to execute a contract, in substantially the same form attached as Exhibit "B", with Blastco Texas Inc. of Channelview, Texas for the Waterline Aerial Crossing Coating project, in the total amount of$336,520.00; and, THAT, funds are available in 405-40-000-8516-00-00-000, Project No. WS00013-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: ►I.J"-- bt4L-titC---0 Sherri Bellard J j s M. Black City Secretary Interim City Attorney P.R. No. 23731 4/22/2024 CV Page 1 of 3 APPROVED FOR ADMINISTRATION: Ronald Burton, CPM alvin Matt , . . City Manager Director of Water Utilities APPROVED AS FOR AVAILABILITY OF FUNDS: Lynda(Lyn) Boswell, MA, ICMA-CM Clifton . Williams, Jr., CPPB Director of Finance Purchasing Manager EXHIBIT A (Bid Tabulation) Mar SCHAUMBURG POLK, April 19, 2024 Mrs. Jess Liao, PE Utility Engineering Manager City of Port Arthur 444 4th St, Port Arthur, Texas 77640 Re: Waterline Aerial Crossing Coating Recommendation of Award Dear Mrs. Liao, Based on our review of bids received on Wednesday, April 17, 2024, and verification of the references, it is our recommendation that the above referenced project be awarded to Blastsco Texas, Inc. in the amount of $186,766.00 for the Base Bid (Items 1-8). Should the City elect to award the Additive Bid Items (Items 9-12) in the amount of$149,754.00, the Total Contract Amount would be $336,520.00. See enclosed Bid Tabulation. Sincerely, Schaumbur & Polk, Inc. Nestor Bar to Project M ager G:\Port Arthur\3625 WI.crossing rehabilitation\Bidding\ROA\ROA Blastco Texas.docx 8865 College Street, Suite 100 ► Beaumont, TX 77707 www.SPI-ENG.com P: 409 866.0341 I F: 409.866.0337 N O D p V O) (f D A () N D CD 0 < C:) < 0 4Z © Z Z CO 0 A Z m Z a H no C C C -o 0 (o w m N cn 0 w m 5 * m (n (o cn co n)(n o w c g' * m C 3 cmi - m -I m 3 a m a ZSI Do m< x me E o. c, -O» D� < x 0 c Z o o o 3 ad o c >7 n m -, - 7 n a 7 n m ,, 7 _a g a o 0 m a (A N C) a N• N - co OCD 0 O m 9l m A -0 - o Z m 00, W0; ?D (O 0 $ 7 > 7 DS ?m n 7 ,m„ O m amamoo- G) 3om p nm amo• a -tom D tom > j � mo A a < .N+ N (7i, "' , 0) 7 0 C (p (^ j N v, -- y m 7 Q Z N N �. a 'IL O n Q co S o o m m C � 0 m T < o o m m m < m d co p 5 0 =3 0 0 cD co o (-o 3 0m - 0 .o 0 o o (° R 00 , ay m a� Z oYN. N aw?ID y - 3 41 m? Nf a -' = c D 0) T0 !•n * cam - c D C ?. 0) 3y0Q, ° co . c m m 5' 5 T 3 Z . c m T 5 5 - j J 3 r m a d j V1 a n) 7 3 0c oco c u D 7 3 0cn (o m v o CD s m 5 N a 0- a w'E 7 N' a a m r �, a ? y o o 33 g 7. a m °� m Q m m o •o-_.c-o U co _0•. m O N n -' Q n cr! = 0•. m o -o Q m 3 = O -) 3 8 03 � fl' oco oap3 =' m -, co m *. m -• -, c ,oa 0 o �_ O a a D o o m (o =a a - 0 m o m (n 0 033m � o = 0 ,„ m o3 c m ocoa0 ca r mmm 5_ nZo o m en m x 3 0) -0 (u "" 0 0) m v' moCr m m Z `^ o 0 m s O a CD 0 7 ( (,' m . r m W in x §. m ni m o O m - • -p *. niN � � aD 3-0a-i Z §. v' N .: 30av, 0a M mom sv, _16 o o m m 0c -ia. 7 m CD - m m O 0 - mm0 v, -v, `0".' (7) m mO (° m0n) () _ omo O o c m e 3 7 0 m m 7 - c O X 3 n m?� v o o- a nm =a a -(mn o- m 03 a amo 00 3 c o a f C o .0 mo c o 0 as o 3 a w v' O m 3 m 0 7 o a o w •o Cr (mn -D{ 0 a 0.- 5 3 0 ... 2- 0 . .,_ -.0 0 m 3 m-,- a) m ? c a - m 0 0 0 0 o „ a c B. 0 0 E 2' 0 5• c o - o (n m v' • m C d m (p m 7 O j 3mom am 0 _0 3m oCD -,. � m ^) o s3 w 70c 7 D7Z m (^ 7o m3 7ov ow 73 n.' 7 > > m 3. m co 3 -1 � m0 NO N < o o N- p) m O N O d ~ (^ O N N m .c(^-. r n O > -n W m7 Om -io - Eir m 7m ow -io 3 n m Zmm 0- 7 am m m -i0am o3m m wN' m a n C700 o m 0 a o m • -Xj 0• co 0 a a 0- 0 XI m m <' N. 70 P` K ' I —1 7 v_) dm o 7. m a (n m mm7. m � = o (023 r -I D m 7mfn m �' � ' � �' m '-0 `7) m °o' 0 - 0' m -um M05 m0 > co CD • m ' 0. O_ =0 o m co • m o0m o 0) 0( 0 c (^• * - co N) d , oC Cn us OID 5ix. CC 0m O m m mx m (0o co m 7m m o- II O Cnm 07W0 d " m 0 m 2 -• '- m3 oZ Z < am m mo - ) N CO � cz (m U . = m o = u) O o (^ O 5 a a m c ` m W o `om m m m OW o a m m CD co c p m7 to > m 0naom u ° O DCnm a > s w o m-I n . m p a m O (p O ? U ' I -im c m Occfy ( om o O m yo 7 m N �. ^ a 5 co jo '< Cm m r D , 5 -, � C -x' Nm >rO (nrn x ( 4( m a n 7- a 3 °mrn z7 r mo - y CO m a o -- "utp o - o Nmw3 5 (CI m v c 3 m 3 CD 7 a mm o °1 0, m O m m . , CO 7 co to 5. w A C.) a Es Ef3 EA EA A W A A EA W W N A N W 7 N O N O co O O O 0 rn - O 0 p O O O O O O O 0 = N Ea EA_ co• O A O O O) O O O 0 n N 0 (A . CO 0 0 0 '00 0 0 O 00 0 O 0 0 m 0 COO COO O Z N • O A - Ej .P a Ej �, w ffl co N W a 0 O O 0 b 0 j O b 0 O 0 0 0 O -I X <. 7 O 0 0 (!) 0 O 0 O) 0 O O 0 O m n in o A O 0 0 0 00 O O O 00 0 O O 0 m I EA GA En EA +A EA Efl EA (f) N EA C of co W N co N (J) Ut A 7 CO O O V O b O V O 0 O 0 N o W m O N m <9 GA O Ob 00 O co o 00 0 0 O 0 �, N O a a V Iv O 0 0 O O 0 0 O O 0 b O 0 m 0 o v 0) O CO O O 7 7 Vl ID -co EA Xo a, a 0 0 EA EA 0 O (0 w a) co cov' w w co co � A m 7 ,-. O co O (J) (1) N O N coco O 0 O (T 3 0 O O 0 O co O co -co O O o O -� A, < 0 O O O O o m 0 0 0 b o b 0 0 0 0 m co 0 0 0 0 0 co 00 0 0 0 0 0 { o e \ co \ a CD /\ CD / / \\ \ - >= \ \ co \ 0 o B o a. cp7= / y cc K } ® \ I \ / g � = / _ 9mc VI f O > s c• _ • z• 2,,/�� J $ / 0 e•z� | • % \ 3 I / J • : - = �o . / \ > co m />•z 4c- _ �00 2 12 ~ k } co rz� . 00 / / \ / \t�-J 2 : z / 2 - k ti : z � * � \ �k�� •. — \ { o i > 3 ) ( o @ z 5 o o ( $ S 2 \ 2 \ / 3 \ 2 > ± c 4 = e a CO J o 2 / § 2 ° 5 \ 9 ƒ + o [ / 7 § _ = 6 a & - = > & ± § 7 0 5 \ = \ / a 7 \ \ j \ ® - ® - ° _ - a - : - ® co_ _ ) \ \ 4. ! c S s t t t t s t s t t t t ƒ / X o � fg � \ = / \ 2k ° ( \\ } t t t t s t t t t t t t & —%° [ e » of E \ \ -,o o (D EXHIBIT B (Contract) SPECIFICATIONS AND CONTRACT DOCUMENTS Waterline Aerial Crossing Coating r 40 % ort rthrt�_ Te.rus CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS ,ems•,®�a�® � BID NUMBER P24-031 ,b�,- OFT March 2024 t 5®•• ,.. l*S yy*'o' '1 °e ®N •TI"EuM.....".BfNN.M�iIY TEP . JQRO�N I Ausu�suKcs.u+.sss s,/ y '••1/▪cEHss5k. .�. —z.t _ w�`-f Prepared by: SPI SCHAUMBURG Ss POLK, CONSULTING ENGINEERS 8865 College Street Beaumont, Texas 77707 (409) 866-0341 Firm Registration Number: F-000520 w THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM TIFFANY L.HAMILTON EVERFIELD, City of CITY MANAGER MAYOR PRO TEM il"‘ SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. n r t r t h u r DONEANE BECKCOM Texas ras JAMES M.BLACK HAROLD L.DOUCET,SR. INTERIM CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. MARCH 27, 2024 INVITATION TO BID WATERLINE AERIAL CROSSING COATING DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, April 17, 2024 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday,April 17,2024 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P24-031 DELIVERY ADDRESS: Please submit one (1) original and one(1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams P.O. Box 1089 Port Arthur, TX 77641 clifton.wi lliamsaportarthurtx.gov The enclosed Invitation to Bid (ITB) and accompanying General Instructions, Conditions and Specifications are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. eL,6 )rf. GlAiga.krut- Clifton Williams Purchasing Manager ADDENDUM NO. 1 April 5, 2024 TO CITY OF PORT ARTHUR, TEXAS WATERLINE AERIAL CROSSING COATING BID No. P24-031 THIS ADDENDUM IS ISSUED FOR THE PURPOSE OF AMENDING THE CONTRACT DOCUMENTS AND PLANS FOR THE ABOVE PROJECT AS FOLLOWS: The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum No. 1 in the space provided on the Bid Proposal. CONTRACT DOCUMENTS & PLANS Plan Sheet 2 of 3. Plan sheet 2 of 3 has been revised to show"Base Bid Item"and"Additive Bid Item". See attached. Bid proposal. The Bid Proposal is hereby revised. See attached. Bid Breakdown. The Bid Breakdown is hereby revised. See attached. Bid Opening. The Bid Opening sheet is hereby revised. See attached. Scope of Work. The Scope of Work is here by revised. See attached. CIVCAST QUESTIONS: Q1. What company will perform inspections? Al. Schaumburg & Polk, Inc. will be performing the inspections. Q2. The specification states there is a profile from a previous coating application. Is this referring to the initial coating application at the time of original construction or is it referring to a rehabilitation at a later date? If it has been blasted and painted during a rehabilitation was lead abatement performed at that time if lead was present? A2. There is no information on prior rehabilitations. There is no lead present in the current coating system. Q3. Can a detail be provided showing the limits of restoration on both ends of the pipe? A3. The pipes are to be rehabilitated to the point where they enter the ground. Q4. At the Savannah Avenue location, are we required to blast and paint any piping that is currently buried or does the rehab stop where it enters the ground? A4. Refer to Q3. Q5. Is any pipe wrap required at the soil to air interface? A5. No. There is no wrapping required. Q6. Are we able to work at both locations at the same time? A6. No. Contractor is to complete one pipe at the time. Q7. Will a Monday through Saturday (6) 10 hour day schedule be approved? ADDENDUM NO. 1 April 5, 2024 A7. The City of Port Arthur has no objections with work performed Monday through Friday at the Main Outfall Canal location (Additive Bid Item). The Contractor will have to coordinate work hours with Motiva Enterprises for work at the Main D Canal location (Base Bid Item). Q8. Would an alternate water-based coating system be approved for this project? A8. Yes. The following Sherwin-Willimas Coating System is approved as an "approved equivalent", Coating System: 1st Coat: Zinc Clad XI Inorganic Zinc Rich Primer @ 2.5 to 3.5 mils DFT 2nd Coat: Pro Industrial Waterbased Catalyzed Epoxy @ 3.0 to 4.9 mils DFT 3rd Coat: Pro Industrial Waterbased Catalyzed Epoxy @ 3.0 to 4.9 mils DFT 4th Coat: Pro Industrial Acrolon 100 Waterbased Urethane @ 2.5 to 3.5 mils DFT Q9. I have requested the coatings specified with the listed coating manufacturers, to no avail. Where do we source this coating system? Coating System: 1st Coat: Waterborne Epoxy Zinc-Rich Primer 2nd Coat: Two-Component Inorganic Hybrid Water-Based Epoxy 3rd Coat: Two-Component Silicon-Grafted Composite Will an alternative system from Sherwin Williams be acceptable? A9. Refer to Q8. CLARIFICATIONS 1. The Contractor shall coordinate work at the Main D Canal location with Motiva Enterprises. Contact Mr. David Nixon, Infrastructure Manager, at 409-293-5250. 2. The Contactor may store construction equipment and material at the City's Water Purification Plant at 1101 H 0 Mills Boulevard. Port Arthur, Texas 77640 3. The Non-Mandatory Pre-Bid conference sign-in-sheet is attached. 4. Questions will be received until April 10, 2024, at 5:00 PM, CST. Questions submitted after this time & date may not be answered. 12 PAGES TOTAL IN ADDENDUM No.1 END ADDENDUM NO. 1 + ‘ ,111 .411: • it*• ° r STEPHjrN; J. JiOFIDAN1 iert.iir r /Av. 87766 •'Q� q ENSEp•° ,:r 9' 'CNAL E 1, Stephen J. Jordan, P.E. Ly,_ , G\Port Arthur\3625 WL crossing rehabilitation\Bidding\Civcast.Addendums\Addendum 1\AddendumOl.doc BID PROPOSAL CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 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 plans & specifications; NOT TO EXCEED 4% OF TOTAL PROJECT BID for, DOLLARS CENTS $ $ Lump Sum 2. 1 LS Traffic Control Plan, Contractor to furnish a traffic control plan. Plan must be signed and sealed by a Professional Registered Engineer and meet latest MUTCD Guidelines. DOLLARS CENTS $ $ * Per Lump Sum 3. 1 LS Furnish, Install, and Maintain all Traffic Control, including all signage, devices, setup, flagging, labor and equipment, all in accordance with plans and specifications for, DOLLARS CENTS $ $ * Per Lump Sum 4. 1 ALLOW Miscellaneous. Furnish all labor, materials, and equipment to perform all miscellaneous work, 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 $ 25,000.00 $ 25,000.00 Allowance Addendum No.1 D - 1 SD IAUMBLIRG POLK. BID PROPOSAL CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 Item Quantity Unit Description Unit Price Total Price SAVANNAH AVENUE AND MAIN "D" CANAL(36" WATERLINE) 5. 1 LS Water line Coating. Furnish all labor, materials, and equipment to coat all EXTERIOR surfaces of the waterline per Item 603 including, containment (shrouding), surface preparation, decontamination, collect and dispose all the spent materials from surface preparation, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ * Lump Sum 6. 4 EA 3" x 1/4" Galv. Straps: Furnish all labor, materials, and equipment remove existing straps and replace with 3" x1/4" galvanized straps including anchoring to existing supports, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ Per Each 7. 1 EA 2" Air Release Valves: Furnish all materials, labor, equipment, to remove and replace air release valve on existing tap, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ Per Each 8. 1 LS Surface Restoration: Furnish all labor materials and 't equipment to restore the site to the existing condition including seeding, grading and levelling, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ " Lump Sum Addendum No.1 D - 2 MIX SCHAUMBURG POLK, 1 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 Item Quantity Unit Description Unit Price Total Price ADDITIVE BID ITEMS SAVANNAH AVENUE & MAIN OUTFALL CANAL(36" WATER LINE) 9. 1 LS Water line Coating. Furnish all labor, materials, and equipment to coat all EXTERIOR surfaces of the waterline per Item 603 including, containment (shroudig), surface preparation, decontamination, collect and dispose all the spent materials from surface preparation, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ * Lump Sum 10. 4 EA 3" x 1/4" Galv. Straps: Furnish all labor, materials, and equipment remove existing straps and replace with 3" x1/4" galvanized straps including anchoring to exisiting supports, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ * Per Each 11. 1 EA 2" Air Release Valves: Furnish all materials, labor, equipment, to remove and replace air release valve on existing tap, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ * Per Each 12. 1 LS Surface Restoration: Furnish all labor materials and equipment to restore the site to the existing condition including seeding, grading and levelling, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, DOLLARS CENTS $ $ Lump Sum * 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.1 SFI D - 3 SCt HAUMBURG POLK, BID BREAKDOWN CITY OF PORT ARTHUR, TEXAS WATERLINE AERIAL CROSSING COATING BID NUMBER P24-031 Bid Item Description Unit Quantity Cost/Unit Item Amount 1 MOBILIZATION a Moving equipment to site LS 1 d Insurance LS 1 c Performance bond LS 1 d Payment bond LS 1 TOTAL BID ITEM NO. 1 5 SAVANNAH AVENUE AND MAIN"D"CANAL(36"WATERLINE) a Containment (Shrouding) LS 1 b Decontamination LS 1 c Exterior surface preparation LS 1 d Exterior surface coating LS 1 e Collection and disposal of blasting media LS 1 TOTAL BID ITEM NO.5 9 SAVANNAH AVENUE&MAIN OUTFALL CANAL(36"WATER LINE) a Containment (Shrouding) LS 1 b Decontamination LS 1 c Exterior surface preparation LS 1 d Exterior surface coating LS 1 e Collection and disposal of blasting media LS 1 TOTAL BID ITEM NO.9 Addendum No.1 SFI D - 4 SCHAUMBURG PCLK, 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: Waterline Aerial Crossing Coating Bid Number P24-031 Owner: City of Port Arthur,Texas Total Base Bid Amount(Item 1 —8) Total Additive Bid Amount(Item 9— 12) Name of Bidder Addendum No. 1 D - 5 jinrX SCHAUMBURG POLK, ADDENDUM No. 2 April 10, 2024 TO CITY OF PORT ARTHUR, TEXAS WATERLINE AERIAL CROSSING COATING BID No. P24-031 THIS ADDENDUM IS ISSUED FOR THE PURPOSE OF AMENDING THE CONTRACT DOCUMENTS AND PLANS FOR THE ABOVE PROJECT AS FOLLOWS: The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become part of the Contract Documents. Bidders shall acknowledge receipt ofAddendums No. l and No.2 in the space provided on the Bid Proposal. CIVCAST QUESTIONS: Q1. Can you provide addition details to the extent of traffic control required? We cannot quote this without knowing what the plan calls for such as lighting, cones, signs, police, and vehicles, etc. and number of each. Traffic Control Plan signed off by an engineer will require this info. Al. The Traffic Control Plan shall be per Bid Item No. 2. 1 PAGE TOTAL IN ADDENDUM No.2 END ADDENDUM NO. 2 4�,�.®,,,,,' pST N J. JORDAN i 0~.q• 87766 / 11 �• cEnl.CEN `�` , fit'PO'NAI.0. .r'r Stephen J. Jordan, P.E. 1.4,/o_2.721 SCOPE OF WORK CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 A. GENERAL This contract provides for the coating of potable waterlines for the City of Port Arthur at two different locations. The project provides for the rehabilitation of two 36-inch steel waterlines aerial crossings at Savannah Avenue & Main Outfall Canal and at Savannah Avenue & Main D Canal/Alligator Bayou. The proposed rehabilitation includes blasting the pipes to bare metal and then recoating. 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 water line installation and coating. The contractor shall coordinate with the City personnel when restoring the water lines to service. It shall be the bidder's responsibility to carefully inspect the site and all pertinent parts and appurtenances of the waterlines to ascertain the quantity of surface preparation, coating and replacement required to perform the proposed work and place the water line 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. Savannah Avenue & Main "D" Canal (Base Bid Items) 1. Contractor shall perform all surface preparation and coating of approximately 200 LF of 36-inch steel waterline exterior surfaces per specification Item 603 including, pressure washing the outside of the waterline, shrouding, removal and disposal of spent materials prior to commencing work. Contractor shall provide for quality control procedures for preparation of surfaces and coating application, all in strict accordance with the plans and specifications. Addendum No. 1 SOW 1 of 3 SCHAUMBURG POLK, 2. Contractor shall perform lead testing of exterior surfaces of the waterline. Contractor to provide lab testing result reports to Engineer for review, all in strict accordance with the plans and specifications. 3. Contractor shall perform lead abatement of hazardous material, if determined that the waterline contains lead as demonstrated by the lead testing results, all in strict accordance with the plans and specifications. 4. Contractor shall remove and replace the existing 3" x 1/4" Galv. Straps, all in strict accordance with the plans and specifications. 5. Contractor shall remove and replace the existing 2-inch air release valves, all in strict accordance with the plans and specifications. 6. 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 Augustin sod, all in strict accordance with the plans and specifications. 2. Savannah Avenue & Main Outfall Canal (Additive Bid Items) 1. Contractor shall perform all surface preparation and coating of approximately 240 LF of 36-inch steel waterline exterior surfaces per specification Item 603 including, pressure washing the outside of the waterline, shrouding, removal and disposal of spent materials prior to 'commencing work. Contractor shall provide for quality control procedures for preparation of surfaces and coating application, all in strict accordance with the plans and specifications. 2. Contractor shall perform lead testing of exterior surfaces of the waterline. Contractor to provide lab testing result reports to Engineer for review, all in strict accordance with the plans and specifications. 3. Contractor shall perform lead abatement of hazardous material, if determined that the waterline contains lead as demonstrated by the lead testing results, all in strict accordance with the plans and specifications. 4. Contractor shall remove and replace the existing 3" x 1/4" Galv. Straps, all in strict accordance with the plans and specifications. 5. Contractor shall remove and replace the existing 2-inch air release valves, all in strict accordance with the plans and specifications. 6. 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 Augustin sod, all in strict accordance with the plans and specifications. C. 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. Addendum No. 1 SOW 2 of 3 Njlar POLK, 2. Contractor shall coordinate with the Owner and Engineer his schedule and sequence of construction. 3. Contractor to coordinate with property owners prior to entering property/easement. 4. 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. 5. The Contractor shall restore the project site to its original condition or better prior to the project completion and acceptance by the Owner. Addendum No. 1 SOW 3 of 3 SPI SCHAUMBURG POLK, PRE-BID MEETING SIGN-IN SHEET CITY OF PORT ARTHUR, TEXAS WATERLINE AERIAL CROSSING COATING BID NUMBER P24-031 Date: Tuesday,April 2,2024 Time: 2:00 PM NAME COMPANY or AGENCY E-MAIL / PHONE No. nbarroeta@spi-eng.com Nestor Barroeta Schaumburg&Polk, Inc. 409-866-0341 R oe.k- I i.��►s �c rV1 1. u @ cam C,,"-i-JA('. J?, Ntr 020 3I 1 / e� g qat e's / 5 Ire w s I,n airto rrelq.�o,• GD- i/ ?per,' BL4-5TC�� _ f��( - 0, -61 5 9 ,. go,wxioC,GM vvtdo-yvv iA 1.A - _1-V71 . i-c4-o VortavtGA41-Vcr k0v t ia). Cli.CC-u.. I.4,;1 I!i 4n) t C 0 p4_ �.4f-dn.(Q-A t�pht P po/`r-ce-Au.-4A-10/ wic..ien t7. ' 4 r-6 ( hi-r COP <40s. 5�$. 55f1S— e s„n..._._.__1,«. R, _++AP,....,3e.1,... ma+c w�.+anmvaa s. c�F onv wxs,csn crn*rvcrNrn^s . . SAY rp # � (4*'i` 7 i ' ¢ 4 ` w D Z 1 ek'-'44 `"3. ' D _ i 8e� v .�.,a 1,4 Q D 3 Z H gcNxD _�.' rn gS I m 's s ,'*h fY om 7 N { SF m } _ a L to ' —. p *3 .,fit r.��\ m - ,fig m 4/, i li til v.'• / / Y5 o ¢ewe ae''t _,� 1 _ ft ., CItt OF PORT ARTHUR.TEXAS — SCHAUMBURG ROU< W ' ' C_ .0 •r. ; WATER UNE AERIAL CROSSING 0.-.ca.�• x 'cL` " s_ *;`. COATING �..— a".,� �BID NUMBER P24-0 B vAv`� W • • SAVANNAH AVE 6 ALLIGATOR BAYOU .. �� RIFE COATING �- REQUEST FOR BID WATERLINE AERIAL CROSSING COATING (To be Completed ONLY IF YOU DO NOT BID) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: TABLE OF CONTENTS RETURN 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 DRAWINGS SECTION A CONSTRUCTION CONTRACT AGREEMENT CONSTRUCTION CONTRACT AGREEMENT THIS AGREEMENT, made this day of , A.D. 2024, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Blastco Texas,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 Waterline Aerial Crossing Coating. Bid Number P24-031 2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary for the construction and completion of the Project described herein. 3. The CONTRACTOR will commence the work required by the Contract Documents on or before a date to be specified in the Notice to Proceed and will complete the same within 150 consecutive calendar days as specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for completion is extended otherwise by the Contract Documents. 4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents and comply with the terms therein for the sum of $336520.00 as shown in the Bid Schedule. 5. The term "CONTRACT DOCUMENTS" means and includes the following: (A) CONSTRUCTION CONTRACT AGREEMENT (B) ADVERTISEMENT FOR BIDS (C) INFORMATION TO BIDDERS (D) BID PROPOSAL (E) GENERAL CONDITIONS (F) SPECIFICATIONS (G) SCOPE OF WORK (H) SUPPLEMENTAL GENERAL CONDITIONS Part A Part B (I) BID BOND (J) PAYMENT BOND (K) CERTIFICATE OF INSURANCE (L) PERFROMANCE BOND (M) NON-COLLUSION AFFADVIT (N) HOUSE BILL 89 VERIFICATION (0) SB 252 (P) QUALIFICATION STATEMENT (Q) CERTIFICATE OF INTERESTED PATIES (R) CONFLICT OF INTEREST (S) NACE INSPECTOR INFORMATION FORM A-I Addenda: No. _1_, dated April 5, 2025_ No. _2_, dated April 10, 2025_ 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: City of Port Arthur BY: CONTRACTOR: NAME: Blastco Texas, INC. TITLE: BY: NAME: ADDRESS: [CORPORATE SEAL] ATTEST: NAME: A-2 SECTION B ADVERTISEMENT FOR BIDS CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. 0 Box 1089, Port Arthur, Texas 77641 no later than 3:00PM on Wednesday, April 17, 2024 and all bids received will thereafter be opened and read aloud at 3:15PM on Wednesday, April 17, 2024 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: Waterline Aerial Crossing Coating BID NUMBER P24-031 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 TUESDAY, APRIL 2, 2024 AT 2:00PM. AT CITY HALL 5T" 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 corn. 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 through 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 www.portarthurtx.gov or www publicpurchase corn. 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: P24-031 i rL GI2)G'.� -1x.� Cliff n Williams. CPPB Purchasing Manager FIRST PUBLICATION: Saturday, March 23, 2024 SECOND PUBLICATION: Saturday, March 30, 2024 3-I SECTION C INFORMATION TO BIDDERS INFORMATION TO BIDDERS The following instructions are applicable to the Contract in addition to the requirements set forth in the ADVERTISEMENT FOR BIDS. 1. 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 irregular which contains any omission,erasure, alteration,addition,irregularity of any kind or item not called for, or which does not contain prices set opposite to each of the several items in the Proposal form, or in which any of the prices are obviously unbalanced,or which shall in any manner fail to conform to the conditions of the published ADVERTISEMENT FOR BID The Bidder shall sign his Proposal in the blank area provided therefore If the bid is made by a partnership or corporation, the name and address of the partnership or corporation shall be shown, together with the name and address of the partners or officers If the bid is made by a partnership. it must be acknowledged by one of the partners: if made by a corporation. by one of the officers thereof accompanied by Corporate Seal. In order to ensure consideration,the Proposal must be enclosed in a sealed envelope plainly identified by the name of the 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 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. -t The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnisn Performance and Payment Bonds and required insurance Documents within ten (10) days after the prescribed farms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER, within said period, of reasons which, in the sole discretion of the OWNER, justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified,the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the Bidder shall be liable to the CITY OF PORT ARTHUR for any excess cost to the OWNER over his bid amount. Further. the bid guarantee shall be forfeited to the CITY OF PORT ARTHUR as liquidated damages and Bidder shall be liable to the CITY OF PORT ARTHUR for an additional amount of five percent (5°!0) of the bid amount as liquidated damages without limitation. The OWNER, within fifteen(15)calendar days of receipt of acceptable Performance and Payment Bonds, Insurance Documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. 3. BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000 00), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000) a performance bond also, shall be furnished on prescribed forms in the amount of one hundred percent (100%) corporate surety duly authorized to do business in the State of Texas.Attorneys-in-fact who sign Bonds must file with each Bond a certified and effective date copy of their Power of Attorney. 4. NOTICE TO PROCEED Notice to Proceed shall be issued within fifteen(15) calendar days of the execution of the Contract by OWNER. Should there 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 5. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by OWNER. The CONTRACTOR shall at his own expense, purchase, maintain and keep in force insurance that will protect against injury andfor damages which may arise out of or result from operations under this Contract, whether the operations be himself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable of the following types and limits (No insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount[or specific formula for determining a specific dollar amount] aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance). c2 I. 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 requirements of Section 406.096 of the Texas Labor Code and 28 TAC Section 110,110. 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, b. Bodily Injury $1,000,000 single limit per occurrence of$1,000,000 each person/$1,000.000 per occurrence for contracts in excess of$100.000: and, c. Property Damage$100,000 per occurrence regardless of Contract amount: and, d. Minimum aggregate policy year limit of$1,000,000 for contracts of$100,000 or less; or, e. Minimum aggregate policy year limit of$2,000.000 for contracts in excess of$100,000. 3. Comprehensive Automobile Liability (Including owned, non-- owned and hired vehicles coverage). a. Minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 4. Contractual Liability Insurance covering the indemnity provision of this Contract in the same amount and coverage as provided for Commercial General Liability Policy. specifically referring to this Contract by date, job number and location; 5. All-Risk Builder's Risk of the non-reporting type (not required for paving projects, water and sewer line projects or projects involving lump sum payments). C-3 CONTRACTOR shall cause CONTRACTOR'S insurance company or insurance agent to fill in all information required(including names of insurance agency. CONTRACTOR and insurance companies,and policy numbers,effective dates and expiration dates)and to date and sign and do all other things necessary to complete and make into a valid certificate of insurance the CERTIFICATE OF INSURANCE form attached to and made a part of the Information To Bidders, and pertaining to the above listed Items 1, 2, 3 and 4; and before commencing any of the work and within the time otherwise specified. CONTRACTOR shall file said completed form with the OWNER. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverages afforded under the policies will not be altered, modified or cancelled unless at least fifteen (15)days prior written notice has been given to the OWNER. CONTRACTOR shall also file with the OWNER valid CERTIFICATE(s)OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractors) as the Insured. Said completed CERTIFICATE OF INSURANCE Form(s)shall in any event be filed with OWNER not more than ten (10)days after execution of this Contract. The original Builder's Risk policy(if required)shall provide for fifteen(15)days written notice of alteration, modification or cancellation and shall be furnished to OWNER. Provided, however, until the Original Policy is issued and furnished to the OWNER a Certified Insurance Binder with the identical notice will be acceptable in place of the original policy, which original policy must be received by the OWNER not later than thirty (30) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents. it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER. 6. JOB EXAMINATION Bidder should carefully examine and be familiar with the Plans. Specifications and other Documents and other conditions and matters which can in any way affect the work or the cost thereof. By submitting a bid,the CONTRACTOR acknowledges that he or his qualified representative has visited the job site and investigated and satisfied himself as to (a) the conditions affecting the work including but not limited of the physical conditions of the site which may bear upon site access, handling and storage of tools and materias, access to water.electric or other utilities or otherwise affect performance of required activities:(b)the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonably ascertainable from inspection of the site, including exploratory work done by the OWNER or a designated consultant. Failure to do all of 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 7. SALES TAX This Contract is issued by an organization which qualifies for exemption pursuant to the provisions of Section 151.209 of the Texas Limited Sales. Excise and Use Tax Act as codified in Chapter 151 of the Texas Tax Code. The CONTRACTOR'S attention is directed to the State of Texas Comptroller of Public Accounts Limited Sales, Excise and Use Tax rules and regulations Rulings regarding Repairmen and Contractors - Reference Section 151.056 Texas Tax Code which, upon compliance with certain conditions, provides for exemption from this tax of non-consumable materials and equipment permanently incorporated into work done for an exempt organization,and to House Bill 11 amendments to Section 151.311 of the Tax Code(Vernon Supp. 1992) as they relate to separated contracts/bids in order for non-consumable materials and equipment to qualify for resale to the City of Port Arthur and be exempt from sales tax. Any Bidder may elect to exclude this sales tax from his bid.The bid and contract, however, must separately identify the charges for(1)non-consumable materials and equipment that are permanently incorporated into the project and (2) charges for skill. labor and consumable materials,tools and equipment which are not permanently incorporated into the project. This statement shall be included in and made part of the Contract. CONTRACTORS are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the exemption provisions and the separated 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 oay 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 Contractor 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 ( i 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 should, no later than 96 hours prior to the bid opening, notify the Architect/Engineer in order that a written Addendum if necessary, may be sent to all Bidders prior to submission of the bids. Failure to request such clarification is a waiver to any claim by the Bidder for expense made necessary by reason of later interpretation of the Contract Documents by the OWNER. 10. AWARD OF CONTRACT Unless it elects to reject all bids, the OWNER will award the Contract as promptly as possible consistent with the time required for a thorough analysis of bids submitted. Award will be made on the basis of the greatest advantage to the OWNER, considering all elements of the bid. The right is reserved to reject any or all Proposals and to waive technical defects, as the interest of the OWNER may require. A Bidder may withdraw his Proposal before the expiration of the time during which a Proposal may be submitted, without prejudice to himself, by submitting a written request for its withdrawal to the officer who holds it. 11. TIME OF COMPLETION -ino not limited to, all 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 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 -w-per C-7 e€the-txt#errnatien 4G Bidders, listed on tho -of-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 4fh Street, 5m Floor Conference Room, Port Arthur, TX 77640. The purpose of the NON-MANDATORY PRE-BID CONFERENCE is to make certain that the scope of work is fully understood,to answer any questions,to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting. but subsequent thereto, the Engineer, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents C-7 1 SECTION D BID PROPOSAL BID PROPOSAL CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 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 plans & specifications; NOT TO EXCEED 4% OF TOTAL PROJECT BID for, Thirteen Thousand, One Hundred DOLLARS 13,100.00 1 Z,100.00 Zero CENTS $ $ Lump Sum 2. 1 LS Traffic Control Plan, Contractor to furnish a traffic control plan. Plan must be signed and sealed by a Professional Registered Engineer and meet latest MUTCD Guidelines. Two Thousand DOLLARS 2 000.00 2,QO0.00 Zero CENTS $ ' $ Per Lump Sum 3. 1 LS Furnish, Install, and Maintain all Traffic Control, including all signage, devices, setup, flagging, labor and equipment, all in accordance with plans and specifications for, Four Thousand DOLLARS 4,000.00 4,QOO.00 Zero CENTS $ $ Per Lump Sum 4. 1 ALLOW Miscellaneous. Furnish all labor, materials, and equipment to perform all miscellaneous work, 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 $ 25,000.00 $ 25,000.00 Allowance SCHAUMBURG POLK, BID PROPOSAL CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 Item Quantity Unit Description Unit Price Total Price SAVANNAH AVENUE AND MAIN "D" CANAL(36" WATERLINE) 5. 1 LS Water line Coating. Furnish all labor, materials, and equipment to coat all EXTERIOR surfaces of the waterline per Item 603 including, containment (shrouding), surface preparation, decontamination, collect and dispose all the spent materials from surface preparation, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, One Hundred & Thirty Six Thousand & Sixty Six DOLLARS 136,066.00 1366066.00 Zero CENTS $ $ Lump Sum 6. 4 EA 3" x 1/4" Galv. Straps: Furnish all labor, materials, and equipment remove existing straps and replace with 3" x1/4" galvanized straps including anchoring to existing supports, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, Three Hundred & Fifty DOLLAS CENTS $ 350.00 $ 1,400.00 Zero Per Each 7. 1 EA 2" Air Release Valves: Furnish all materials, labor, equipment, to remove and replace air release valve on existing tap, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, One Thousand DOLLARS 1 000.00 1,000.00 Zero CENTS $ $ Per Each 8. 1 LS Surface Restoration: Furnish all labor materials and equipment to restore the site to the existing condition including seeding, grading and levelling, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, Four Thousand, Two Hundred 4,200.00 4,200.00 Zero CENTS $ $ Lump Sum Addendum No.1 = ' D - 2 .4 SCHAUMBURG ; POLK, BID PROPOSAL CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 Item Quantity Unit Description Unit Price Total Price ADDITIVE BID ITEMS SAVANNAH AVENUE &MAIN OUTFALL CANAL(36" WATER LINE) 9. 1 LS Water line Coating. Furnish all labor, materials, and equipment to coat all EXTERIOR surfaces of the waterline per Item 603 including, containment(shroudig), surface preparation, decontamination, collect and dispose all the spent materials from surface preparation, all in strict accordance with the Contract Documents, Technical Specifications and Drawin s for, One Hundredp & Forty Three Thousand, One Hundred & Fifty Four DOLLARS Zero CENTS $ 143,154.00$ 143,154.00 Lump Sum 10. 4 EA 3" x 1/4" Galv. Straps: Furnish all labor, materials, and equipment remove existing straps and replace with 3" x1/4" galvanized straps including anchoring to exisiting supports, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, Three Hundred & Fifty DOLLARS 350.00 1400.00 Zero CENTS $ $ ' Per Each 11. 1 EA 2" Air Release Valves: Furnish all materials, labor, equipment, to remove and replace air release valve on existing tap, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, One Thousand DOLLARS 1,000.00 1,0.00.00 Zero CENTS $ $ Per Each 12. 1 LS Surface Restoration: Furnish all labor materials and equipment to restore the site to the existing condition including seeding, grading and levelling, all in strict accordance with the Contract Documents, Technical Specifications and Drawings for, Four Thousand, Two Hundred DOLLARS Zero CENTS $ 4,200.00 $ 4,200.00 Lump Sum * 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 1 [4:14 D - 3 SCHAUMBURG POLK, BID BREAKDOWN CITY OF PORT ARTHUR, TEXAS WATERLINE AERIAL CROSSING COATING BID NUMBER P24-031 Bid Item Description Unit Quantity Cost/Unit I Item Amount 1 MOBILIZATION a Moving equipment to site LS 1 11,600.00 11,600.00 d Insurance LS 1 500.00 500.00 c Performance bond LS 1 500.00 500.00 d Payment bond LS 1 500.00 500.00 TOTAL BID ITEM NO. 1 13,100.00 5 SAVANNAH AVENUE AND MAIN"D"CANAL(36"WATERLINE) a Containment(Shrouding) LS 1 41,000.00 41,000.00 b Decontamination LS 1 1,500.00 1,500.00 c Exterior surface preparation LS 1 54 640 00 54 640 00 d Exterior surface coating LS 1 36,426.00 36,426.00 e Collection and disposal of blasting media LS 1 2,500.00 2,500.00 TOTAL BID ITEM NO.5 136,066.00 9 SAVANNAH AVENUE&MAIN OUTFALL CANAL(36"WATER LINE) a Containment (Shrouding) LS 1 39,700.00 39,700.00 b Decontamination LS 1 1,500.00 1,500.00 c Exterior surface preparation LS 1 58,553.00 58,553.00 d Exterior surface coating LS 1 40,901.00 40,901.00 e Collection and disposal of blasting media LS 1 2,500.00 2,500.00 TOTAL BID ITEM NO.9 143,154.00 Addendum No.1 SPI D - 4 SCHAUMBURG POLK, 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: Waterline Aerial Crossing Coating Bid Number P24-031 Owner: City of Port Arthur, Texas $ 186,766.00 Total Base Bid Amount(Item 1 —8) $ ! 9 7S 4 Total Additive Bid Amount(Item 9— 12) Blastco Texas Inc Name of Bidder Addendum No. 1 D - 5 SPI SCHAUMBURG F'. POLK,th,: 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. 4661 zips L JMB G POLK TF Warren Group Corp. 25000 Pitkin Road, `3 Spring,TX 77386,US Phone:832-299 3200 Fax:832-299-3299 WARREN GROUP www.tfwarreci,c(din March 20, 2020 To Whom It May Concern: T.F. Warren Group is the parent of Blastco Texas Inc.. T.F. Warren Group is a privately held company and does not openly share its Audited Financial Statements with external users. However, we understand the need to be able to validate the Financial strength of TF Warren Group as part of the pre-qualification process. The process that is set up is that the attached NDA is to be completed and signed by the appropriate Financial person and returned to myself. The audited statements will then be shared with this person to complete the process and work thru any additional questions that may arise. Thank you for your assistance in this matter. Please feel free to contact me with any questions. Sincerely, Brian Osa a Chief Financial Officer T.F. Warren Group PH 832-299-3281 E: Brian.Osinga@tfwarren.com Your single source solution 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: Axis Insurance Company Mailing Address: 10000 Avalon Blvd, Ste 200 City, State,Zip: Alpharetta, GA 30009 Telephone Number: 678-746-9400 Is surety authorized to operate in Texas? Yes Is surety aware of size of project? Yes Does surety have adequate authorization and resources to cover bonds for the amount of this contract? Yes Rating from Best's Key Rating Guide A Project: Waterline Aerial Crossing Coating Bid Number P24-031 Owner. City of Port Arthur,Texas Blastco Texas Inc. Name of Bidder Way SCHAUMBURG P LK. 4 4 SECTION E GENERAL CONDITIONS NUMERICAL INDEX TO GENERAL CONDITIONS 1. Contract and Contract Documents 2. Definitions 3. Termination of Contract for Cause 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. Certification of Compliance with Air and Water Acts 26. Special Conditions Pertaining to Hazards, Safety Standards and Accident Prevention 27. Suspension of Work 28. National Historic Preservation Act of 1966 29. Required Provisions Deemed Inserted 30. Safety and Health Regulations for Construction 31. Use and Occupancy Prior to Acceptance by Owner 32. Use of Premises and Removal of Debris 33. Quantities of Estimate 34. Lands and Rights-of-Way 35. Conflicting Conditions in Contract Documents 36. Notice and Service Thereof 37. Separate Contract 38, Subcontracting 39. Architect/Engineer's Authority 40 Meaning of Intent 41. Contract Security 42. Additional or Substitute Bond 43 Assignments 44. Mutual Responsibility of CONTRACTOR'S 45. Acceptance of Final Payment Constitutes Release 46. Payments by Contractor 47. Construction Schedule and Periodic Estimates 48. Payments to Contractor 49. Correction of Work 50, Subsurface Conditions Found Different 51. Claims for Extra Cost 52. Changes in Work 53 Extras 54 Time for Completion and Liquidated Damages 55 Weather Conditions 56 Protection of Work and Property--Emergency 57. Inspection 58. Superintendent by Contractor 59 Indemnification 60. Delays 61. Maintenance of Work 62. Antitrust 63. Delay. Disruption and/or Other Claims E-3 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. "Subcontractor": 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 3. TERMINATION OF CONTRACT 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,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. 4. PERSONNEL a. The CONTRACTOR represents that he has, or will secure at his own expense, all personnel required in performing the work under this Contract. Such personnel shall not be employees of or have any contractual relationship with the CITY OF PORT ARTHUR. F-1 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 PORT ARTHUR, 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 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. 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 ail 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. The Contractor shall submit a request in writing to the City at least 72 hours in advance of the days requested to work on. 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 insoections. 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 E-7 • 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 to the City Manager or his/her designee and paid to the holder of the patent. or his authorized licensee, direct by the OWNER and not by or through the CONTRACTOR. c. 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 the work 22. SURVEYS Unless otherwise expressly provided for in the Specifications. the OWNER will furnish to the F-8 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, CERTIFICATION OF COMPLIANCE WITH AIR AND WATER ACTS (Applicable to federally assisted construction contracts and related subcontracts exceeding $100,000.00.) During the performance of this Contract, the CONTRACTOR and all Subcontractors shall comply with the requirements of the Clean Air Act, as amended, 42 U S C. 1857, et seq. the Federal Water Pollution Control Act, as amended, 33 U.S C. 1251, et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR Part 15. as amended. In addition to the foregoing requirements, all nonexempt CONTRACTORS and Subcontractors shall furnish to the OWNER the following: a. A stipulation by the CONTRACTOR or Subcontractor that any facility to be utilized in the performance of any nonexempt Contract or Subcontract is not listed on the List of Violating Facilities issued by the Environmental Protection Agency(EPA) pursuant to 40 CFR 15.20. b. Agreement by the CONTRACTOR to comply with all the requirements of Section 114 of the Clean Air Act, as amended (42 U.S.C. 1857c-8) and Section 308 of the Federal Water Pollution Act, as amended(33 U.S.C. 1318)relating to inspection,monitoring,entry, reports and information,as well as all other requirements specified in said Section 114 and Section 308 and all regulations and guidelines issued thereunder. c. A stipulation that, as a condition for the award of the Contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized. or to be utilized for the Contract, is under consideration to be listed on the EPA List of Violating Facilities. d Agreement by the CONTRACTOR that he will include, or cause to be included,the criteria F.-9 and requirements in paragraphs (a) through (d) of this section in every nonexempt Subcontract and requiring that the CONTRACTOR will take such action as the government may direct as a means of enforcing such provisions. 26. 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-base 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 OWNERS 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. 27. 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. 28. 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 k--IU 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) 29. 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. 30. 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 alone 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. 31. 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. 32. 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 CONTRACTORS; c To place upon the work or any part thereof only such loads as are consistent with the F-il 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. 33. 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 34. 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. 35, 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 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. 36 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. 37. SEPARATE CONTRACT The CONTRACTOR shall coordinate his operations with those of other CONTRACTORS. 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 CONTRACTORS and shall notify the Architect/Engineer immediately of lack of progress or effective workmanship on the part of other CONTRACTORS. 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 F-12 acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 38. 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 responsible 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. The CONTRACTOR shall not sublet the contract work to subcontractors more than 50% of the awarded project contract amount. 39. ARCHITECT/ENGINEER'S 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/Engineer's 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 40. 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 CONTRACTORS, performing work for the OWNER, shall be adjusted and determined by the Architect/Engineer. 41. 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 F-I; 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. 42. 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. 43. 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. 44. 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 or 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. 45. 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. 46. 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-five percent (95%) 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 F.-I on account of the work performed by his Subcontractors to the extent of each Subcontractors interest therein. 47. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the Contract,the CONTRACTOR shall deliver to the OWNER an estimated construction progress schedule in form satisfactory to the OWNER,showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the CONTRACTOR in accordance with the progress schedule. The CONTRACTOR shall also furnish on forms to be supplied by the OWNER (a) a detailed estimate giving a complete breakdown of the Contract price and(b) periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the Contract price. 48. PAYMENTS TO CONTRACTOR a. Not later than the thirty (30)calendar days from the date of submission of application for payment 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 five percent(5%)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. 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. icy In preparing estimates No materials on hand will be paid.The material delivered on the site and preparatory work done may be taken into consideration by the Engineer. 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 F,-i� OWNER may. after having served written notice on the said CONTRACTOR,either pay unpaid bills, of which the OWNER has written notice, direct, or withhoyd 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 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- I In 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, profit and any other general expenses. 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 officially for 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 F.-I 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. It is also agreed that for each five (5) regular days of work lost due to any of the foregoing reasons, seven (7) calendar days will be added to the contract time(or 1.4 calendar days added for each one(1)regular day of work lost) Fractional calendar days will be rounded to the nearest whole number of days. Provided, further,that the CONTRACTOR shall,within ten(10)days from the beginning of such delay, 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. 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 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, ,n 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. The Contract Time includes 20 calendar days for delay due to inclement weather. The CONTRACTOR will be required to submit a request for extension due to inclement weather. however, the Contract I'-i Time will only be revised if the 20 calendar days are exceeded. 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 OWNER/ENGINEER 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. 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 or damage. 60. 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 submitted to the CITY OF PORT ARTHUR for final approval or disapproval; and the action thereon by the CITY OF PORT ARTHUR 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. 61. 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. 62 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). 63. 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 F.-20 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. E-2 I SECTION F SPECIFICATIONS GOVERNING CONSTRUCTION SPECIFICATIONS Item 104-Fine Grading and Seeding 104-1 thru 104-2 Item 130-Storm Water Pollution Prevention 130-1 thru 130-3 Item 603-Coating of In-Service Water Line Aerial Crossing 603-1 thru 603-13 Item 720 -Air Release& Vacuum Break Valve 720-1 thru 720-2 Item 1300- Submittals 1300-1 thru 1300-4 Item 2000-Safety 2000-1 thru 2000-3 Item 2010-Trench Safety Systems 2010-1 thru 2010-2 End of Governing Construction Specification 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_ Gradingshall 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 13. 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 tnroughout the process of cultivation,and any necessary shaping shall be done prior to any planting of seed or placing sod. 104 - 1 of 2 JHGI,JMH(Jti I'l.Jl_K, 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. Milar. NIB i Ft ufw"c�L iC.; f'ULK.. ITEM 130-STORM WATER PROLLUTION PREVENTION 130.01 -DESCRIPTION This item describes the installation and implementation of Storm Water Pollution Prevention (erosion and sedimentation) control devices and procedures which shall be utilized during construction. This item shall cover the use of filter fabric fences, reinforced filter fabric barriers, inlet protection barriers, the prevention of tracking and street pollution, and other measures to prevent pollution of the surrounding environment. 130.02-GENERAL No clearing and grubbing or rough cutting, other than as specifically directed by the Owner to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. For excavation in roadside ditches or other areas prone to experiencing conditions of concentrated flow, the reinforced fabric barriers shall be used. 130.03-INSPECTION AND REPAIR Inspect and repair or replace components of all erosion and sedimentation control systems as for each type of system. Maintain the erosion and sedimentation control systems until, in the opinion of the Engineer, the disturbed area has been stabilized. Remove erosion and sedimentation control systems promptly when directed by the Engineer. Discard removed materials offsite. Pollution prevention devices shall be inspected within 24 hours after each rainfall of 0.5 inches or more; daily during periods of prolonged rainfall; and minimally, at least once a week. Repair or replacement should be made immediately. Sediment deposits should be removed after each storm event and before deposits reach one-third the height of the fence. 130.04-WASTE COLLECTION AND DISPOSAL Remove and dispose of the sediment deposits at the site designated by the Owner If no site is designated by the Owner, the disposal will be the responsibility of the Contractor. In such case. disposal shall be off-site and not in or adjacent to a stream or in the floodplain, Sediment to be placed along the project site should be spread, compacted, and stabilized in accordance with Item 104 (Fine Grading and Seeding) of these specifications. Sediment shall not be allowed to flush into a stream or drainage way. If sediment has been contaminated, it shall be disposed of in accordance with existing federal, state, and local regulations. 130.05-EQUIPMENT MAINTENANCE AND REPAIR Maintenance and repair of construction machinery and equipment shall be confined to an area approved by the Engineer. This area shall be kept clean and arranged so as to prevent oils, gasoline, grease, solvents, and any other potential pollutants from being washed directly into receiving streams or storm water conveyance systems. These areas shall be provided with adequate waste disposal receptacles by the Contractor at no additional cost to the Owner. 130.06-WASTE COLLECTION AND DISPOSAL A plan shall be formulated by the Contractor for the collection and disposal of waste materials on a construction site. Such a plan should designate locations for trash and waste receptacles and establish a special collection schedule. Methods for ultimate disposal of waste should be specified and carried out in accordance with applicable local, state, and federal health and safety regulations. Special provisions should be made for the collection and disposal of liquid wastes and toxic or hazardous materials. Waste should not be allowed to overflow its container or accumulate for excessively long periods of time. Trash collection points should be located where they will least likely be affected by concentrated storm water runoff IOW 1. X;H,1UMI:it_iHb 14)L_K, ITEM 130-STORM WATER PROLLUTION PREVENTION 130.07-WASHING AREAS Vehicles such as cement or dump trucks and other construction equipment should not be washed at locations where the runoff will flow directly into a watercourse or storm water conveyance system. Washing of vehicles and equipment should be done in an area where the wash water will spread out and evaporate or seep directly into the ground, or where the runoff can be collected in a temporary holding or seepage basin. 130.08-STORAGE OF MATERIALS AND HAZARDOUS SUBSTANCES Sites where oil, gasoline, grease, chemicals, cements, solvents, or other potential water pollutants are to be stored should be isolated in areas where they will not cause runoff pollution. Toxic and/or hazardous chemicals and materials should be stored in accordance with the manufacturer's guidelines and applicable local, state, and federal regulations. Groundwater resources should be protected from leaching where toxic and/or hazardous liquids are to be opened or stored. Spills of toxic and/or hazardous substances are to be cleaned and treated according to local, state, and federal regulations. 130,09-FILTER FABRIC BARRIERS A. General. This item describes the installation of reinforced filter fabric barriers in order to control storm water pollution and sedimentation due to excavations in minor ditches, and areas with concentrated storm water runoff. B. Materials. 1. Filter Fabric: The Contractor shall provide woven or nonwoven geotextile filter fabric made of either polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have a grab strength of 100 psi in any principal direction (ASTM D-4632) and mullen burst strength exceeding 200 psi (ASTM 0-3786). Filter fabric material shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 0°F to 1202F. 2. Wire Support Fencing; The support fencing shall consist of galvanized wire fencing with a minimum of 14 gauge and a maximum mesh spacing of six (6) inches. 3. Support Posts. The support posts shall consist of four (4) inch diameter wooden posts or approved equivalent C. Installation. Reinforced filter fabric barrier systems shall be installed in such a manner that surface runoff will percolate through the system and allow sediment to be retained and accumulated. The fencing shall be placed downstream of the excavated area. The length of the fencing shall be controlled by the depths of the ditch. The ends of the fencing shall be extended upwards until the top of the bottom section of the fencing is lower than the bottom of the turned up sections or in the case of a shallow swale, the ground levels off the fencing is extended five(5) feet from where the swale levels off. The full height of the filter fabric barrier shall be supported by 4 foot long, 3 inch diameter wooden posts or steel posts and a wire fence 42 inches in height. The posts shall be driven at least 18 inches into the ground. Tie maximum spacing of the posts shall be 6 feet. The wire mesh shall be stapled using at least one (1) inch heavy duty staples to the upslope SP1 SL H/aJMBLIF-(1.:.; POLK, ITEM 130-STORM WATER PROLLUTION PREVENTION side of the posts. The filter fabric shall be attached to the wire mesh with wire tires. The filter fabric fencing shall be 24 inches in height above natural ground. The filter fabric shall be anchored by spreading the fabric in a 6 inch by 6 inch trench on the upslope side of the fence as shown in enclosed drawings. The wire mesh shall extend at least two (2) inches into the trench. The trench shall be backfilled and compacted. The filter fabric should be provided in continuous rolls and cut to the length of the silt fence to minimize the use of joints. When joints are necessary. the fabric should be spliced together only at a support post with a minimum six (6) inch overlap, and sealed around inlets, the posts shall be located at all corners of the inlet at 90s angles to each other. The distance from the edge of the inlet to the filter barrier shall be at least 24 inches. 130.10-TRACKING PREVENTION Sediment stuck to vehicle tires, axles, and other under carriage components shall be removed from the vehicles before they exit the project area. This shall be done in accordance with Item 130.07 of this specification. Any sediment reaching a public or private road should be removed by street cleaning (not flushing). 130.11 -PAYMENT Payment for the Storm Water Pollution Prevention plan and systems shall be included in the Lump Sum Bid Item for the project. This item shall be included in the Contractor's Bid Breakdown to allow payment on partial pay requests. Maintenance, if included in Bid Breakdown, shall be paid on partial pay request as a percentage of contract time. No additional payment shall be granted for time extension on this item except as specifically approved by the Engineer. Mrjr ;NAJMBLiRU RJLK, Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 603.01 -GENERAL A. This specification shall provide for the surface preparation and coating of the exterior surfaces of potable water in-service waterline aerial crossing(s). B. The locations are as described in "Scope of Work." C All steel surfaces of the in-service waterline aerial crossing(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, proper electrical grounding of equipment, shrouding, containment and access to successfully and safely complete the job requirements. G. The Contractor 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 Contractor 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. 3r1 Party Inspectors, Engineer. Material Suppliers and representatives of Federa , 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. If 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 min mum current 603 - 1of13 jr, CNAUMAL 1RG FOLK, Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 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. The Contractor is advised that the exterior of the waterline(s) 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. P. 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. 603.02-SUBMITTALS The 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. 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. G. 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 Matte- Abrasive Blasting of in-service waterline aerial piping Performed by Portable Operations, 30 TAC 111.131 through 139, latest revisions. H. 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. I. Supplier's statement of conformance with ANShNSF 61 (NSF International requirements for use on potable water tank interior surfaces. 603- 2of 13 SPI q'HAJMEttirtL; FOOL{., Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 603.03 -CONTAINMENT A. The Contractor shall provide a containment system which allows for the containment of the environmentally sensitive waste, dust and paint ove' 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 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. C. 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. D. The containment system shall provide a safe working environment and provide for control of emissions as required in SSPC-PA Guide 3. E. The containment materials must provide for performance which will comply with the following: 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. F. 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 G. Prior to installation the containment system design must be submitted and reviewed by the Engineer. In addition, the containment enclosure shall be designed to be removed within 15 minutes to prevent damage to the enclosure, the waterline(s), personnel in the event of high winds and foul weather. Provide limits for use of containment (wind speed, rain, etc.). H. 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. 603.04- ENVIRONMENTAL REQUIREMENTS FOR APPLICATION 1. No coating shall be applied to wet or damp surfaces, or in rain, snow, fog or mist. 2. No coatings shall be applied when it is expected that the ambient air temperature will fall below 50'F or within 5°F 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 WAIT SSC.',HAt IMRt.JRf; P K Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 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 509F and 1209F. The surface temperature shall be at least 59F above the dew point or within the manufacturer's recommendations. During application of urethane coatings the maximum surface temperature shall be 1009F. 603.05-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_(SSPC-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 CleanngLSSPC-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 andlor NACE SP0178. All sharp edges shall be peened, ground or otherwise blunted as recuired 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'or 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". 3. Fillet Welded Tee Joint: Shall be ground smooth and blended, designation "D". C. Prior to abrasive blasting, exterior surfaces shall be thoroughly pressure-washed to remove all dust, dirt, oil, grease and other contaminants, both visible and non-visible using Clean Win(207 or prior approved equivalent. 149r�� 603 - 4of13 :HAl1MBLIRG POt K. Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 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 the exterior surface of the waterline(s) 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 in the presence of the Engineer or his representative. The test section shall be a minimum of two (2) feet high by two (2) 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 shali 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. Surface preparation for the specific system shall be as noted in Section 603.05. L. Surface shall be checked in three locations for the presence of chlorides, free iron and sulfates. These tests are an Iron Test(Fe2 ), 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. 603 _ ' of 13 E3FDI SCHALJMBIIPG POLK. Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 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 (Fe") 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. M. Cleaning Between Coats' After the application of the prime coat, the exterior surfaces of the pipes 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. Contractor shall use a decontaminant such as Clean Wirx 207 or prior approved equivalent. 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. 603.06-COATING A. MATERIAL REQUIREMENTS Materials submitted for this project shall be from the same manufacturer. The Coating system shall be as manufactured by International Paint, Tnemec, Carboline, or prior approval equivalent. If submitting a coating manufacturer different from the above- mentioned manufacturers, the contractor shall submit a request in writing prior to bidding. 1. Only those thinners listed on the coating manufacturer's printed literature shall be used as specified by the coating manufacturer. 2. 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. 3. All coating products shall be of a single manufacturer. 4. Selection of a manufacturer's color does not constitute acceptance of that manufacturer's products. B. GENERAL REQUIREMENTS 603 - 6 of 13 SC' I1\UME3LR1t_ s�'r•__f Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 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. 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-SP10/NACE 2 Near-White Metal Blast Cleaning. An angular profile of 1 5 to 2.5 mils as per ASTM 0 4417, Method C or NACE Standard RP0287 is required. 3. Coating System: 1st Coat: Waterborne Epoxy Zinc-Rich Primer applied at 2.5 to 3.5 dry mils. 2nd Coat: Two-Component Inorganic Hybrid Water-Based Epoxy applied at 6.0 to 8.0 dry mils. (Two coats may be required if applied by roller) 3rd Coat: Two-Component Silicon-Grafted Composite applied at 2.5 to 3.5 dry mis. Total dry film thickness shall be a minimum of 11.0 mils. For cold weather applications, an accelerator approved by the coating manufacturer may be submitted for use. 603.08-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 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 11111111111111111111111 MINT' SCHALIMERJHU P atx Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 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 603.06 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. 603.09-COATING SYSTEMS APPLICATION A. After completion of surface preparation as specified for the specific system, materials shall be applied as noted in 603.06. 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 andior 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 andior assembly. E. After the application of the prime coat, all surfaces of the pipe(s) shall be thoroughly pressure washed immediately prior (same day) to the application of the succeeding coating. The contractor shall add Clean Wirx 207 or approved equivalent detergent to the wash water. 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 pie(s) exterior. 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. 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 basting 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 brush marks. 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. The 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. Carefully observe minimum drying time between coats as stated in printed instructiors of the coating manufacturer. 603 - 8 of 13 "MAT Ct it, ,: BLIFIL.; P. .._K Item 603 - COATING OF 1N-SERVICE WATERLINE AERIAL CROSSING L. 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. M. Where inspection shows that the specified thickness is not developed, apply additional coats to produce the required film thickness. N. Repair and re-coat improper applications as specified herein or as recommended by the manufacturer or as required by the Engineer. O. Do not coat pump and motor name tags, meter and gauge sight glasses, valve operator stems or other items designated by the Engineer. P. 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. 603.11 -QUALITY CONTROL PLAN A. INSPECTION/HOLD POINTS 1. The contractor's QC inspector shall measure environmental conditions pror 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 snap 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. 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. Mixirgithinning 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 603 - 9of 13 SPI SOr-1AUMBURG Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 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. 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 irclude: 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 603.12 - DEFECTS 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 603 - 10 of 13 'Mar. rt IMBU=1' 11.71L �:. Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 603.13-REPAIRS A. When approved by the Engineer and/or his representative, the following repairs procedures may be utilized when approved in writing. B. Fa'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. 603.15-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. 603.16-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 ail 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. 603.17-MEASUREMENT AND PAYMENT Preparation work. shrouding, surface preparation, quality control, coating shall be measured and paid by lump sum for each waterline. Millrarr 603 - l l of 13 7-1'1 i L1l IMF IR; c- 1• I Item 603 - COATING OF IN-SERVICE WATERLINE AERIAL CROSSING Date: Location : Job Number: Area : Supervisor: Item : Inspector: Drawing Number: Crew Size: Specification: 1.0 SURFACE PREPARATION Time Frame Method SpotiFull Profile From To Tool or Abrasive T .e/Size Used Sign-Off Solvent Wash(sspc-sp-1) -_,__.r.,..___ Hand Clean(sspc-sp-2) Power Tool_(sspc-sp-3) ___, - White Metal(sspc-sp-5) l a __ Commercial(sspc-sp-6) _ Brush-Off(sspc-sp-7) Near White(sspc-sp-10) Powertool_(sspc-sp-11) I Waterblast K other . .. 2.0 MATERIAL APPLICATION Time Frame Thin % Thinner Spot/Full wit dit From To Brush Roll Cony Airless Other 1ST COAT 2ND COAT 3RD COAT 4TH COATI 2.1 Existing Dry Film Thickness Readings Pror to Above Application 1ST COAT f { Avg: I Sign Off 2ND COAT , .._. Avg: Sign Off 3RD COAT , Avg: �__— Sign Off 4TH COAT __1 Avg: Sign Off 3.0 MATERIAL DATA Ba:ch Numbers Recoat Induct. Mat'I Color Part A Part 3 Part C Coat# Gals Min Max Temp Time Item#1 ii Item tt2 _ _ Item h3 Item 44 j Item 45 I I 1111111111111111111111.11111111111. SPI am-in:_J MBUIU I'IJLK, Item 603 -COATING OF IN-SERVICE WATERLINE AERIAL CROSSING 4.0ATMOSPHERIC CONDITIONS P P AM AM M M 4.1 Wind Direction TIME spee D Bulb Time arrypm direction d Wet Bulb MINIM MPH Humidit MPH Dew Point -- MPH Surface l Temp _ . . A MPH 5.0 General Notes NOTES: 6.0 Inspection Equipment Equipment Number Dry Film Gauge Sling Temperature Gauge Other Other t , Attach Compressed Air Blotter Tests, Photo's Profile Replica Tape, etc. to the Bottom of This Report. Final_Report Sgn-Of`s. Completed By: Date: Contractor Field Supervisor Quality Assurance Confirmed By: Date: Field Client Coordinator Verified By: Date: Contractor Quality Assurance Client Inspection I Manager NACE MINT603 - 13 of 13 Si)-IAUMBURG PII.K ITEM 720-AIR RELEASE AND VACUUM BREAK VALVE 720.01 -GENERAL The Contractor shall furnish all equipment and materials and perform all operations necessary for furnishing and installing AWWA approved air release and vacuum break valve on potable water lines,complete with all fittings,valves,bolts,bleed cocks and manholes as shown on the plans and herein specified for a complete automatic system. Air Release and Vacuum Break Valves shall conform strictly to the requirements of American Works Association Standard for Air-Release, Air Vacuum,and Combination Air Valves for Water Works Service, C512, latest revision, including changes as and additions specifically stated in these specifications. 720.02-CONSTRUCTION & DESIGN The air release & vacuum break valve shall be of the compact single chamber design with solid cylindrical H.O.P.E.control floats housed in a tubular stainless steel body with epoxy powder coated cast iron or steel ends secured by means of stainless steel tie rods. The valve shall have an integral'Anti-Shock'Orifice mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure to 2 x valve rated working pressure. The intake orifice area shall be equal to the nominal size of the valve i.e.,a 6"valve shall have a 6" intake orifice. Large orifice sealing shall be affected by the flat face of the control float seating against a nitrite rubber'0' ring housed in a dovetail groove circumferentially surrounding the orifice. Discharge of pressurized air shall be controlled by the seating & unseating of a small orifice nozzle on a natural rubber seal affixed into the control float. The nozzle shall have a flat seating land surrounding the orifice so that the damage to the rubber seal is prevented. The valve construction shall be proportioned with regard to material strength characteristics,so that deformation, leaking or damage of any kind does not occur by submission to twice the designed working pressure. The valve design shall incorporate an over pressure safety feature that will fail without an explosive effect, such as is normally the case when highly compressed air is released suddenly. The feature shall consist of easily replaceable components such as gaskets, seals or the like. Connection to the valve inlet shall be facilitated by a screwed NPT male end (1" & 2" only) or a flanged end conforming to ANSI B16. 1 Class 125 and Class 250 or ANSI B16.5 Class 300 Standards. Flanged ends shall be supplied with the requisite number of stainless steel or mild steel screwed studs inserted for alignment to the specified standard. Nuts, washers,or jointing gaskets shall be provided by the Contractor. A f'" NPT Test Bleed Cock shall be provided for each air release and vacuum break valve. 720.03-OPERATION A. Prior to the ingress of liquid into the valve chamber. as when the pipeline is being filled, valves shall vent through the large orifice when water approach velocities are relative to a transient pressure rise, on valve closure, of< 2 x valve rated pressure. At higher water approach velocities,which have a potential to induce transient pressure rises>2 x valve rated pressure on valve closure, the valve shall automatically discharge air through the Anti Shock Orifice and reduce water approach velocity, so that on closure a maximum transient pressure rise of < 2 x valve rated pressure is realized. 6%9 720 - 1 of 2 `il:Hht IMF'._R[ LI.II i<.. ITEM 720 -AIR RELEASE AND VACUUM BREAK VALVE B. Valves shall not exhibit leaks or weeping of liquid past the large orifice seal at operating pressures of 7.3 psi to twice rated working pressure. C. Valves shall respond to the presence of air by discharging it through the small orifice at any pressures within a specified design range, i.e. 7.3 psi to 232 psi, 363 psi or 580 psi, and shall remain leak tight in the absence of air D. Valves shall react immediately to pipeline drainage or water column separation by the full opening of the large orifice so as to allow unobstructed air intake at the lowest possible negative internal pipeline pressure. 720.04-INSTALLATION The air release and vacuum break valve shall be located on the top of the pipe at locations as indicated on the plans. Where indicated on the plans or by the Engineer, the valve shall be offset laterally from the pipe. The air release and vacuum break valve and gate valve shall be connected to the pipe line by using a tapped saddle for sizes 2"and below. Air release and vacuum break valves larger than 2"shall be connected by a Class 125 flanged connection. The complete unit shall be located within a structure as detailed on the plans. The structure shall be located or equipped so that no surface water can enter the pipeline. When required by the Engineer, a snorkel pipe shall be attached to the valve outlet and extended above ground. 720.05-MANUFACTURER The air release and vacuum break valve shall be as manufactured by Vent-O-Mats Series RBX, ARI, or prior approved equal. 720.06-PAYMENT No separate payment for work performed under this item unless otherwise indicated in the bid items. Include cost of same in contract price bid for work of which this is a component part. EV 1111 725_ of 2 SCHAUMBURG PO;K ITEM 1300-SUBMITTALS 1300.01 -SUBMITTAL PROCEDURES A. Provide a Schedule of Submittals. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. No work shall be started and no materials shall be furnished until the Engineer has approved the submittals for that work or materials. D. Unless otherwise noted. Contractor shall provide either a minimum of six hard copies or a minimum of two hard copies and an electronic version. Three hard copies will be retained by Engineer if no electronic version is submitted. Two hard copies will be retained by Engineer if an electronic version is submitted. E. Each submittal shall identify the relevant specification. F. Each submittal shall be dated. and shall show on the label the Project, Contractor, Subcontractor or supplier, the equipment or materials. and location where they are to be installed. G. 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. H. Schedule submittals to expedite the Project, and deliver to Engineer Coordinate submission of related items. I, Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. J. Provide space for Contractor and Engineer review stamps. The Engineer will promptly review each manual submitted, noting necessary corrections and revisions. K. Revise and resubmit submittals as required until it is acceptable to the Engineer as being in conformance with their design concept of the project and in compliance with information given in the Contract Documents. Each resubmittal shall identify all changes made since previous submittal. The Owner may assess the Contractor a charge for reviews of same items in excess of three(3) times. Such procedure shall not be considered cause for delay. L. Acceptance of any submittai by the Engineer does not relieve the Contractor of any requirements of terms of the Contract. M. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1300.02-SCHEDULE OF VALUES Submit a preliminary schedule of values for all of the work, including quantities and prices of items. within ten days of the effective date of the contract. The total value of all work and equipment should equal the Contract Price. Work and equipment items should be numbered in accordance with the Bid Proposal numbering. The Schedule of Values should be sufficiently detailed to serve as the basis of progress payments throughout the completion of the Contract. This shall be Submittal No. 1. 111111111111111.11.111111.111* MIX SHAk1MFri1RG PUU<, ITEM 1300-SUBMITTALS 1300.03-WORK PROGRESS SCHEDULE Submit a preliminary Work Progress Schedule for all of the work, including estimated start and completion dates, within ten days of the effective date of the contract, This schedule should include the various stages of the work and all major milestones. This shall be Submittal No. 2. 1300.04-SCHEDULE OF SUBMITTALS Submit a Schedule of Submittals for all required submittals within ten days of the effective date of the contract. This shall be Submittal No. 3. 1300.05-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. 1300.06-SHOP AND WORKING DRAWINGS A. Shop drawings shall be detailed sufficiently to demonstrate adherence with the Items of this contract.At a minimum, they shall show dimensions, weight and material specifications. B. Should shop drawings show departures from the plans and specifications, the Contractor shall make specific mention thereof on the submittal drawings; otherwise, acceptance of such submittals shall not constitute acceptance of the departure. C. The acceptance of the drawings shall be general and shall in no way relieve the Contractor of his responsibility for the accuracy of such drawings; nor for the proper fitting of the work; nor for the furnishing of materials or work required by the contract and not indicated on the drawings D. After review, reproduce and distribute for installation and record. 1300.07-PRODUCT DATA A. Product data shall be detailed sufficiently to demonstrate adherence with the Items of this contract. At a minimum, the information shall include instructions, parts manual, spare parts list. and maintenance procedures. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 1300.08-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. E. Submit the number or samples specified in individual specification Sections. F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. MINT ELHAUMEL1 IL f ULK, ITEM 1300-SUBMITTALS 1300.09-MANUFACTURER'S INSTRUCTIONS A. Submit a minimum of two hard copies and one electronic version of manufacturers' instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing thirty(30)days prior to shipment. B. Identify conflicts between manufacturers'instructions and Contract Documents. 1300.10- MANUFACTURER'S CERTIFICATES A. Submit manufacturers' certificate to Engineer for review in quantities required by Section 1300.01. 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. 1300.11 -OPERATION AND MAINTENANCE MANUALS A. For each class of equipment, a minimum of two hard copies bound in three ring binders and one electronic version of each operation and maintenance manual shall be provided at least 30 days prior to startup of equipment. Two copies shall be retained by the Engineer. B. Each manual shall be dated and labeled on the spine and the cover to identify the contents and project to which it applies. C. Manuals shall include: 1. A listing of the manufacturer's identification, including order number, model, serial number . 2. Name. address, and telephone number of the nearest competent service representative who can furnish parts and technical service. 3 Equipment function -normal operating characteristics and limiting conditions. 4. Descriptive literature, including .Ilustrations, covering the operational features of the equipment, specific for the particular installation, with all inapplicable information omitted or marked out. 5. Operating, maintenance and troubleshooting information, including the amount of and specification for any lubricant required, a recommended maintenance schedule, and a list of special parts needed. 6. Complete maintenance parts list, including recommended stock parts, with part number and quantity. 7. Complete replacement parts list and predicted life of parts subject to wear. 8. Performance data, engineering data, and rating tables. 9. Specific instructions for assembly. installation, alignment, adjustment, checking, and maintenance. 10. Operating instructions for start-up. routine and normal operation, regulation, control, shut-down, and emergency conditions. 11. Complete connection, interconnecting, and assembly diagrams. 12 Complete list of all special tools needed for operation and maintenance. Wily S;HAUMRtJR , POLK, ITEM 1300-SUBMITTALS 13 Complete equipment wiring diagrams and control schematics with terminal identification. 14. Approved Shop Drawings, including outline, cross section, and assembly drawings, with exploded view drawings for major equipment items. D. After final approval of the manuals by the Engineer, the Contractor shall supply three additional copies of each manual for a total of six copies. 1300.12-MANUFACTURER'S CERTIFICATES OF INSTALLATION Provide manufacturer's certificate of installation and commissioning following functional testing and startup for all equipment that requires a manufacturer's representative to provide field service as part of the installation of the equipment. 1300.13-PAYMENT No separate measurements or payment for work performed or materials furnished in the section. Include cost of same in contract price bid for work of which this is a component part. ,HALIMH1,JHt RILK, ITEM 2000-SAFETY 2000.01 -GENERAL The Contractor shall furnish and install signs described herein and where shown on plans, and shall color code all piping as indicated in these specifications and as shown on plans. 2000.02 -MATERIALS A. Metal. Twenty(20)gauge steel. B. Plastic. Fiberglass, modified resin for UV stability, 0.060 inches thick. C. Paint. Colors as specified in Table 1 of Fundamental Specification of Safety Colors for CLE Standard Source "C", American National Standard Z53.1. The following general requirements are set forth as a guide: 1. RED - Fire protection equipment, danger signs, fire exit signs, and portable containers of flammable material. Include yellow band or name of contents stenciled in yellow. 2. ORANGE - Moving or rotating parts of equipment protected by guards, including shafts and couplings, pulleys, and sprockets. (Do not paint wearing surfaces.) 3. YELLOW - Caution signs and all physical hazards, including outside levers and weights on check valves; lower pulley blocks and hooks; sprockets and chains on valve operators; inside of openings adjacent to steps or ladder; platforms provided for vertical ladders at transition levels; exposed unguarded edges of pits, platforms, and walls subject to being struck; and any piping or equipment extending into normal operating areas. 4. GREEN - To designate "Safety" and location of first-aid equipment such as gas masks, first-aid kits, and safety deluge showers. 5. BLACK& WHITE - To indicate areas that must remain clear, such as areas around first-aid, fire-fighting, and other emergency equipment. D. Supports and Fasteners. Galvanized steel or stainless steel. E. Pipe Markers. Pressure sensitive vinyl. 2000.03-CONSTRUCTION Signs shall be ten (10") inch by fourteen (14") inch with rounded corners and smooth edges Metal shall be painted after edges have been ground smooth and holes for fasteners drilled. Pipe markers (directional arrows, product identification name, i e. sludge, gas. etc.) shall be proportional tc pipe being identified. All construction, sizes, and markings shall meet current OSHA and ANSI standards. 2000.04-MOUNTING A. Posts. Fasten to a two (2") inch galvanized steel post with two corrosion resistant U-bolts and nuts. Set post minimum of twenty-four (24") inches in ground in concrete footing at least six (6") inches in diameter. Use 2500 psi concrete and crown to shed water. Top of sign shall be three feet above finished grade. B. Doors and Wood Fences. Fasten with four corrosion resistant metal screws. Top of sign shall be five feet above finished grade or as shown on plans. MUT. SC.:HAUMVMBUHU HULK, ITEM 2000-SAFETY C. Chain Link Fence. Fasten with four corrosion resistant wires at each corner of sign. Top of sign shall be five feet above finished grade. 2000.05-SIGN DESIGN Sign design shall be in accordance with OSHA regulation paragraph 1910.145 Specifications for Accident Prevention Signs and Tags. 2000.06-SIGNS REQUIRED The Contractor shall furnish signs as required by Special Provision. A. DANGER - DO NOT ENTER WET WELL WITHOUT PROPER SAFETY EQUIPMENT - Mount on post near entrance to Lift Station Wet Well. B. CAUTION - AUTHORIZED PERSONNEL ONLY - Mount on chain link fence adjacent to main gate, C. DANGER - HIGH VOLTAGE- Mount on post in front of all Switchgear, Transformer, MCC's. and Electrical Racks. D. DANGER - CHLORINE GAS - OPERATE EXHAUST FAN BEFORE ENTRY - Mount on door to Chlorinator Room. E. DANGER -CHLORINE GAS- Mount on column in front of Chlorine Storage Area. F. DANGER - SULPHUR DIOXIDE GAS - Mount on column in front of sulphur dioxide storage area. G. DANGER - OPEN TANKS - NO TRESPASSING - Mount in twenty locations (within sight of each other) on site fence, as well as on all gates. 2000.07-POTABLE WATER When a potable water source is provided to the plant site for the Contractor's use, the Contractor will provide and install an automatic backflow prevention device in the water line where it first enters the treatment plant and prior to any piping connections, including hydrants, to prevent possible contamination of the water supply. 2000.08-UNSAFE WATER When non-potable water is made available to any part of the plant for various purposes, all yard hydrants and outlets shall be properly marked "Unsafe Water", and all underground and exposed piping shall be identified as specified under Item 2000.09, Color Coding of Piping. 2000.09-COLOR CODING OF PIPING Color coding of piping shall be in accordance with the following, as approved by. the TCEQ - Chapter 217. Sludge Line brown Natural Gas Line red Potable Water Light blue Chlorine yellow Sulfur Dioxide Lime green with yellow bands Sewage Grey Compressed Air Light Green Heated Water Blue with 6 inch red bands spaced 30 inches apart Power Conduit In compliance with the Natural Electric Code 2000 -2of3 ■ scHa. 1 iM-3t iRL f'UL}K ITEM 2000-SAFETY Reclaimed Water Purple Instrument Air Light green with dark green bands Liquid alum Yellow with orange bands Alum (solution) Yellow with green bands Ferric chloride Brown with red bands Ferric sulfate Brown with yellow bands Polymers White with green bands Ozone Stainless steel with white bands Raw water Tan Effluent after clarification Dark green This color code shall apply to all new sewage treatment plant or lift station piping in any of the categories above, whether underground, enclosed, or exposed. 2000.10-PIPE MARKERS All provided pipe shall be identified as to content and direction flow in accordance with current safety regulations and the following guidelines. A. Pipe markers and arrows shall be placed at approximately twenty (20') foot intervals along the length of the pipe, and not less than two for any pipe run. B. Pipes passing thru walls or obstructions shall have a pipe marker and arrow at the entrance and exit. C. Before and after a valve union, or elbow, a pipe marker and arrow shall be placed on all pipes to assure flow direction of the contents. 2000-3of3 MINT 50-1AUMB& RL PULK, ITEM 2010-TRENCH SAFETY SYSTEMS 2010.01 -GENERAL A. Description: The Contractor shall comply with the requirements of OSHA Excavation Standard 29 CFR, Part 1926, 1926.651. Maintenance and inspection of any shoring and related equipment shall be the responsibility of the Contractor. Contractor shall provide a "competent person" who is capable of identifying hazards and who has authorization to take prompt corrective measures to eliminate them. The Contractor shall determine, as outlined by the OSHA Excavation Standard, the safety system needed for the project and submit to the Owner's Engineer information to describe the procedures which are planned to be used. Review of submitted information on trench safety system by the Owner and/or Engineer shall not relieve the Contractor of his responsibility to provide a safe working place for his employees. The Contractor agrees to hold harmless and defend the Owner and/or Engineer against any claim resulting from failure of the trench system or lack of one. B. Submittal Requirements 1. Provide the name and qualifications (certifications) of the person to be considered the Contractor's "competent person"as defined by the OSHA Excavation Standard- 2. Identify whether trench safety will be provided utilizing sloping or benching systems, by support, shield and other protective systems or both. Identify, for each system used, which of the four options in the OSHA Excavation Standard is being used for design. 3. For the selected system, provide descriptive information such as geometry of slopes or benched excavation. manufacturer's data or plan sealed by registered engineer. For the selected system, provide descriptive information such as geometry of slopes or benches excavation, manufacturer's data or plan sealed by registered engineer. 2010.02-CONSTRUCTION, MATERIALS.AND MAINTENANCE A. The Contractor is responsible for the selection of materials required support and shoring systems. Before beginning any excavation the Contractor shall make an inspection of the job site. He shall pay special attention to the type of soil or soils in which he will be working, any adjacent roads, highways, and railroads. and any previous excavations. All underground installations shall be located, including utility lines, pipelines, etc., before any excavation begins. B. Each Contractor shall be responsible and liable for his own Trench Safety System, including self inspections, whether or not a representative of the Owner or Engineer is present on the job site. All trenches shall be provided with an adequate means of exit at all times. C. All maintenance of the trench safety equipment shall be the sole responsibility of the Contractor. The Contractor shall make an inspection of all trench excavations. He shall check for any evidence of cave-ins, slides, etc. If any change in soil conditions or failure of the trench is found, the Contractor shall remedy such. All water shall be diverted by suitable means to prevent the entrance of same into any excavation. No water shall be allowed to accumulate in any excavation and shall be removed as soon as possible 2010.03-IMPLEMENTATION SPI inn ITEM 2010-TRENCH SAFETY SYSTEMS Prior to beginning any construction, the Contractor shall submit, in writing, the information as required by 2010.01.2. Any delays due to failure to submit the information will not be considered for extension to the contract time. 2010.04-INDEMNIFICATION A. The Contractor shall indemnify and hold harmless the Owner, and the Owner's employees, agents and Engineer, from any and all damages, cost (including without limitation, legal fees, court costs, and investigation costs), judgments, or claims by anyone for injury or death of persons resulting from the collapse or failure of trenches constructed under this contract. These specifications for the trench safety system in no way relieve the Contractor of his responsibilities and liability to ensure the safety of the workers or any other party from the hazards of the construction operations. B. The Contractor is responsible for determining the appropriate trench safety systems necessary for specific locations based on actual subsurface conditions encountered during construction. The Owner and Owner's Engineer shall be held harmless from any claim or liability for injury or loss that results from failure on the part of the Contractor to implement the Trench Safety System plan properly or to make necessary changes to the trench safety systems necessitated by conditions encountered during construction. 2010.05-MEASUREMENT AND PAYMENT The specified trench safety system will be measured by the linear foot along the centerline of the pipe, including manholes inlets, in accordance with the specifications. Payment for the trench safety system, measured as prescribed above, will be made at the unit price bid per linear foot based on depth, less than 5 foot or greater than 5 foot. Payment will not be made for linear footage of pipe installed by boring methods: however, the excavated pits required for installation by boring will be included in the measurement for trench safety. Payment shall be full compensation, in accordance with the pay item set in the bid for the trench safety system, including but not limited to all benching, sloping, hauling, shoring, sheeting, excess excavations, dewatering, sheet piling, bracing, trench shields, and all other incidentals necessary to provide the trench safety system as provided in the Contractor's submitted information. MATarr ScHAUM8URG f UL.K 4 SECTION G SCOPE OF WORK SCOPE OF WORK CITY OF PORT ARTHUR, TEXAS Waterline Aerial Crossing Coating Bid Number P24-031 A. GENERAL This contract provides for the coating of potable waterlines for the City of Port Arthur at two different locations. The project provides for the rehabilitation of two 36-inch steel waterlines aerial crossings at Savannah Avenue & Main Outfall Canal and at Savannah Avenue & Main 0 Canal/Alligator Bayou. The proposed rehabilitation includes blasting the pipes to bare metal and then recoating. 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 water line installation and coating. The contractor shall coordinate with the City personnel when restoring the water lines to service. It shall be the bidder's responsibility to carefully inspect the site and all pertinent parts and appurtenances of the waterlines to ascertain the quantity of surface preparation, coating and replacement required to perform the proposed work and place the water line 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. t 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. Savannah Avenue & Main Outfall Canal (36"Steel Waterline] 1. Contractor shall perform all surface preparation and coating of approximately 240 LF of 36-inch steel waterline exterior surfaces per specification Item 603 including, pressure washing the outside of the waterline, shrouding, removal and disposal of spent materials prior to commencing work. Contractor shall provide for quality control procedures for preparation of surfaces and coating application, all in strict accordance with the plans and specifications. MIXSOW 1 of 3 TP ,,A..ry I 41_, �„ r_ 2. Contractor shall perform lead testing of exterior surfaces of the waterline. Contractor to provide lab testing result reports to Engineer for review. all in strict accordance with the plans and specifications. 3. Contractor shall perform lead abatement of hazardous material, if determined that the waterline contains lead as demonstrated by the lead testing results, all in strict accordance with the plans and specifications. 4. Contractor shall remove and replace the existing 3" x 1/4" Galy. Straps, all in strict accordance with the plans and specifications. 5. Contractor shall remove and replace the existing 2-inch air release valves, all in strict accordance with the plans and specifications. 6. 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 Augustin sod, all in strict accordance with the plans and specifications. 2. Savannah Avenue & Alligator Bayou (36" Steel Waterline) 1 . Contractor shall perform all surface preparation and coating of approximately 200 LF of 36-inch steel waterline exterior surfaces per specification Item 603 including, pressure washing the outside of the waterline, shrouding, removal and disposal of spent materials prior to commencing work. Contractor shall provide for quality control procedures for preparation of surfaces and coating application, all in strict accordance with the plans and specifications. 2. Contractor shall perform lead testing of exterior surfaces of the waterline. Contractor to provide lab testing result reports to Engineer for review, all in strict accordance with the plans and specifications. 3. Contractor shall perform lead abatement of hazardous material, if determined that the waterline contains lead as demonstrated by the lead testing results, all in strict accordance with the plans and specifications. 4. Contractor shall remove and replace the existing 3" x 1/4" Galv. Straps, all in strict accordance with the plans and specifications. 5. Contractor shall remove and replace the existing 2-inch air release valves, all in strict accordance with the plans and specifications. 6. 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 Augustin sod, all in strict accordance with the plans and specifications. C. 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. SOW 2cif3 =dr 2. Contractor shall coordinate with the Owner and Engineer his schedule and sequence of construction. 3. Contractor to coordinate with property owners prior to entering property/easement. 4. 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. 5. The Contractor shall restore the project site to its original condition or better prior to the project completion and acceptance by the Owner. • • SOW 3of3 SFI _►,At_MRI PC PT(K 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 WATERLINE AERIAL CROSSING COATING, BID NUMBER P24-031. 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 exterior surfaces of the Savannah Avenue and Main Outfall Canal and the Savannah Avenue and Main "D" Canal and removal and replacement of the Highway 73 and Main "B" Canal aerial crossing 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 WATERLINE AERIAL CROSSING COATING, BID NUMBER P24-031. D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS listed in Paragraph C. above, is included in items of BID for which unit prices are shown, and these prices shall be basis of payment. E. OTHER CONTRACTS. Other construction may be underway concurrently in this area. Contractor shall afford utility companies and other Contractors reasonable opportunity for introduction and storage of their material and execution of their work. All work under this Contract must be properly connected and coordinated with that constructed by others. F. SEOUENCE OF WORK. City reserves the right to schedule sequence 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 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. W-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: AASHTU American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials AWWA 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 IPC:'EA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association AWS American Welding Society 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 1 . aPPS 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 tire 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.1., and P.T. of curves and on tangents at intervals not exceeding 200 feet. Benchmarks at intervals not exceeding 2,000 feet. 6. E ineer whereon. 11-2B s-werk. D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision, E. MATERIALS TESTING. All materials, equipment, etc., per scope of work, used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and, where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR, the ENGINEER,and the OWNER. F. VARIATIONS DUE TO 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-3 B 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 draw inks submitted without Contractor's stamp of approval will not be considered and will be returned to him for prover 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 OPERATION AND MAINTENANCE MANUALS. Operation and maintenance 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 81/2-inch x 11-inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. (b) A separate 8Y2-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. 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 detects 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 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." 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 hazard to traffic or public safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same when no longer necessary. T. USE OF STREETS. 1. 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. 2. Remove, as soon as practicable, accumulated rubbish and open each block for public use. Use of any portion of street shall not constitute acceptance of any portion of work. Backfill and shape trenches across street intersections or driveways for safe traffic at night or, where permitted, span open trenches with wooden mats or bridges to permit traffic flow. When driveways are cut, immediate placement of mats for ingress or egress of vehicles may be directed if undue hardship to property owner would otherwise result. 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 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 Traffic Division. H-78 hydrants,11, etc., and where necessary, provide 5. Do not block ditches, inlets, firesary 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: 1. 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 BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS, that we,the Undersigned, as Principal, and as Surety, arc hereby held and firmly bound unto City of Port Arthur as OWN E R in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20 . The Condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the WATERLINE AERIAL CROSSING COATING, BID NUMBER P24-031. 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. -t (L.S.)PRINCIPAL SURETY BY -------._.___------_�._ IMPORTANT - Surety companies executing BONDS must appear on the Treasury Departments most current list(Circular 570 as amended) and be authorized to transact business in the state where the project is located. 1 1 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 firmly bound unto the Pleasure Island Commission, Port Arthur, Texas, and to all Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other claimant, as their interest may appear,all of whom shall have the right to sue upon their bond, in the penal sum of Dollars, $( }, in 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 , 2024, entered into a formal contract with the City of Port Arthur for Waterline Aerial Crossing Coating, Bid Number P24-031 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-I 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.,2024. 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 iE CERTIFICATE OF INSURANCE TE AWRD CERTIFICATE OF LIABILITY INSURANCE °" `""rO 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 POUCIES 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 pollcy(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 MANE; PHONE A/C.NO.EYII: ...__ .._..... __ FAX Xl E-MAIL ADDRESS- — ------ ..-------._.---�-- "_. INSURERMAF FORDING COVERAGE NAICN INSURER A:__ INSURED INSIIRER8: INSURER C IN SURER 0. 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 OP CONDITION CF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY*AID CLAIMSADM SUBR, LTA TYPE OF INSURANCE ,WAR jAnific POLICY NUMBER IMYIDDIYYVY)jUWOCYYYY1 , LIMITS ORAL LIABILITY EACH OCCURRENCE $ ED CONMEROAL GENERAL Lw&LITY PREMISES Ea E TO REN aTcumeNAL $ CLAIMS-MADE I OCCUR _MED EXP(Any one Damon) $ • PERSONAL d ACN INJURY S GENERAL AGGREGATE S _ GEM AGGREGATE LAST APPLES PER PRODUCTS-COMP/CP AGG S POLICY IC I LOC COMBINED SINGLE LIMIT AUTOMOBILE LUBiUTY LEeAaalgent(ANY AUTC BODILY,NJURY(Per Person, $ ALL CANED SCI E JLE BODILY INJURY(Per elxldert) $ _ AUTOS 0AUTOS CSPTRY4flCvTAif__.__ s N ED (Per acadenl) _ HIRED AUTOS � AUUTOSTOS UMBREUAUAB OCCUR _EACH OCCURRENCE $ EXCESSLIAB CLAIMS-MADE - AGGREGATE S CEO I RETENTIONS S WORKERS COMPENSATION WC STATU OTH- AND EMPLOYERS'LIABILITY YIN _.T_ORYLIMIIEL._ .EE?. ANY PROPRi ETORA+ARTNERIEXECUTIVE Nt4 E L EACH ACCIDENT OFFICER/MEMBER EXCLUDED'+ ` l — (Mandatory in NN) E.L.DISEASE-EA EMPLOYEE $ 'i yes,das_rbe_nder .. ..- DESCRIPTION OF OPERATIONS nem/ E.L.DISEASE-PO..IC'r LIMIT S DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES(MN ch 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 it 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD K-I SECTION L PERFORMANCE BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of:ontractor) 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 currency of the United States, for the payment of which, well and truly to be made, we do hereby 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 2024, a copy of which is hereto attached and made a part hereof for the construction of: WATERLINE AERIAL CROSSING COATING, BID NUMBER P24-031. 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 sutler 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-I 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 , 2024. 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 Departments 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 Texas State of Harris ) ss. County of ) Steve Wissing , being first duly sworn, deposes and says that: (1) He is Project Controls Manager of Blastco Texas Inc. , the Bidder that has submitted the referenced Bid; (2) He is fully informed respecting the preparation and contents of the referenced Bid submitted to City of Port Arthur (Owner) in connection with Waterline Aerial Crossing Coating (name 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 City of Port Arthur(Owner) or any person interested in the proposed Contract;and (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) Project Controls—alter _ Title 6 y,,, . Subscribed and swam to before me by the said Sle on this day of rah ,1 O2- y. otary Public ( 4 a''r -� County, A' (Notary Seal) My commission expires 1 L 4 , 20 2 y. i.MWANNA NOLMAN•STANCIL .-,;ny Notary ID 11 3 271 48 3$ I1, v. l�J My Commission Expires ''t-: -�E% October 6. 2024 1 SPI SCHAUMBURG MBURG PCLK, NON-COLLUSION AFFIDAVIT FOR PROPOSED SUBCONTRACTOR State of Texas �uAm J Harris ) ss. County of ) Juan C Salgado . being first duly sworn, deposes and says that: (1) He is Project Manager of AV , hereinafter referred to as the"Subcontractor"; (2) He is fully informed respecting the ecara I n and contents of the subcontractor's Proposal submitted by the subcontractor to BlaStco Texas Inc , the Contractor for certain work in connection with Waterline Aerial CrossingCoating-lame of contract), for City of Port Arthur (Owner); (3) Such subcontractor's Proposal is genuine and is not a collusive or sham proposal; (4) Neither the subcontractor 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 Proposal in connection with such Contract, or to refrain from submitting a Proposal 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 said subcontractor'sp Proposal or any other subcontractor's proposal,or to secure through collusion conspiracy, connivance, or unlawful agreement any advantage against the City (Owner) or any person interested in the proposed Contract; and (5) The price or prices quoted in the subcontractor's Proposal are fair -nd proper and are not tainted by any collusion,conspiracy,connivance,or unlawful a. eement a • i:rt• the Bidder or "%any of its agents,representatives,owners,employees,or paes in i' - .,y.,� this affidavit. (Signed) L/. �__' . l _Wi/1f, / . . —itte , . Subscribed and sworn t• before me by the said on this j -]"day of i, •r.I , 20 ., �. By: ' ,1`.�; ^0— ''c . 1 '�� ��. = (--, ./ Notary Public _/ 1---(arty County. l� ! ota�> KIMWANNA HOLMAN•STANCIC_C rY Seal] ! 0 Iy i, jL�' Notary ID#132714838 My commission expires 20 s, .4 My Commission Expires 'E'ro ' + October 6, 2024 Mgr SCHAUMt3UF FULK, SECTION N HOUSE BILL 89 VERIFICATION House Bill 89 Verification Steve Wissing (Person name), the undersigned representative (hereinafter referred to as"Representative" of Blastco Texas Inc. (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do 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. SIGNATURE OF REP TATIVE SUBSCRIBED AND SWORN TO BEFOR ME, the undersigned authority on this day of i i n _..n_ 20 Z Notary Public KIMWANNA HOLMAN•STANCIL • , rT `, Notary ID 4132714838 , My Commission Expires • �i October 6. 2024 SECTION O SB 2521 SB 252 CHAPTER 2252 CERTIFICATION (, Steve Wissing , the undersigned Representative of Blastco Texas Inc. (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 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. Steve Wissing Name of Company Representative (Print) Signature of Com any Representative 04/16/2024 Date SECTION P QUALIFICATION STATEMENT QUALIFICATION STATEMENT SUBMITTED TO: CITY OF PORT ARTHUR BY Blastco Texas Inc (Corporation) [Corporation,Co-Partnership,An irtdivid:uali PRINCIPAL OFFICE 16201 Wood Drive, Channelview Texas 77530 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 blgn in business as a general contractor under your present business name: ttii ?. Flow many years'experience in this type of construction work has your organization had? (a) As a general contractor 18 (b) As a sub-contractor 18 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner $982,028.00 Rehabilitation of 84"and 30"waterline over March 2023 City of Houston Buffalo Bayou 611 Walkerliojston TX $1,143,942.50 Rehabilitation (14)litation of largeg �diameter water line October 2018 City of Houston pipe 611 Walker Houston,TX `Blastco won the 2019 Project of the Year from the American Public Works Association for this project. See attached article see attached other completed work by Blastco P-t 4. Have you ever failed to complete any work awarded to you? No If so,where and why? 5. In what manner have you inspected this proposed work? Explain in detail. Attended Pre-Bid Meeting Visited work site Review project plans & documentation 6. Explain your plan or layout for performing the proposed work: Scaffold will be erected for access & containment of work fronts. Piping will be abrasive blasted & coated in accordance with project specification. Traffic control will be provided if needed, for loading & offload of equipment & material ?. The work, if awarded to you,will have the personal supervision of whom? (a) For administrative management? Ed Henkel (b) For resident construction superintendence? Chalin Torres (c) What experience in this type of work is enjoyed by the superintendent designated under(b)above? Chalin has over 10 years of experience in this type of work 8. What portions of the work do you intend to sub-let? Scaffolding 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 See attached Available Equipment List 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? Yes P-3 II. 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 See attached Current& Completed Projects List Dated at this 16th day of April 2024. BY: TITLE; Project Controls Manager P-4 SECTION Q CERTIFICATE OF INTERESTED PARTY 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 OhLY T.nis questionnaire is being filed in accordance with Chapter 176,Local Government Code. by a vendor who Dare Received has a business relationship as defined by Section 178.001(1-a) with a ideal governmental entity and the vendor meets requirements older Section 176.006(a) By law ths questionnaire mist 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 Tiled. See Secion 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. N/A 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. N/A 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(aX2)(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's Yes No N/A 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 rot received from the local governmental entity? Yes No N/A Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/A Check tills box;f 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). 04/16/2024 -igha ure of ven ousar ess wrist tyre governmental entity Date CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.usl DocsiLGlhtmlLG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-at:"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 Q 176.003(a)(2)(A)and fa): (a) A local government officer shall file a conflicts disclosure statement with respect to a vencor if: (2) the vendor. (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12- month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed:or (ii) the local governmental entity is considering entering into a contract with the vendor, (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 176.006(a)and(a-11 (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 ocal governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity. or a family member of the officer, one or more gifts with the aggregate value specified by Section 176,003(a)(2)(B), excluding any gift described by Section 176.003(a-1):or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of (1) the date that the vendor. (A) begins discussions or negotiations to enter into a contract with the local governmental entity: or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a): (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. SECTION R CONFLICT OF INTEREST FORM CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 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. 2024-1146725 Blastco Texas Inc. Channelview, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/15/2024 being filed. City of Port Arthur 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. Bid Number P24-031 Waterline Aerial Crossing Coating Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Steve Wissing , and my date of birth is 06/24/1981 My address is 16201 Wood Drive Channelview TX 77530 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County. State of Texas ,on the 1 6 day of 04 20 24 (month) (year) Signature of authorirerngent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.5b35d027 SECTION S NACE INSPECTOR INOFRMATION FORM CITY OF PORT ARTHUR WATERLINE AERIAL CROSSING COATING BID NUMBER P24-031 NACE INSPECTOR INFORMATION FORM ( Form to be submitted with Bid Package ) Full Name: 7eVe-4 s NACE Level I Cerification Number: ,76977 Expiration Date: G:\Port Arthur\3625 WL crossing rehabilitation\Contract docs\Contract Docs\Revised Contract docs Reviewed by City 100%)\Section 5 NACE FORM Blastco Texas 162• Blastco Channelview,T1 Wood Drive v TX 77530,US Phone: 281-590-3200 a TF Warren Company Fax: 281-590-3234 www,tfwarren,corn Name: Chalin Torres Job Title: Superintendent Chalin is currently a Field Construction Superintendent who works for the Blastco Texas Inc. Division. He would be assigned full time at the project jobsite and would be responsible for all site activities, coordination, and managing of the construction crew and our subcontractors. Chalin's responsibilities include on-site quality control and safety. Chalin has been in this position with Blastco Texas Inc. for the past ten years and has been with Blastco for 20 years managing the most complex and demanding projects. He has extensive experience with municipal and federal government projects involving rehabilitation of both elevated and ground storage tanks. Project Experience • SAWS 110—3 million gallon ground storage tank rehab • SAWS Maltsberger—5 million gallon ground storage tank rehab • City of Austin Howard Lane 10 million gallon ground storage tank • City of Houston Sims Bayou 5 million ground storage tank • US Army Corps of Engineers—50,000 bbl jet fuel storage tank Training/Certifications/Other • SSPC C-5 Lead Competent Person • SSPC C-7—Abrasive Blaster Certification • NACE CIP Level 2 • OSHA 10 Hour Trained • TWIC • Blastco Safety Training Field applicators of protective coatings and linings Blastco Texas Blastco162Tr Channelview,TX1 Wood Drive 77530,US Phone: 281-590-3200 a TF Warren Company Fax: 281-590-3234 ww:taarren.com Name: Ed Henkel Job Title: Project Manager Experience Ed is a Project Manager with Blastco Texas who has significant experience in water/wastewater and civil construction projects. He has managed some of the most complex water tank rehabilitation projects working alongside owners, engineers, and inspectors to ensure successful completion. Projects SAWS Evans Ground Storage Tank Rehabilitation ($3.5M) Rehabilitation of a 5 million gallon ground storage tank including structural and mechanical tank repairs, interior application of a 100% solids elastomeric coating system, exterior application of an epoxy/polysiloxane coating system, installation of electrical and cathodic protection upgrades, misc civil site work, and pump station coating and mechanical upgrades. Lake Livingston Dam Tainter Gate Rehabilitation Project Project with Trinity River Authority involving rehabilitation of twelve(12) tainter gates. Scope of work includes removal and application of a new coating system on all surfaces, significant structural welding upgrades, installation of new hardware and seals, and misc. concrete restoration onsite. Lake Houston Dam Rehabilitation Project($10.7M) Project consisted of work with Coastal Water Authority(CWA)to update several deficient areas of the existing Lake Houston Dam to bring it into compliance with current Texas Commision on Environmental Quality(TCEQ) guidelines. New OGEE weirs were constructed along with a new training wall which coincided with a retaining wall modification. Existing splitter wall was cut and lowered, and new weep holes were installed. Additional access ramp was installed along with site modifications to improve access and site utilization. Lake Houston Dam remained operational throughout the project. This provided unique challenges for protecting new construction from discharge water from the dam. Additionally the project endured several historical storm events through the project life cycle. Lick Creek Parallel Trunk Line Phase I&II($10.9M) Installation of additional sanitary infrastructure for the City of College Station. Project provided unique challenges through difficult poor access, installation through an active golf course, and coordination with Exxonmobil. 8200LF of 48"and 4,100LF of 54"sanitary sewer was installed. Project utilized fiberglass manholes as well as rehabilitation of a few existing manholes. Several bores were used to install sanitary pipe in environmentally sensitive areas as well as underneath Lick Creek. Coordination occured with the City of College Station Parks Department for restoration activities to create a nature trail through the pipeline Right of Way. Education and Training: University of Houston- BS in Electrical Engineering HCSS Heavy Bid Bluebeam P6 Scheduling Software Vista Viewpoint Field applicators of protective coatings and linings Rehabilitatina Houston Above-Grade, Li'rge-Diameter Water Lines BY CHRiSTINE KIRBY Houstonisthefourthmost }`t I i : /, coating system, pipe exterior sur- populousdtyintheU.S. i s f 'i face, saddle cushion, pipe guard with a population of r .i +a. ,', functionality and pitting.Structural se t elements that were assessed includ- about 2.3 million extending across f. : , It 600 square miles-The city produces " '; t < `t ed:condition of concrete elements '1, and distributes more than 146 billion j 1 �10 � and reinforcement, and condition gallons of water per year,enough to of steel.Also,as part of the assess- fill the Astrodome four times per day. y \ , ment, field measurements were Within the massive water system t taken,including pipe outer diame- compnsed of water lines from 4 inch- ; - ter,pipe-to-soil potentials.and pipe es to 96 inches in diameter,there are thickness using a thickness gauge. more than 300 above-grade cross- Based on the results of the field ings that are 12 inches in diameter inspection and a weighted matrix,a and larger,some of which have been structure priority and a pipe priority in service for nearly 80 years. were given,which allowed an overall In 2012•the city's corrosion en- priority list to be developed.A pipe- gineering consultant inspected every line recommendation to replace or above-grade crossing to determine rehabilitate was assigned, and a the condition of the existing coating, structural recommendation on and determine if hazardous materi- whether or not the pipe bridge als,including heavy metals and as- should be replaced was given. bestos,were present.Of the cross- Also included with the inventory ings that were inspected, various was data on hazardous materials types of coatings were found. in- testing. In some of these crossings cluding paint, tape wrap and coal 'it' that had been in service for many tar enamel. Wend aear,brush caatmg on BO-inch water;we. decades,residues of lead,cadmium, During this study,more than 200 and chromium were found.along crossings were identified for rehabilitation or replacement,with with asbestos on the exterior of the pipe. 21 of these crossings being 24 inches in diameter and larger.In Four of the 21 crossings were identified for complete replace- 2014.as part of the city's Surface Water Transmission Program ment.Two of the crossings were identified for removal.The (SWTP),Lockwood,Andrews&Newnam Inc.(LAN),a planning, remaining 15 crossings were identified for recoating.The work engineering and program management firm,was hired to conduct was implemented through two separate design and construction a field assessment and provide recommendations for the 21 packages known as Above Grade Crossings Packages 1 and 2. large-diameter crossings. CONING$OL_ET C ^,0NDtr1C i ASSESSME'\" In field conditions,surface preparation is proven to be more As part of this effort,a comprehensive field assessment was challenging than in the factory.The best surface preparation performed on the 21 crossings,and various characteristics of that could be achieved in the field is SSPC SP6—Commercial each crossing were evaluated based on a rating system.Pipeline Blast Cleaning,and in tight spaces,only a hand tool or power elements that were assessed included:condition of remaining tool clean could be used.In light of this,LAN researched coating 22 2:-. = wi, w.wateivic .corr' 4 ' r•s remove contaminated clothing articles prior to exiting the con- . tainment.Air monitors were stationed around the site to make sure no contaminants escaped the containment area. The abrasive material used on the lead paint sites was coal slag mixed with Blastox,which is a chemical that renders the lead unleachable and,therefore, no longer hazardous. The contractor tested the blasted material using TCLP 11 to identify Before and After: 60-inch water line at Sims Bayou. which metals were present. Using the Blastox additive,the ton,where a 30-inch water line is tucked I.. , ',,, underneath the structure of a roadway r '� `'fit°' ° 4 ' bridge.At this site,the scaffolding was hung i beneath the roadway,rather than installing f supports within the bayou. ` '. i f} it scaffolding structure was used as - i ;j frame for the containment set up.A vapor blaster,which uses a very small amount of media,was used at this location to minimize the amount of grit being used.After the Before and After.24-inch water line on Old Galveston Road. work was completed at this site,the con- tractor was in the process of disassembling the scaffolding when blasted material was disposed of in a standard landfill. Any Hurricane Harvey brought catastrophic flooding in Houston, personal protection equipment(PPE)or dust that was identified leaving the bridge submerged for days.Remarkably,after the as hazardous was disposed of in 55-gallon drums and transported flood water receded,the remaining scaffolding was still in place. to an industrial hazardous waste site. Another challenging site was a 60-inch water line crossing Soil samples were done before starting the work,and after that spanned across Sims Bayou,with the City of Houston's completing the work,to ensure that soil contamination was not Glenbrook Golf Course on the east side,and an easement on a increased due to the recoating activities private residence on the west.Because of space constraints within _- the private property easement,the contractor's primary access was from the golf course side. Excessive rain just before the contractor mobilized made it difficult to transport equipment through the golf course. - - Scaffolding was set up from the north side of the bayou and built across the entire stretch of the crossing into the private property side.With the length of the crossing being approxi- mately 265 linear feet,heavier equipment was necessary to allow blasting and coating.With limited access,completing the coating on the 60-inch crossing took more time than normal. Surface preparation and primer inside containment. -',ZARi x iS MATERIALS Some of the sites had lead paint concentrations exceeding maximum allowable levels,which required compliance with Despite numerous challenges,all 15 sites were successfully federal,state,EPA,and OSHA safety regulations.An Environ- recoated,and substantial completion for Above Grade Crossings mental Health and Safety Plan detailing plans for soil analysis Package 1 was issued in January 2018.The second package is and air monitoring,handling and site storage,testing of debris, currently in design and includes replacement of four locations. transportation,disposal, worker protections,and notification scheduled to begin construction in late 2019.WIN procedures was implemented. Containment was set up and secured to prevent any material from escaping.Employees used About the Author.Christine Kirby,P E.,a a protect manager at Lodcwood,Andrews personal air monitors to ensure that their exposure was below a Newham Inc(LAN),a national planning,engineering and program management OSHA prescribed limits.A decontamination area,including a firm.she can be reached at cHkvbyetar-inccom. hand wash station,was set up for workers to clean off and circle No.227 on Reader Service Card 26 Apri 201 Blastco,Inc. 16201 Wood Drive Blastco Channelview, Pho e:281-590-3200 4110 a TF Warren Company Fax:281-590-3234 www.tfwarren,com CURRENT PROJECTS: Owner: Willowcreek MUD Project: WATER PLANT NO. 1 GROUND STORAGE TANK OVERCOATING Description: Exterior Coating Repairs of(3)220K Gal GSTs Schedule: 04/2024 to 06/2024 Percent Complete: 2% Work performed by own force: 100% Subcontracted: 0% Bonding Company: N/A Value: $101,547.00 Engineer: IDS Engineering. Contact: Makayla Murski 713-462-3178 MMurski@idseg.com Owner: American Water Project: Elevated Storage Tank 51604 Repainting Description: Exterior Coating Repairs of(1) 1MG EST Schedule: 02/2024 to 05/2024 Percent Complete: 75% Work performed by own force: 100% Subcontracted: 0% Bonding Company: N/A Value: $335,512.00 Engineer: American Water Contact: Stephen Ratcliffe (254) 213 0382 Stephen.Ratcliffe@amwater.com Owner: Colorado River Municipal Water District Project: SW Freese Dam Repairs Description: Mechanical Repairs and blasting and coating dam gates, superstructure. concrete repair and tunnel cleanout Schedule: August 2022 to June 2024 Percent Complete: 80% Work performed by own force: 85% Subcontracted: 15% Bonding Company: Federal Insurance Co. Value: $9,492,160.00 Engineer: Freese&Nichols Inc. Contact: Aaron Conine 817-735-7469 aaron.conine@freese.com b 2 Blastco,Inc. 16201 Wood Drive • /+ Channelview,TX 77530,US Blastco Phone:281-590-3200 a TF Warren Company Fax:281-590-3234 www.tfwarren.com Owner: Trinity River Authority Project: Lake Livingston Dam Gate Painting Description: - Structural repairs to (12) tainter gates - Removal and replacement of existing coating system Schedule: May 2020 to TBD Percent Complete: 70% Work performed by own force: 60% Subcontracted: 40% Bonding Company: Hanover Insurance Company Value: $10,876,359.00 Engineer: Freese and Nichols. Inc. Contact: Matt Moses 512-617-3187 jennifer.hallierrarpsgroup.com COMPLETED PROJECTS EXPERIENCE: Owner: Texas Department of Criminal Justice Project: TDCJ Chase Field Unit— Refurbish/Repair Water Tower 1 &2 and Ground Storage Tank Description: Mechanical Repairs and blasting of 2 elevated storage tanks/water towers. Schedule: August 2022 to October 2023 Percent Complete: 100% Work performed by own force: 85% Subcontracted: 15% Bonding Company: N/A. Value: $1,981,634.00 Engineer: RPS Group Contact: Jennifer Hallier 817-735-7469 aaron.conine@freese.com Owner: Exxon Mobile / Matrix Project: Tank 1000 Description: Coating of new tank. 100% Exterior shell, Interior shell, EFR product side and top side, and Liner bottom. Schedule: April 2023—Sept 2023 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: N/A Value: S996.686.00 Engineer: N/A. Contact: Chris Everett 918-379-6306 ceverema.matr xservice.com Owner: Enterprise /TARSCO Project: Tanks 1001. 1002, 1004, 1003, 1005, 8001, and 4001 Description: Coating of new tank. 100% Exterior shell, EFR and Liner bottom. Schedule: April 2023 —Sept 2023 Blastco,Inc. 16201 Wood Drive Blastco Channelview,ne:281-590-3 00 a TF Warren Company Fax:281-590-3234 www.tfwarren,com Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: N/A Value: $2,634,962.00 Engineer: N/A. Contact: Brian Iskra 832-544-5270 Brian.iskraatf`.arren.com Owner: American Water Operations & Maintenance Project: NFH EWS Tank 14900 & 15052 Rehabilitation Description: - Rehabilitation of two elevated storage tanks - Interior and exterior tank rehabilitation - 100% solids interior coating - Structural welding repairs Schedule: February 2021 to February 2022 Percent Complete: 100% Work performed by own force: 85% Subcontracted: 15% Bonding Company: Hanover Insurance Company Value: $1,294,412.00 Engineer: American Water Contact: Kyle Pearson 337-537-1161 kyle.pearson@amwater.com Owner: Central Arkansas Water Project: Ozark Point Water Treatment Plant Improvement Phase I Description: - Blast and paint Clearwell, Install Baffling. Blast& Paint EST - Misc. structural repairs Schedule: August 2021 to March 2022 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $3.283.745.00 Engineer: Crist Engineers Contact: John Keckler 501-664-1552 jkeckler@cristengineers.com Owner: City of Houston Project: Package 12 Description: Rehabilitation and New Water Storage Tanks at Various Locations - Removal and replacement of existing coating system Schedule: Dec 2021 to April 2023 Percent Complete: 100% Work performed by own force: 60% Subcontracted: 40% Bonding Company: Hanover Insurance Company Value: $3,672,900.00 Engineer: IDS Engineering Group Contact: Marcel Khouw 832-590-7293 khouw@idsengineeringgroup.com M y Gj Blastco,Inc. 16201 Wood Drive BIastco Channelview,TX 77530,US T*y..£. Phone:281-590-3200 a TF Warren Company Fax:281-590-3234 www,tfwarren.com Owner: San Antonio Water System Project: Naco Ground Storage Tank Rehabilitation Description: - Blast and paint interior and exterior of 3 MG ground storage tank with 100% solids coating - Misc. structural repairs - New cathodic protection system Schedule: December 2020 to August 2021 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $1,490,000.00 Engineer: Kimley Horn Contact: Kendall Nesmith 210-321-3417 kendall.nesmith@kimley-horn.com Owner: City of Austin Project: Slaughter&Capital of Texas GST Reservoir Improvements Description: -Rehabilitation of one ground storage tank - Interior and exterior tank rehabilitation - 100% solids interior coating - Structural welding repairs Schedule: December 2020 to July 2021 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $3,529,494.00 Engineer: Freese and Nichols, Inc. Contact: Charles Kucherka 512-213-3206 cak@freese.com Owner: City of Austin Project: Davis Lane Reservoir Improvements Description: -Rehabilitation of one ground storage tank -Interior and exterior tank rehabilitation - 100% solids interior coating -Structural welding repairs Schedule: November 2019 to August 2020 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $4,752,993.00 Engineer: Freese and Nichols, Inc. Contact: Charles Kucherka 512-213-3206 cak@freese.com Owner: City of Austin d'1 ct Blastco,Inc. 16201 Wood Drive Channelview,TX 77530,US Blastco Phone:281-590-3200 0a TF Warren Company Fax:281-590-3234 www.tfwarren.cam Project: Forest Ridge Reservoir Improvements Description: -Rehabilitation of one ground storage tank -Interior and exterior tank rehabilitation - 100%solids interior coating -Structural welding repairs Schedule: September 2019 to December 2019 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $2,4425,477.00 Engineer: Freese and Nichols, Inc. Contact: Charles Kucherka 512-213-3206 cak@freese.com Owner: City of Austin Project: Leuthan Lane Reservoir Improvements Description: - Rehabilitation of one ground storage tank - Interior and exterior tank rehabilitation - 100% solids interior coating - Structural welding repairs Schedule: January 2019 to August 2019 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: S2.625,779.00 Engineer: Freese and Nichols, Inc. Contact: Charles Kucherka 512-213-3206 cak©freese.com Owner: Army Corps of Engineers, Tulsa District Project: Repairing and Recoating Hulah Tainter Gates Description: -Multiple gates welding repairs - Blast and coat spillway gates Schedule: December 2016 to September 2018 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $3,370,500.00 Engineer: Army Corps of Engineers Contact: Frank Roth 918-832-4120 frank.roth@usace.army.mil _Owner: Harris County MUD No. 53 Project: Rehabilitation of Hydro-Pneumatic Pressure Tank Description: Rehabilitation of Hydropneumatics Tank: Schedule: December 2017 to March 2018 Percent Complete: 100% L1) w to ca a. Blastco,Inc. 16201 Wood Drive Blastco Channelview,TX 77530,US * Phone:281-590-3200 a TF Warren Company Fax:281-590-3234 www.tfwarren.com Work performed by own force: 100% Subcontracted: 0% Bonding Company: Arthur J. Gallagher Risk Management Services, Inc. Value: $18,000.00 Engineer: Huitt-Zollars Inc Contact: Jaime Salinas (281)496-0200 jsalinas@huitt-zollars.com Owner: City of University Park Project: Rehabilitation of 2MG CET Description: Rehabilitation of Hydropneumatic Tank: Schedule: December 2017 to July 2018 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: Arthur J. Gallagher Risk Management Services, Inc. Value: $958,000.00 Engineer: Kimley Horn Contact: Brad Rusk (214)420-5600 brad.rusk@kimley-horn.com Owner: Port of Houston Authority Project: Annual Wharf Crane & RTG Crane Painting Description: Rehabilitation of Wharf Crane: Schedule: December 2017 to December 2018 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: Arthur J. Gallagher Risk Management Services, Inc. Value: $1,261,320.00 Engineer: N/A Contact: Roger Hoh (713)670-2523 pcminvoicing@POHA.com Owner: San Antonio Water System Project: Coating and Structural Repairs To Ground Storage Tank Description: -Blasting and coating ground storage tank - 100% solids interior coatings - Electrical repairs to water tank and site - Paving, concrete, and site work -Structural welding repairs Schedule: November 2016 to June 2017 Percent Complete: 100% Work performed by own force: 75% Subcontracted: 25% Bonding Company: Hanover Insurance Company Value: $2,338,500 Engineer: Freese and Nichols Contact: Charles Kucherka 512-213-3206 cak@freese.com on 2 Blastco,Inc. • �f ♦�+ 16201 Wood Drive B' S N V 0 Ch7530,US annelview, e:281?590-3200 a TF Warren Company Fax:281-590-3234 www tfwarren,corn Owner: Harris County Engineering Department Project: Reconstruction of Storm Sewer at Space Center Boulevard Description: - Realignment of 54" RCP - Realignment of 60' RCP -Lining 24", 30", 36",42",48", 60", 66" Pipe with Pure Polyurea Lining Schedule: January 2017 to August 2017 Percent Complete: 100% Work performed by own force: 75% Subcontracted: 25% Bonding Company: Hanover Insurance Company Value: $1,990,325 Engineer: Harris County Engineering Department Contact: Sonia Phillips 713-274-3897 sonia.phillips@hcpid.org Owner: City of Austin Project: Four Points Elevated Reservoir Improvements Description: - Interior welding repairs and improvements - Interior and exterior tank rehabilitation - 100% solids interior coating in wet bowl - Full containment Schedule: March 2017 to November 2017 Percent Complete: 100% Work performed by own force: 70% Subcontracted: 30% Bonding Company: Hanover Insurance Company Value: $2.984.865 Engineer: Freese and Nichols, Inc. Contact: Tanner Griffin 512-617-3154 tsg@freese.com Owner: City of College Station Project: Carters Creek Clarifier Repair and Recoating Project Description: -Rehabilitation of four clarifiers -Clean and coat interior of clarifiers -Perform welding repairs as required Schedule: May 2017 to September 2017 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: Hanover Insurance Company Value: $192,000 Engineer: Dunham Engineering Contact: Jim Dunham 979-690-6555 jim@dunhamengineering.com Owner: Fort Bliss Water Services Project: Tank 7775 Deficiencies Description: - Rehabilitation of 1,000,000 Gallon GST - Lead Abatement N ae to ro a. Blastco,Inc. <> 16201 Wood Drive B' ^ t/+ Channelview,TX 77530,US Q S 4 V Phone:281-590-3200 a TF Warren Company Fax:281-590-3234 www.tfwarren.com - Perform welding repairs as required - Full interior and exterior recoating Schedule: June 2017 to August 2017 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: Hanover Insurance Company Value: $443,792 Engineer: Fort Bliss Water Services Contact: Ruben Contreras 915-549-2176 ruben.contreras@ftbliss.asusinc.com Owner: City of Houston Project: Rehabilitation and New Water Storage Tanks at Various Locations— Package 4 Description: Rehabilitation of 4 GST's, Demolition/Installation of 1 Bolted GST's, Rehabilitation of 1 EST - Blast and Repaint Interior and Exterior - Demolish one GST and replace with a bolted steel GST - Electrical Upgrades/Modifications -Various Welding Repairs - Containment Schedule: January 2016 to June 2017 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 30% Bonding Company: Westchester Fire Insurance Company Value: $3.510,472 Engineer: IDS Engineering Group Contact: Marcel Khouw 832-590-7293 khouw@idsengineeringgroup.com Owner: City of Corpus Christi Project: Choke Canyon Dam Spillway Gate Rehabilitation Description: - Blast and coat seven spillway gates and six stop logs - Structural repairs on spillway gates and stop logs - New spillway and stop log seals Schedule: September 2015 to July 2017 Percent Complete: 100% Work performed by own force: 90% Subcontracted: 10% Bonding Company: Westchester Fire Insurance Company Value: $2,655,800 Engineer: Freese and Nichols. Inc. Contact: Brian Bresler 361-561-6526 bdb©freese.com Owner: City of Houston Project: Rehabilitation and New Water Storage Tanks at Various Locations— Package 6 Description: Rehabilitation of 5 GST's and Demolition 2 Welded GST's - Blast and Repaint Interior and Exterior CO ]L Blastco,Inc. 16201 Wood Drive Channelview,TX 77530,US T Blastco Phone:281-590-3200 a TF Warren Company Fax:281-590-3234 www,tfwarren.com - Demolish 2 GST's and replace them with 1 bolted GST - Construct one welded steel GST with an aluminum dome roof - Electrical Upgrades/Modifications -Various Welding Repairs - Containment Schedule: January 2016 to July 2017 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 30% Bonding Company: Westchester Fire Insurance Company Value: $2,770,250 Engineer: IDS Engineering Group Contact: Marcel Khouw 832-590-7293 khouw@idsengineeringgroup.com Owner: City of Houston Project: Rehabilitation of Above Grade Crossings Description: Abatement and rehabilitation of above grade pipe crossings -Abatement of certain pipe crossings - Blast and coat exterior piping - Local containment Schedule: December 2016 to July 2017 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: Westchester Fire Insurance Company Value: $1,198,132 Engineer: IDS Engineering Group Contact: Marcel Khouw 832-590-7293 khouw@idsengineeringgroup.com Owner: Port of Houston Authority-Cranes 2016 Project: Annual Contract for Wharf Crane and RTG Crane Painting at Barbour's Cut and Bayport Terminals-2016 Description: -Lead Abatement - Crane Painting at Barbour's Cut Terminal and Bayport Terminal and Cruise Terminal Schedule: July 2016 to July 2017 Percent Complete: 100% Work performed by own force: 100% Subcontracted: 0% Bonding Company: Hanover Insurance Company Value: $1,300,080.00 Engineer: Port of Houston Contact: Brock Lewis (713)670-2646 blewis@poha.com Owner: City of Austin Project: Lost Creek#1 and#2 Reservoir Improvements Project Description: -Rehabilitation of two ground storage tanks Blastco,Inc. • 16201 Wood Drive Blastco Channelview,TX 77530,US Blastco Phone:281-590-3200 a TF Warren Company Fax:281-590-3234 siw' .tfwarren.com - Interior and exterior tank rehabilitation - 100% solids interior coating - Structural welding repairs Schedule: January 2016 to May 2017 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $1,747,612 Engineer: Freese and Nichols, Inc. Contact: Tanner Griffin 512-617-3154 tsg@freese.com Owner: American Water Operations & Maintenance, Inc. Project: Fort Polk, LA—Elevated Water Tank South Fort Rehab & Painting Description: -Lead Abatement -Blast and coat interior and exterior -Tank rehabilitation -Construction of CMU Building Schedule: November 2016 to May 2017 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Westchester Fire Insurance Company Value: $587,500 Engineer: American Water Operations & Maintenance, Inc. Contact: Kyle Pearson 337-537-1434 kyle.pearson@amwater.com Owner: Consolidated Waterworks Nassau, Bahamas Project: Repairing and Repainting One 750,000 Gallon Fluted Pedestal Elevated Tank Description: -Blast and coat interior and exterior -Structural welding repairs -Safety modifications Schedule: November 2016 to May 2017 Percent Complete: 100% Work performed by own force: 80% Subcontracted: 20% Bonding Company: Hanover Insurance Company Value: $1,384,000 Engineer: Tank Industry Consultants Contact: Patrick Brown 317-271-3100 brown@tankindustry.com rl t3 Blastco,Inc. 16201 Wood Drive Channelview,TX 7753Q US Blastco Phone:281-590-3200 a TF Warren Company Fax:281-590-3234 w-vr-w,tfwarren,rem BLASTCO OWNED EQUIPMENT • (1) Compressor- 185 cfm • (1) Compressor-225 cfm • (3) Compressor- 375 cfm • (2) Compressor-425 cfm • (14) Compressor- 900 cfm • (2) Dust collector-28,000 CFM • (2) Dust collector-20,000 CFM • (8) Dust collector-ARS 20,000 CFM • (1) ARS -6 Pot/6 nozzle • (2) ARS -4 Pot/4 nozzle • (1) ARS -2 Pot/2 nozzle • (1) ARS - 1 Pot/2 nozzle • (1) DH - 3500 CFM • (1) DH - 5000 CFM • (11) DH -6500 CFM • (3) DH - 9000 CFM • (2) AC -20 Ton • (4) Skid steer • (5) 5K forklift • (3) Vacuum trailer- 3600 CFM • (2) Vacuum trailer-2300 CFM • (8) Plural component pump • (28)Paint pump-airless • (16)Air Dryer- 1600 CFM • (1) Air Dryer-950 CFM • (2) Air Dryer-400 CFM • (1) Faster Blaster w/Dust collector • (6) Blastrac w/Dust collector • (5) Generator- Multi-quip 220 kVA • (4) Welder-400A • (26) Blast Pot-6 bag • (1) Blast Pot- 3 bag • (1) Blast Pot-2 bag • (1) Blast Pot- 1 bag • (1) Vapor Blaster • (5) Bulk Pot-8 ton • (3) Bulk Pot-6 ton • (1) Bulk Pot-4 ton • (1) Bulk Pot- 1 ton • (1) Bulk Pot- 1200# • (7) Distribution Panel • (2) Trailer- decontamination • (9) Swing stage-20' • (14) Spider basket. ao