Loading...
HomeMy WebLinkAboutPR 24143: CONTRACT WITH ALLCO, LLC FOR THE HWY 365 SANITARY SEWER FORCE MAIN REPLACEMENT City of oT! INTEROFFICE MEMORANDUM -WATER UTILITIES DEPARTMENT- DATE: January 17,2025 TO: The Honorable Mayor and City Council THROUGH: Ronald Burton, CPM, City Manager FROM: Calvin Matthews, P.E., Water Utilities Director SUBJECT: PR No. 24143 — Authorization to Execute a Contract with ALLCO, LLC for the Hwy 365 Sanitary Sewer Force Main Replacement Introduction: This Agenda Item intends to seek the City Council's approval for executing a contract with ALLCO, LLC, for the construction of the Hwy 365 Sanitary Sewer Force Main Replacement Project in the total amount of $2,709,931.50. The construction is for TCEQ Supplemental Environmental Project(SEP)requirement. Background: In Spring of 2020,COPA had a 100,000+gallon sewage discharge from two manholes in a pasture on the North side of Hwy 365 near the COPA Water Tower. In order to prevent the case from being referred to the Attorney General Office for continuing violation of a 2009 Consent Order, the previous director agreed with the TCEQ to do a compliance Supplemental Environmental Project(SEP)by replacing the badly deteriorated force main that caused the discharge. The project consists of a new force main to deliver flows from the Hwy 365 lift station to the manhole past West Port Arthur Road, approximately 9,300 linear feet. The council approved Resolution #21-194 and Resolution #22-280 for Schaumberg & Polk, Inc. for the Design and Construction Management. This project, Bid #P24-59, was advertised on July 27, 2024, and August 3, 2024. On September 24, 2024, the City of Port Arthur received three (3) sealed bids for the project. It was found that ALLCO,LLC of Beaumont,Texas submitted the lowest responsive bid.The Water Utilities Department proposes to award the contract Hwy 365 Force Main Replacement Project for the Total Amount of$2,709,931.50 to ALLCO, LLC. Budget Impact: Funding in Water Utilities Account No. 405-40-000-8516-00-00-000,Project No. WS0012-CON. HWY 365 FORCE MAIN, is contingent upon the approval of the budget amendment in Proposed Ordinance No. 7308. Recommendation: I recommend the approval of Proposed Resolution No. 24143, which authorizes the execution of a contract with ALLCO, LLC of Beaumont, Texas for the replacement of the Hwy 365 Sanitary Sewer Force Main as described/outlined above. PR No. 24143 1/17/25 JL Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ALLCO, LLC OF BEAUMONT, TEXAS FOR THE HIGHWAY 365 SANITARY SEWER FORCE MAIN REPLACEMENT PROJECT WITH A PROJECTED BUDGETARY IMPACT OF $2,709,931.50. FUNDING IN ACCOUNT NO. 405-40-000-8516-00-00-000, PROJECT NO.WS0012-CON.HWY 365 FORCE MAIN,IS CONTINGENT UPON THE APPROVAL OF THE BUDGET AMENDMENT IN PROPOSED ORDINANCE NO. 7308 WHEREAS, the Highway 365 Sanitary Sewer Force Main is in critical condition which caused several overflow and TCEQ violations from 2020; and, WHEREAS,per Resolution#22-280 Schaumberg& Polk, Inc. of Port Arthur, Texas was selected as the engineer for design and construction management; and, WHEREAS,the project consists of a new force main to replace the existing 8"sewer force main with a 16" sewer force main and deliver flows from the Hwy 365 lift station to the manhole past West Port Arthur Road, approximately 9,300 linear feet; and, WHEREAS, this project, Bid #P24-59, was advertised on July 27, 2024, and August 3, 2024; and, WHEREAS,on September 24,2024,the City of Port Arthur received three(3) sealed bids for the Highway 365 Sanitary Sewer Force Main Replacement Project; and, WHEREAS, it was found that ALLCO, LLC of Beaumont, Texas, submitted the lowest responsive bid for the project with a Total Base Bid in the amount of$2,709,931.50 (Exhibit A). NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT,the City Manager of the City of Port Arthur is hereby authorized and directed to execute a contract, in substantially the same form, attached as Exhibit"B",with ALLCO, LLC of PR No. 24143 1/17/25 JL Page 2 of 3 Beaumont, Texas, for Highway 365 Force Main Replacement Project,with a projected budgetary impact of$2,709,931.50; and, THAT,said funding for this contract in Account No. 405-40-000-8516-00-00-000, Project No. WS0012-CON. HWY365 FORCE MAIN, is contingent upon the approval of the budget amendment in Proposed Ordinance No. 7308; 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 , 2025 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: Sherri Bellard City Secretary APPROVED RM: Roxann Pais Cotroneo City Attorney APPROVED FOR ADMINISTRATION: 4,,,,,4,_ -, *, a 0 Ronald Burt• , CPM alvin Matthews, P.E. City M. • .ger Director of Water Utilities APPROVED AS FOR AVAILABILITY OF FUNDS: k ,e , ,e2tcbiaiii. 2:64 , Lynd (Lyn) Boswell, MA, ICMA-CM Clifto E. Williams, Jr., CPPB Director of Finance Purchasing Manager EXHIBIT A (Bid Tabulation) BID TABULATION CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID NUMBER P24-059 Date:Wednesday,September 24,2024 g,3:COpm ALLCO,LLC. BDS Construstors LLC Triangle Civil Services 6720 College Street dba MK Constructors 1350 South Major item Qty Unit Description Beaumont,TX 77707 16736 IH-10 Beaumont,TX 77707 Vidor,TX 77662 Unit Price I Item Total Unit Price ( Item Total Unit Price I !tern Total BASE BID ITEMS 1. I 1 I LS (Mobilization,including payment bond,performance bond,insurance,&moving I $99,000.00 I $99,000.00 I $149,052.00 I $149,052.00 I$200,000.00 I $200,000.00 FORCE MAIN IMPROVEMENTS 16"PVC Force Main-Furnish all labor,equipment,and material to install 16"C900 PVC 2. 362 LF DR 18 Sanitary Sewer Force Main,all depths,including excavation,backfill,compaction, $221.25 $80,092.50 $198.00 $71,676.00 $177.00 $64,074.00 surface restoration,testing,restrained joints,and labeled"FOR USE AS A SANITARY SEWER LINE",in accordance with the plans and specifications for 20"HDPE Force Main-Furnish all labor,equipment,and materials to install 20"HDPE 3. 7,326 LF DR11 Sanitary Sewer Force Main,all depths,including excavation,backfill,compaction, $162.25 $1,188,643.50 $153.00 $1,120,878.00 $154.00 $1,128,204.00 surface restoration,testing,thrust blocks,and detector tape labeled"PRESSURIZED WASTEWATER",in accordance with the plans and specifications for 20"HDPE Force Main-Furnish all labor,equipment,and matrials to install 20"HDPE DR11 Sanitary Sewer Force Main,all depths by Directional Boring,including bore pits, 4. 2,238 LF excavation,backftl,compaction,surface restoration,testing,end seals and detector tape $171.00 $382,698.00 $226.00 $505,786.00 5327.00 $731,826.00 labeled"PRESSURIZED WASTEWATER",in accordance with the plans and specifications for Spur 93/UPRR I LNVA Crossing-Furnish all labor,equipment,and materials to install a 24"x 1/2"steel casing by JACK AND BORE complete in place,including casing,bore 5. 355 LF pits,excavation,backfill,filling with low strength grout,casing spacers and end seals,in $1,131.50 $401,682.50 $1,422.00 $504,810.00 $1,200.00 $426,000.00 accordance with the plans and specifications for Texas Avenue Crossing•Furnish all labor,equipment,and materials to install a 24" HDPE DR17 casing by BORING,complete in place,including casing,bore pits, 6. 35 LF excavation,backfill,filling with low strength grout,casing spacers and end seals,in $287.00 $10,045.00 $318.00 $11,130.00 $1,400.00 $49,000.00 accordance with the plans and specifications for Wilson Avenue Crossing-Furnish all labor,equipment,and materials to install a 24" HDPE DR17 casing by BORING,complete in place,including casing,bore pits, 7. 40 LF excavation,backfill,filling with low strength grout,casing spacers and end seals,in $261.00 $10,440.00 $293.00 $11,720.00 $1,330.00 $53,200.00 accordance with the plans and specifications for Davis Avenue Crossing-Furnish all labor,equipment,and materials to install a 24" HOPE DR17 casing by BORING ONLY complete in place,including casing,bore pits, 8. 40 LF excavation,backfill,filling with low strength grout,casing spacers and end seals,in $261.00 $10,440.00 5293.00 $11,720.00 $1,330.00 $53,200.00 accordance with the plans and specifications for 4:Bl4ding Documents Preaid to PreCon 36188id Tabulation Page 1 of 5 BID TABULATION CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID NUMBER P24-059 Date:Wednesday,September 24,2024 4 3:00pm ALLCO,LLC. BDS Construstors LLC Triangle Civil Services 6720 College Street dba MK Constructors 1350 South Major Item Qty Unit Description Beaumont,TX 77707 16736 IH-10 Beaumont,TX 77707 Vidor,TX 77662 Unit Price Item Total Unit Price Item Total Unit Price Item Total Highway 365 Crossing-Furnish all labor,equipment,and materials to install a 24"x 114" 9. 110 LF steel casing by DRY BORING,complete in place,including casing,bore pits,excavation, $930.00 $102,300.00 $1,119.00 $123,090.00 $1,100.00 $121,000.00 backfill,filling with low strength grout,casing spacers and end seals,in accordance with the plans and specifications for AirNacuum Valves-Furnish all labor,equipment,and materials to install an AirNacuum 10. 10 EA valve,complete and operable,including 4'diameter fiberglass manhole,saddle,ball $8,125.00 $81,250.00 612,000.00 $120,000.00 $11,200.00 $112,000.00 valve,piping,excavation and backfill,in accordance with the plans and specifications for 16"Gate Valves-Furnish all labor,equipment,and materials to install 16"gate valve on 11. 5 EA the proposed force main pipe,complete and operable,including connection to 20"HDPE $15,125.00 $75,625.00 $18,540.00 $92,700.00 $20,300.00 $101,500.00 pipe,valve box,excavation and backfill,all in accordance with the plans and specifications for Proposed 72"Manhole-Furnish all labor,equipment,and materials to install 72" 12 1 EA reinforced concrete sanitary sewer manhole,including excavation,backfill, $39,864.00 $39,864.00 $109,410.00 $109,410.00 $27,300.00 $27,300.00 coating,connections,ring&cover,surface restoration and testing,in accordance with the plans and specifications for Connect FM to Proposed 72"Manhole-Furnish all labor,equipment,and materials to 13. 1 LS connect force main to proposed manhole,including 20"HDPE DR11 pipe,90 degree $21,100.00 $21,100.00 $40,540.00 $40,540.00 $165,800.00 $165,800.00 bends,Harvey adapters,tee fitting inside manhole,excavation,backfill,and surface restoration,in accordance with the plans and specifications for Proposed 22 1/2 degree Bend-Furnish all labor,equipment,and materials to install a 14. 1 EA 22 1/2 degree bend on the proposed 20"HOPE force main,including excavation,backfill, $7,300.00 $7,300.00 $9,817.00 $9,817.00 $3,300.00 $3,300.00 surface restoration,thrust blocks,and testing,in accordance with the plans and specifications for Proposed 90 degree Bend-Furnish all labor,equipment,and materials to install a 90 15. 3 EA degree bend on the proposed 20"HOPE force main,including excavation,backfill, 61,750.00 $5.250.00 $6,583.00 $19,749.00 $2,900.00 $8,700.00 surface restoration,thrust blocks,and testing,in accordance with the plans and Connect Proposed FM to Existing FM-Furnish all labor,equipment,and materials to connect the proposed 20"HDPE force main to the existing 14"force main,including 16" 16. 1 LS PVC tee fitting,16"PVC 90 degree bend,16"C905 PVC DR25 pipe,16"x 14"MJ $17,300.00 $17.300.00 $22,171.00 $22,171.00 $43,800.00 $43,800.00 reducer,20"HDPE x 16"PVC connections,excavation,backfill,surface restoration and testing,in accordance with the plans and specifications for HOPE to PVC Connection-Furnish all labor,equipment,and materials to connect 20" 17. 2 EA HDPE to 16"PVC,including 20"x 16"reducer,excavation and backfill,in accordance 63,000.00 $6.000.00 $3,465.00 $6,930.00 $1,600.00 $3,200.00 with the plans and specifications for MISCELLANEOUS IMPROVEMENTS Material Testing-Provide material testing for all concrete and soils compaction,as 18.I 1 ALLOW approved by Engineer,all in strict accordance with plans and specifications, $7,500.00 $7,500.00 $7,500.00 $7,500.00 $7,500.00 $7,500.00 reimbursement based on supplied invoices Special Shoring-Furnish all labor,materials,and equipment to install special shoring as 19. 5,180 SF required for safety,in accordance with the plans and specifications for $0.25 $1.295.00 $5.00 $25,900.00 $3.50 i $18,130.00 I dr:Bidding Documents Preeid to PreCon 361881d Tabulation Page 2 of 5 BID TABULATION CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND UFT STATION IMPROVEMENTS BID NUMBER P24-059 Date:Wednesday,September 24,2024 0 3:00pm BDS Constructors LLC Triangle Civil Services ALLCO,LLC. dba MK Constructors 9 6720 College Street 167361H-10 1350 South Major Item Qty Unit Description Beaumont,TX 77707 Beaumont,TX 77707 Vidor,TX 77662 Unit Price Item Total Unit PrIce Item Total Unit Price Item Total 20. 1 LS Trench Safety Plan-Furnhish Trench Safety Plan as prepared and sealed by a Texas $500.00 $500.00 $1,500.00 $1,500.00 $5,000.00 $5,000.00 for Registered Engineer,in accordance with the plans and specifications Trench Safety System-Furnish all labor,equipment,and materials for installation of 21. 7,326 LF trench safety protection for all excavations over five-feet deep,complete in place, $1.00 $7,326.00 $1.00 $7,326.00 $1.00 $7,326.00 including shoring,trench boxes,or other approved system,in accordance with the plans and specifications for Additional Class I Embedment Material for wet trench construction,as directed by the 22. 200 TON Engineer(but not included in other bid items),furnished and installed,complete in place, $75.00 $15,000.00 $71.00 $14,200.00 $100.00 $20,000.00 in accordance with the plans and specifications for 'Additional Cement Stabilized Sand,1-1/2 sacks of cement per cubic yard sand,for 23. 200 TON supplemental backfill,as directed by Engineer(but not included in other bid items), $60 00 $12,000.00 $64.00 $12,800.00 $110.00 $22,000.00 furnished and instated,complete in place,in accordance with the plans and specifications for 24. 1 LS Groundwater Control as approved by the engineer,in accordance with the plans and $31,280.00 $31,280.00 $35,000.00 $35,000.00 $95,000.00 $95,000.00 specifications for Storm Water Pollution Prevention-Fumish all labor,equipment,and materials to install 25. 1 LS and maintain the storm water pollution prevention system for the duration of the project,in $2,000.00 $2,000.00 $55,000.00 $55,000.00 $30,000.00 $30,000.00 accordance with the plans and specifications for SUE Level A-Furnish all labor,equipment,and materials to determine the horizontal and 26. 44 EA vertical location of the existing pipeline using hydro excavation methods,in accordance $1,000.00 $44,000.00 $1,100.00 $48,400.00 $1,400.00 $61,600.00 with the plans and specifications for 27. 1 ALLOW Miscellaneous improvements-Allowance to furnish all labor,materials,and equipment $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 necessary to perform all miscellaneous improvements,as directed by the Owner ALTERNATE BID ITEMS, 16"PVC Force Main-Furnish all labor,equipment,and material to install 16"C900 PVC 3A. 7326 LF DR 18 Sanitary Sewer Force Main,all depths,including excavation,backfill,compaction, $153.25 $1,122,709.50 $127.00 $930,402.00 $129.00 $945,054.00 surface restoration,testing,thrust blocks,and detector tape labeled"PRESSURIZED WASTEWATER",in accordance with the plans and specifications for HDPE to PVC Connection-Furnish all labor,equipment,and materials to connect 20" 313. 12 EA HDPE to 16"PVC,including 20"x 16"reducer,excavation and backfill,in accordance $4,875.00 $58,500.00 $5,500.00 $66,000.00 $6,200.00 $74,400.00 with the plans and specifications for Proposed 16"by 45 degree Bend-Furnish all labor,equipment,and materials to install 3C. 4 EA a 45 degree bend on the proposed 16"force main,including excavation,backfill,surface $2,850.00 $11,400.00 $3,500.00 $14,000.00 $4,450.00 $17,800.00 restoration,thrust blocks,and testing,in accordance with the plans and specifications for dtBidding Documents PreBid to PreCon 3188id Tabulation Page 3 of 5 BID TABULATION CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID NUMBER P24-059 Date:Wednesday,September 24,2024 4 3:00pm ALLCO,LLC. BDS Construstors LLC Triangle Civil Services 6720 College Street dba MK Constructors 1350 South Major Item Qty Unit Description Beaumont,TX 77707 16736 IH-10 Beaumont,TX 77707 Vidor,TX 77662 Unit Price I Item Total Unit Price I Item Total Unit Price I Item Total ADDITIVE BID ITEMS-LIFT STATION IMPROVEMENTS Existing Lift Station-Furnish all labor,material and equipment to abandon the existing lift station in place,including demolishing the top slab and portion of the walls, 28. 1 LS disassembling and removing all pumping equipment,piping,valves.steel platforms and $33,560.00 $33,560.00 $55,807.00 $55,807.00 $34,700.00 $34,700.00 stairs,electrical and controls,disposal of sludge and debris,and backfilling with select fill, in accordance with the plans and specifications for New Lift Station-Furnish all labor,equipment and materials to construct a new submersible lift station,including new submersible pumps,pump guide rails,electrical connections,excavation,cement stabilized sand backfill,compaction,12'x 12' RC wet 29. 1 LS well and coating,valve box,aluminum hatches,grating,piping,valves,fittings,bypass $1 188 000.00 $1,188,000.00 $1,333,280.00 $1,333,280.00 $995,000.00 $995,000.00 assembly,jib crane,surface preparation and painting of at exposed piping,influent line connection,and all necessary appurtenances to make the station complete and operable, in accordance with the plans and specifications for Site Improvements-Furnish all labor,equipment,and materials for the proposed site improvements,including new limestone driveway and parking area,new water service 30. 1 LS line including freezeless yard hydrant and backfiow preventer(armored insulated),water $50,000.00 $50,000.00 $44,250.00 $44,250.00 $57,000.00 $57,000.00 meter and box,connection to existing water line,site restoration,in accordance with the plans and specifications for Electrical Pad-Furnish all labor,equipment,and materials to construct a 6'x 14' 31. 1 LS reinforced concrete electrical service pad,including excavation and backfill,foundation, $12,000.00 $12,000.00 $11,000.00 $11,000.00 $36,000.00 $36,000.00 and specifications for electrical canopy and appurtenances,in accordance with the plans New Electrical Equipment-Furnish all labor,equipment,and materials to construct new electrical underground service,electrical rack and concrete pad,service equipment, 32. 1 LS automatic transfer switch,connections to existing standby generator,lightning protection 5188,000.00 $188,000.00 $230,000.00 $230,000.00 $286,000.00 $286,000.00 system,pump control equipment,site lighting,wiring devices,outlet and junction boxes, duct banks,conduit,conductors,and testing,in accordance with the plans and specifications for New Manhole-Furnish all labor,equipment,and materials to install a new 5 ft diameter 33. 1 EA precast concrete sanitary sewer manhole,including excavation,cement stabilized backfill, $50,000.00 $50,000.00 $49,000.00 $49,000.00 $216,000.00 $218,000.00 connections,ring&cover,rain stopper,surface restoration and testing,in accordance with the plans and specifications for Influent line-Fumish all labor,equipment,and materials to install a new 27"PVC PS- 34. 33 LF 115 gravity sanitary sewer from the new manhole to the new wet well,complete in place, $385.00 $12,705.00 $2,115.00 $69,795.00 $377.00 $12,441.00 all depths.including excavation,backfill,compaction,piping,fittings,testing,and surface restoration,in accordance with the plans and specifications for I off:Bidding Documents PreBid to PreCon 3616131d Tabulation Page 4 of 5 BID TABULATION CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID NUMBER P24-059 Date:Wednesday,September 24,2024 0 3:00pm ALLCO,LLC. BDS Constructors LLC Triangle Civil Services dba MK Constructors Description 6720 College Street Major 16736 IH-10 1350 South Beaumont,TX 77707 Item Qty Unit Beaumont,TX 77707 Vidor,TX 77662 Unit Price Item Total Unit Price Item Total Unit Price Item Total 16"Force Main-Furnish all labor,equipment,and materials to install 16"diameter DI Force Main from the valve vault and connect to the proposed force main within the lift 35. 77 LF station site,all depths,including all fittings,excavation,backfill,compaction,surface $555.00 $42,735.00 $616.00 547,432.00 $540.00 $41,580.00 restoration,thrust blocking,and testing.in accordance with the plans and specifications for Electrical Service installation charges by Entergy and lightning protection review of 36. 1 ALLOW electrical equipment installation by Bonded Systems,Ltd.or approved equivalent, $35,000.00 $35,000.00 $35,000.00 $35,000.00 $35,000.00 $35,000.00 reimbursement based on supplied invoices BASE BID TOTAL(ITEMS 1-27) $2,709,931.50 $3,188,807.00 $3,608,660.00 ALTERNATE BID TOTAL(ITEMS 1-2,3A-3C,4-27) $2,713,897.50 $3,078,331.00 $3,517,710.00 ADDITIVE BID TOTAL(ITEMS 28-36) $1,612,000.00 $1,875,564.00 $1,715,721.00 BASE BID+ADDITIVE BID TOTAL(ITEMS 1-27+28-36) $4,321,931.50 $5,064,371.00 $5,324,381.00 The Bid Proposals submitted have been reviewed,and to the best of my knowledge this is an accurate tabulation of the Bids received. ,,•a°as,, S°F T'Le 1� „r.- ;c,.. ' '•s 8a l TRiT:?(• I ER J_Fi j . •�.�EA�a� i �l > ff,- 60676 7.0 Signature i ' V .. 1iQ GSTi- O,.`'Z'X la�f hL. g df:Bidding Documents Pre8id to PreCon 3618eid Tabulation Page 5 of 5 SPECIFICATIONS AND CONTRACT DOCUMENTS Highway 365 Force Main and Lift Station Improvements BID NO. P24-059 . i) tt/ ort rthrr�~ fryers CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS July 2024 of El%C 1. Prepared by: *- , •. DQ. E i V SCHAUMBURG b. POLK,inie 5 JEFFREY G. BEAVER 60676 `9 8865 College Street fie? 0c� V-`-�� Beaumont,Texas 77707 4%t ti f, �t. Firm Registration No. F-000520 •3v;2'l- THURMAN BILL BARTIE,MAYOR ! RONALD BURTON,CPM DONEANE BECKCOM, Energy CITY MANAGER MAYOR PRO TEM City of SHERRI BELLARD,TRMC COUNCIL MEMBERS: CITY SECRETARY WILLIE BAE LEWIS,JR. TIFFANY L.HAMILTON EVERFIELD o r t r t h u r JAMES M.BLACK HAROLD L.DOUCET,SR Ti t r tc INTERIM CITY ATTORNEY THOMAS KINLAW,III DONALD FRANK,SR. JULY 1,2024 INVITATION TO BID HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time,Wednesday,August 28,2024. (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,August 28,2024 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P24-059 DELIVERY ADDRESS: Please submit one(1)original and one(1)copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Type text here ifton Williams Purchasing Manager 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. ADDENDUMS DRAWINGS SECTION A CONSTRUCTION CONTRACT AGREEMENT CONSTRUCTION CONTRACT AGREEMENT THIS AGREEMENT, made this day of , A.O. 2025- 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 , 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 Highway 365 Force Main Improvements Project. 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 365 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 2,709,931.50 , or as shown in the Bid Schedule. 5 The term"CONTRACT DOCUMENTS" means and includes the following: (A) CONSTRUCTION CONTRACT AGREEMENT (B) ADVERTISEMENT FOR BIDS (C) INFORMATION TO BIDDERS (D) BID PROPOSAL (E) GENERAL CONDITIONS (F) SPECIFICATIONS (G) SCOPE OF WORK (H) SUPPLEMENTAL GENERAL CONDITIONS Part A (I) Part B (J) BID BOND (K) PAYMENT BOND (L) CERTIFICATE OF INSURANCE (M) PERFROMANCE BOND (N) NON-COLLUSION AFFADVIT (0) HOUSE BILL 89 VERIFICATION (P) SB 252 (0) QUALIFICATION STATEMENT (R) CERTIFICATE OF INTERESTED PATIES (U) CONFLICT OF INTEREST ADDENDUM A-1 Addenda: No. ,dated , 20 No. , dated , 20 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: City of Port Arthur BY: CONTRACTOR: NAME: T1TL E: BY: NAME: ADDRESS: (CORPORATE SEAL ATTEST: NAME: A-2 SECTION B ADVERTISEMENT FOR BIDS CITY OF PORT ARTHUR Request for Bids Highway 365 Force Main and Lift Station Improvements July 27, 2024 August 3, 2024 PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BID otice is hereby given that sealed bids,addressed to the City of Port Arthur,will be received at the! ffice of the City Secretary,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no' ter than 3:00 p,m.,Wednesday,August 28,2024 and all bids received will thereafter be opened id read aloud at 3:15 p.m.,on Wednesday,August 28, 2024 in the City Council Chambers,5th oor,City Hall,Port Arthur,Texas for certain services briefly described as: HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS ds received after the deadline stated above,regardless of method of delivery,will not be considered td returned unopened. opies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 h Street,City of Port Arthur,and are open for public inspection without charge.They can also be itrieved from the City's website at www.portarthur.net or www.publicpurchase.com. ON MANDATORY PRE-BID MEETING IS SCHEDULED FOR MONDAY. AUGUST 12, 2024 r 10:00 A.M.AT THE WATER PURIFICATION PLANT LOCATED AT 11101 H. 0 MILLS, PORT RTHUR,TEXAS he City of Port Arthur reserves the right to reject any and all bids and to waive informalities. er Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance,the City Council shall not Nerd a contract to a company that is in arrears in its obligations to the City. PUBLIC NOTICE CITY OF PORT ARTHUR,TEXAz ADVERTISEMENT FOR BID Oiifton Alll ms lot sealed bids,addressed to the City of Port Arthur,will be received at tt Purchasing Manager 9ry,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 r • later than 3:00 p.m.,Wednesday,August 28,2024 and all bids received will thereafter be open( and read aloud at 3:15 p.m.,on Wednesday,August 28,2024 in the City Council Chambers, 5 Floor,City Hall, Port Arthur,Texas for certain services briefly described as: HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS Bids received after the deadline stated above,regardless of method of delivery,will not be consider( and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office.44 4th Street,City of Port Arthur, and are open for public inspection without charge.They can also t retrieved from the City's website at www.portarthur.net or www.publicpurchase.com. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR MONDAY. AUGUST 12, 202 AT 10:00 A.M.AT THE WATER PURIFICATION PLANT LOCATED AT 1101 H.O. MILLS, POR ARTHUR.TEXAS The City of Port Arthur reserves the right to reject any and all bids and to waive informalitie! Per Chapter 2 Article VI Sec. 2-262(C)of the City's Code of Ordinance,the City Council shall nm award a contract to a company that is in arrears in its obligations to the City. Clifton Williams Purchasing Manager CITY OF PORT ARTHUR,TEXA.. ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur,will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, August 28, 2024 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on Wednesday, August 28, 2024 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov/bids.aspx or www.publicpurchase.corn. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR MONDAY, AUGUST 12, 2024 AT 10:00 A.M. AT THE WATER PURIFICATION PLANT LOCATED AT ttlM H. 0 MILLS, PORT ARTHUR,TEXAS 1101 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. Clifton Williams Purchasing Manager FIRST PUBLICATION: July 27, 2024 SECOND PUBLICATION: August 3, 2024 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. C-I The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnish Performance and Payment Bonds and required insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER, within said period, of reasons which, in the sole discretion of the OWNER, justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified,the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the Bidder shall be liable to the CITY OF PORT ARTHUR for any excess cost to the OWNER over his bid amount. Further, the bid guarantee shall be forfeited to the CITY OF PORT ARTHUR as liquidated damages and Bidder shall be liable to the CITY OF PORT ARTHUR for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The OWNER, within fifteen (15) calendar days of receipt of acceptable Performance and Payment Bonds, Insurance Documents and Contract signed by Bidder to whom Contract was awarded,shall sign and return executed duplicate of the Contract to said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. 3, BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000.00), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000) a performance bond also, shall be furnished on prescribed forms in the amount of one hundred percent (100%) corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each Bond a certified and effective date copy of their Power of Attorney. 4. NOTICE TO PROCEED Notice to Proceed shall be issued within fifteen(15) calendar days of the execution of the Contract by OWNER. Should there 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 and/or damages which may arise out of or result from operations under this Contract, whether the operations be himself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of tnern 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). C-2 1. Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of Port Arthur), City of Port Arthur and Contractor and all persons providing services shall comply with the worker's compensation insurance 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 Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form(s)shall in any event be filed with OWNER not more than ten (10) days after execution of this Contract. The original Builder's Risk policy(if required)shall provide for fifteen(15)days written notice of alteration, modification or cancellation and shall be furnished to OWNER. Provided, however, until the Original Policy is issued and furnished to the OWNER a Certified Insurance Binder with the identical notice will be acceptable in place of the original policy, which original policy must be received by the OWNER not later than thirty (30) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation, including the original policy specified above, are received by the OWNER. 6. JOB EXAMINATION Bidder should carefully examine and be familiar with the Plans, Specifications and other Documents and other conditions and matters which can In any way affect the work or the cost thereof. By submitting a bid, the CONTRACTOR acknowledges that he or his qualified representative has visited the job site and investigated and satisfied himself as to (a) the conditions affecting the work including but not limited of the physical conditions of the site which may bear upon site access, handling and storage of tools and materials, access to water,electric or other utilities or otherwise affect performance of required activities;(b)the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonably ascertainable from inspection of the site, including exploratory work done by the OWNER or a designated consultant. Failure to do all of 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 info the City of Port Arthur project. The CONTRACTOR performing this Contract must issue to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City of Port Arthur. The OWNER will make no further allowance for and will make no price adjustment above or below the originally bid unit prices on account of this tax. It shall be the CONTRACTOR'S sole responsibility, if CONTRACTOR has elected to exclude the sales tax from the bid, to comply with the aforementioned Rulings and with any other applicable rules, regulations or laws pertaining to the Texas Limited Sales, Excise and Use Tax which may now or at any time during the performance of this Contract be in effect, and the OWNER shall have no responsibility for any sales or use tax which the CONTRACTOR may be required to pay as a result of CONTRACTOR'S failure or the OWNER'S failure to comply with said rules, regulations or laws, or as the result of the performance of the Contract or any part hereof by the CONTRACTOR. Bidders are cautioned that materials which are not permanently incorporated into the work (Example: Fuel, lubricants,tools, forming materials,etc.)are not eligible for exemption and are not to be included in the statement as"Non-Consumable Materials and Equipment". 8. FINANCIAL STATEMENT AND EXPERIENCE RECORD The Bidder will, upon request by the OWNER, furnish such information and data as C-s OWNER may request to determine ability of the Bidder to perform the work, including, without limitation, a list of all jobs completed in the last 24 months giving name of OWNER, amount of Contract, description of the job, and name of OWNER'S representative who is familiar with the work performed by the CONTRACTOR. 9. INTERPRETATION OF PLANS AND SPECIFICATIONS Bidders desiring further information, or further interpretation of the Plans and Specifications must make request for such information in writing to the Architect/Engineer, not later than 96 hours before the bid opening. Answers to all such requests will be given in writing to all qualified Bidders, in Addendum form, and all addenda will be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in,or omissions from, the Plans,Specifications or other Contract Documents, or should a Bidder be in doubt as to their meaning,the Bidder 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 — Refer to Construction Contract Agreement Atttentiea-is-el-i sal-the e-i•a be a sonsidc d-te; all Saturday&-Sundays, and Federal, State a 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 Prospective bidders shall not be required to attend the Pre-Bid Conference outlined in page C-7 of the Information to Bidders. Bids received from firms or individuals not listed on the roll of attendees of the Pre-Bid Conference will be rejected and returned unopened to the bidder. A NON-MANDATORY PRE-BID CONFERENCE between the Engineer, Representatives of the City of Port Arthur, Texas, and prospective bidders will be held on: Monday, August 12, 2024 at 10:00 a.m. at the Water Purification Plant located at 11101 H.O. Mills, Port Arthur, Texas. The purpose of the NON-MANDATORY PRE-BID CONFERENCE is to make certain that the scope of work is fully understood, to answer any questions,to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Engineer, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. C-7 SECTION D BID PROPOSAL 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: Highway 365 Force Main and Lift Station Improvements Bid No. P24-059 Owner: City of Port Arthur Bidder has examined copies of all the Contract Documents including the following Addenda,receipt of all of which is hereby acknowledged: Number: 1 Date: 8-21-24 2 9-03-24 3 9-09-24 4 9-09-24 $ (42 D 1, q3 I ,5U Total Base Bid Amount(Items 1 — 27) ALLGO, LLC Name of Bidder Rol ADDENDUM No. 2 D- 1 0 � rr SCHAUMBURG POLK, BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price BASE BID ITEMS 1. 1 LS Mobilization, including payment bond, performance bond, insurance, & moving equipment to project; NOT TO EXCEED 4% OF TOTAL PROJECT BID for i Y 1`E.ht E Tht5u 1-4A __ DOLLARS 41L — -- CENTS $gQ, coo,Co$ Lump Sum FORCE MAIN IMPROVEMENTS 2. 362 LF 16" PVC Force Main - Furnish all labor, equipment, and material to install 16" C900 PVC DR 18 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, restrained joints, and labeled "FOR USE AS A SANITARY SEWER LINE", in accordance with the plans and specifications for • Tuo lfc-thd red Twe n kc.t--Ov DOLLARS ftt ��►J — - CENTS $ 1. J $ Per Linear Foot 3. 7,326 LF 20" HDPE Force Main - Furnish all labor, equipment, and materials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for Ci1e1/1.ta.Yla ram;°0tY-1f r -DOLLARS j L e bltt I-t t uC:— —_..— — -- CENTS $ L a.,CJ $ * Per Linear Foot 4. 2,238 LF 20" HDPE Force Main - Furnish all labor, equipment, and matrials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths by Directional Boring, including bore pits, excavation, backfill, compaction, surface restoration, testing, end seals and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for On.•e h tAndred Se L>?ptcrone -- ------ -DOLLARS r1o/,cx —CENTS $ i 11.Oh $ * Per Linear Foot ADDENDUM No.3 I)- I BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 5. 355 LF Spur 93 / UPRR / LNVA Crossing - Furnish all labor, equipment, and materials to install a 24"x 1/2"steel casing by JACK AND BORE complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications fo[ OleThCiii5Cthck. el-tcivGdreciTh r{t{t h� — DOLLARS ficyL -- CENTS $ l, t3 (. �� $ * Per Linear Foot 6. 35 LF Texas Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for T100 ktrld rEct - DOLLARS ✓�u --CENTS $ �37.CR) $ * Per Linear Foot 7. 40 LF Wilson Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for two nL.tr-et l'� Lj�Gri _DOLLARS v\D CENTS $.X.01.06 $ Per Linear Foot 8. 40 LF Davis Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING ONLY complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for TWO tvC-Lred DOLLARS no CENTS $. (-I C1- $ * Per Linear Foot ADDENDUM No.3 D-2 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 9. 110 LF Highway 365 Crossing -Furnish all labor, equipment, and materials to install a 24" x 1/4" steel casing by DRY BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for ivtf, kt.t yid v (c-t I-Li DOLLARS y10 CENTS $ ` 3i.I) $ Per Linear Foot 10. 10 EA AirNacuum Valves - Furnish all labor, equipment, and materials to install an AirNacuum valve, complete and operable, including 4'diameter fiberglass manhole, saddle, ball valve, piping, excavation and backfill, in accordance with the plans and specifications for l:�gln1�'r1Ot._.`Xivic Une l+Lt ri ; I We;1k �1=;t: DOLLARS ti 10 — — ----• CENTS $ 2S 1 1 5 LV) $ * Per Each 11. 5 EA 16" Gate Valves - Furnish all labor, equipment, and materials to install 16" gate valve on the proposed force main pipe, complete and operable, including connection to 20" HDPE pipe, valve box, excavation and backfill, all in accordance with the plans and specifications for 1�X--kCC11 bLCUL Yld L'wtc \i1 t0'4 ki:l toe 1.0-C --DOLLARS {1C CENTS $ 15, la5.vo $ Per Each 12. 1 EA Proposed 72" Manhole - Furnish all labor, equipment, and materials to install 72" diameter reinforced concrete sanitary sewer manhole, including excavation, backfill, coating, connections, ring & cover, surface restoration and testing, in accordance with the plans and specifications for It i'4-(4- vie <6 c t ct d Edit A Out Ha c( 3i t`Lt- r . COLLARS u _ _-- — ___CENTS $N ��1-1.06 $ * Per Each ADDENDUM No.3 D-3 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 13. 1 LS Connect FM to Proposed 72" Manhole - Furnish all labor, equipment, and materials to connect force main to proposed manhole, including 20" HDPE DR11 pipe, 90 degree bends, Harvey adapters, tee fitting inside manhole, excavation, backfill, and surface restoration, in accordance with the plans and specifications for 11-22e D'16145a el £h€ ►clv‘rc DOLLARS bI C: CENTS $a.(, t 1.)1 06 $ * Lump Sum 14. 1 EA Proposed 22 1/2 degree Bend - Furnish all labor, equipment, and materials to install a 22 1/2 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for 0-1,1_ ri L h r e e L .-wct iced -DOLLARS CENTS $1►300.00 $ * Per Each 15. 3 EA Proposed 90 degree Bend - Furnish all labor, equipment, and materials to install a 90 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for life LvIcs .sctrick St\)t,►\ l`drtc, ►���1 1DOLLARS Melt — — CENTS $ �'15O:c $ * Per Each 16. 1 LS Connect Proposed FM to Existing FM -Furnish all labor, equipment, and materials to connect the proposed 20" HDPE force main to the existing 14" force main, including 16" PVC tee fitting, 16" PVC 90 degree bend, 16" C905 PVC DR25 pipe, 16" x 14" MJ reducer, 20" HDPE x 16" PVC connections, excavation, backfill, surface restoration and testing, in accordance with the plans and specifications for rit,fk S y4� vA Tki -tsctrr� Th� ct= nCt YCI -- —DOLLARS V"1�� — CENTS $ � � �C , C $ * Lump Sum ADDENDUM No. 3 D-4 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 17. 2 EA HDPE to PVC Connection - Furnish all labor, equipment, and materials to connect 20" HDPE to 16" PVC, including 20" x 16" reducer, excavation and backfill, in accordance with the plans and specifications for -1)1 t C Th ausca 'lcJ -OLLARS fri U — CENTS $ 3,o = O $ Per Each MISCELLANEOUS IMPROVEMENTS 18. 1 Allow Material Testing - Provide material testing for all concrete and soils compaction, as approved by Engineer, all in strict accordance with plans and specifications, reimbursement based on supplied invoices Seven Thousand Five Hundred DOLLARS Zero CENTS $ 7,500.00 $ 7,500.00 Allowance 19. 5,180 SF Special Shoring - Furnish all labor, materials, and equipment to install special shoring as required for safety, in accordance with the plans and specifications for `l C) _ DOLLARS LC C YL -CENTS $ '2 J $ ,aR 5,CZ Per Square Foot 20. 1 LS Trench Safety Plan - Furnhish Trench Safety Plan as prepared and sealed by a Texas Registered Engineer, in accordance with the plans and specifications for DOLLARS rv� E'1 C —_ — CENTS $ op. C $ 5W,Do Lump Sum 21. 7,326 LF Trench Safety System - Furnish all labor, equipment, and materials for installation of trench safety protection for all excavations over five-feet deep, complete in place, including shoring, trench boxes, or other approved system, in accordance with the plans and specifications for L'41 --DOLLARS l0 --_ --- CENTS $ l , l'C $ 7)Z CC;` Linear Foot ADDENDUM No.3 D-5 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 22. 200 TON Additional Class I Embedment Material for wet trench construction, as directed by the Engineer(but not included in other bid items), furnished and installed, complete in place, in accordance(� with the plans and specifications for -DOLLARS y1 b - CENTS $15.Oc6 $ LOCO,OD Per Ton 23. 200 TON Additional Cement Stabilized Sand, 1-1/2 sacks of cement per cubic yard sand, for supplemental backfill, as directed by Engineer (but not included in other bid items), furnished and installed, complete in place, in accordance with the plans and specifications for tsi_49 _ DOLLARS 410 - --- --- CENTS $(Os $ ).1 COD•CO Per Ton 24. 1 LS Groundwater Control as approved by the engineer, in accordance with the plans and specifications for r One Thmtg.t vd Tux) vd red f=A con f' - DOLLARS VI f3 —- CENTS $ 3(,oZ80, $ WO. 3 Lump Sum 25. 1 LS Storm Water Pollution Prevention - Furnish all labor, equipment, and materials to install and maintain the storm water pollution prevention system for the duration of the project, in accordance with the plans and specifications for - -U,D1k. sand nOLLARS r l -- --__—_— --- CENTS $ D )L,00 $a,000.v Lump Sum 26. 44 EA SUE Level A - Furnish all labor, equipment, and materials to determine the horizontal and vertical location of the existing pipeline using hydro excavation methods, in a cord a with the plans and specifications for 1t1r eL V -t,t5ct DOLLARS YID — CENTS $ (, O( OI C(.� $441 COD,C D Per Each ADDENDUM No.3 I)-6 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 27. 1 ALLOW Miscellaneous Improvements - Allowance to furnish all labor, materials, and equipment necessary to perform all miscellaneous improvements, as directed by the Owner FIFTY THOUSAND DOLLARS ZERO CENTS $ 50,000.00 $ 50,000.00 Allowance ALTERNATE BID ITEMS 3A 7,326 LF 16" PVC Force Main - Furnish all labor, equipment, and material to install 16" C900 PVC DR 18 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for Oaf l-utticft c 1-P-I-I- -11 : - _ DOLLARS +LA-) — CENTS $ 53, $ * Per Linear Foot 3B 12 EA HDPE to PVC Connection - Furnish all labor, equipment, and materials to connect 20" HDPE to 16" PVC, including 20" x 16" reducer, excavation and backfill, in accordance with the plans and specifications for r-Tho-uscc-na Ei40-1 v-6 reel , ,tn-ti.- "\ JQ. DOLLARS , t CENTS $�{,315,co $ Per Each 3C 4 EA Proposed 16" by 45 degree Bend - Furnish all labor, equipment, and materials to install a 45 degree bend on the proposed 16"force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for 'TUX) I hOUSc ( Lq/1� V1G(r c! k DOLLARS �} via --CENTS $47'<.)b5D.(a) $ * Per Each ADDENDUM No.3 D-7 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price ADDITIVE BID ITEMS -LIFT STATION IMPROVEMENTS 28. 1 LS Existing Lift Station - Furnish all labor, material and equipment to abandon the existing lift station in place, including demolishing the top slab and portion of the walls, disassembling and removing all pumping equipment, piping, valves, steel platforms and stairs, electrical and controls, disposal of sludge and debris, and backfilling with select fill, in accordance with the plans and specifications for -M' ►�ok1-1hrc'e hou 1ocl Five t4urritr--d CENTS $33150 ( $ Lump Sum 29. 1 LS New Lift Station - Furnish all labor, equipment and materials to construct a new submersible lift station, including new submersible pumps, pump guide rails, electrical connections, excavation, cement stabilized sand backfill, compaction, 12'x 12' RC wet well and coating, valve box, aluminum hatches, grating, piping, valves, fittings, bypass assembly, jib crane, surface preparation and painting of all exposed piping, influent line connection, and all necessary appurtenances to make the station complete and operable, in accordance with the plans and specifications for �1'\�2Y11�1\��Ot e ktt.rtctt-eG-Clgh��-Lit) k `T AtSikSC1 ncg - _ __- —DOLLARS VA-U CENTS $ [,1�0 CL1C�•t$ * Lump Sum RkA.UVY1Q -I C.PL1 I Vi p d-�C\r(3lmCt+ 1 C Write-in the Name of the Pump Manufacturer included in Bid Item 29. 30. 1 LS Site Improvements - Furnish all labor, equipment, and materials for the proposed site improvements, including new limestone driveway and parking area, new water service line including freezeless yard hydrant and backflow preventer (armored insulated), water meter and box, connection to existing water line, site restoration, in accordance with the plans and specifications for 17-1 DOLLARS V10 - ..CENTS $SO,OW, $ * Lump Sum ADDENDUM No.3 I)- S BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 31. 1 LS Electrical Pad - Furnish all labor, equipment, and materials to construct a 6' x 14' reinforced concrete electrical service pad, including excavation and backfill, foundation, electrical canopy and appurtenances, in accordance with the plans and specifications for -Twe 1 ve T n c,\ — - DOLLARS kit CENTS $ I OCO.oO$ * Lump Sum 32. 1 LS New Electrical Equipment - Furnish all labor, equipment, and materials to construct new electrical underground service, electrical rack and concrete pad, service equipment, automatic transfer switch, connections to existing standby generator, lightning protection system, pump control equipment, site lighting, wiring devices, outlet and junction boxes, duct banks, conduit, conductors, and testing, in accordancewith the plans and specifications for �b1 H-LLnct r c@EtE3 'Thlc-i.SCtfCk— DOLLARS CENTS ${V1000,&$ * Lump Sum 33. 1 EA New Manhole - Furnish all labor, equipment, and materials to install a new 5 ft diameter precast concrete sanitary sewer manhole, including excavation, cement stabilized backfill, connections, ring & cover, rain stopper, surface restoration and testing, in accordance with the plans and specifications for DOLLARS — - CENTS $c5D CCI ,CD $ * Per Each 34. 33 LF Influent line - Furnish all labor, equipment, and materials to install a new 27" PVC PS-115 gravity sanitary sewer from the new manhole to the new wet well, complete in place, all depths, including excavation, backfill, compaction, piping, fittings, testing, and surface restoration, in accordance with the plans and specifications for 1 r V 1CVC Uf— 1 --DOLLARS 0.0 v CENTS $ 3S5, D) $ Per Linear Foot ADDENDUM No.3 D-9 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 35. 77 LF 16" Force Main - Furnish all labor, equipment, and materials to install 16" diameter DI Force Main from the valve vault and connect to the proposed force main within the lift station site, all depths, including all fittings, excavation, backfill, compaction, surface restoration, thrust blocking, and testing. in accordance with the plans and specifications for =ire 414 tilts ff A�► - � -DOLLARS 7 Cl 1.) CENTS $555. k $No�� `/3J cr Per Linear Foot 36. 1 Allow Electrical Service installation charges by Entergy and lightning protection review of electrical equipment installation by Bonded Systems, Ltd. or approved equivalent, reimbursement based on supplied invoices Thirty Five Thousand DOLLARS Zero CENTS $ 35,000.00 $ 35,000.00 Allowance * Do NOT extend unit prices or total out bid items. Show unit and lump sum prices in words and figures only. If case of discrepancy,the amount shown in words shall govern. All extensions and total prices shall be calculated by Owner and/or Engineer. Bidders calculated total bid amount is to be provided on the accompanying "BID OPENING"sheet. ADDENDUM No.3 D- l0 BID BREAKDOWN CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID No. P24-059 WE WILL SUBMIT IF SUCCESSFUL BIDDER 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 28 Existing Lift Station Remove and dispose existing pumping equipment, valves, a piping, steel platforms and stairs, aluminium hatch LS 1 cover,and all electrical equipment inside the drypit b Remove and salvage existing self priming pumps, piping, LS 1 valves and all electrical equipment c Clean and remove all sludge and debries from the existing LS 1 wetwell Demolish and dispose of the dry pit and wetwell top slab d and top of the walls, and cut holes in the bottom slabs per LS 1 Item 98 e Fill wetwell/drypit with select fill LS 1 TOTAL BID ITEM NO.28 29 NEW LIFT STATION a Excavation and cement stabilized backfill LS 1 b Construct 12' X 12' RC wetwell, including bottom & top LS 1 slabs c New 60 HP 8"Submersible Pumps,with power cord EA 3 d Pump guide rail system EA 3 e Aluminum Hatch covers LS 3 f Excavation and cement stabilized backfill LS 1 g Construct concrete 9.5' x 14' RC valve vault including LS 1 structural steel,grating,and 4" PVC drain pipes h 8"Check valves EA 3 i 8"Gate valves EA 3 j 16"x8"Tee EA 3 k 8"90 degree bend EA 3 I 8"Cam-Lock EA 3 m 8"discharge piping wall supports EA 15 n 16" header piping pipe supports EA 3 o Air release valve EA 1 p 8" DI discharge piping LF 33 Painting all exposed metal surfaces including surface LS 1 q preparation r 6" PVC air vent with SS screen EA 1 s 24"x 24"access hatch EA 1 t Influent line connection to wetwell LS 1 u Coating of wetwell LS 1 ✓ Jib Crane LS 1 TOTAL BID ITEM NO.29 WE WILL SUIT IF SUCCESSFUL BIDDER. ADDENDUM No.3 D-11 BID BREAKDOWN CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID No. P24-059 WE WILL SUBMIT IF SUCCESSFUL BIDDER. Bid item Description Unit Quantity Cost/Unit Item Amount 30 Site Improvements a Install 8"limestone driveway and parking area SY 250 b Provide and maintain SWPPP LS 1 Install 2"water line including hose bib, backflow preventer, c water meter, service line, connection to existing water line, LS 1 armor insulation d Surface restoration LS 1 e Repair of exsiting chain link fence LS 1 TOTAL BID ITEM NO.30 31 Electrical Pad a Site preparation, excavation,fill,foundation,and conduit LS 1 b Construct 6'x 14'reinforced concrete slab LS 1 c Electrical canopy LS 1 TOTAL BID ITEM NO.31 32 Electrical a Construct underground service LS 1 b Construct electrical rack and concrete pad c Furnish and install service equipment d Furnish and install automatic transfer switch LS 1 e Make connections to existing generator LS 1 f Furnish and install lightning protection system LS 1 g Furnish and install pump control panel/equipment LS 1 h Furnish and install ultrasonic transducer EA 1 i Furnish and install duct banks, conduit, conductors, cables LS 1 and I-boxes j Furnish and install site lighting LS 1 k Service Equipment LS 1 I Testing and start-up EA 1 TOTAL BID ITEM NO.32 WE WILL SUBMIT IF SUCCESSFUL BIDDER. ADDENDUM No.3 D- 12 :SAI ').�t7 t�t't�p�p��/►fir .►�,�'tit+P pt i�1�►`t i ii' �5 -4�4-ff,i i t.*+t�1"p fea-;ice'; ia�ef ft�►�►is i t',r,.-r-pis�/f► i1t��p�+•1�f►►i•� .1'�' s'a ltl�pt cite•s :;:• ilri t/�rri ►'/%►����\1i1:r�, N��//►V • r�tiA,,,,j,,,,,2 l3�.r .464R/,1,r44,,,f,;, '►•,i,�d/,i.04 v 44; ► 01,1.•• 1 .4 1►'41 ).•q0qT p IfoIr.• ▪ „4h ,0 14111 Trill.'i�+"'tVAtfi roVi iMAt� 1 %rr��r*y'i1;1111 11' '�'RNIi'1111�+R74,41 1110 L''+r4s,40,`1!504 L�iS►,,mot't11 ,h4►r���11 fir„ ¢�,+ ���' 4,141,II ii• 1i1'`n' �i��Vi•1 i1 1`% ��1''r- . il., ji��'+r••• lie•, k•'4 74 11 ",fat t'1 N'',6 .. '', 1�ii�\v...j� �+ ,,:ikt��, ..1+ 'x...., ,Fp. 1. •]W, 0 I •A4 it 1 /'n. ill ., 1111 a I. MI. --1-2.,:f., .. 0 ::-;: = = ..„ ....„.,...„ ..........., Texas SBA - = .vim. /� i. 'rro .•.emu.: ., :v—P-o ��%srJ�'C, ��►.� .: _ : 'ice•':vi. IOW�� . .....^tip^-'3 1:1;:lj I;:tic.tri_::. TEXAS SBA r �.:%=. : Minority Owned. Business Certification «_• awarded to «"-�.1 ALLCO LLC. �:y ;' of szq Beaumont,Texas, 77704 r • �-.1 with �4!..... 0: : -. 4 Certification Number: 801439195 _....,,....... .....,..... -1:41""'s ::``'�:�`_. with an effective date of April 07, 2024 and expiration on April 07, 2025. *A �c4▪9 ;• a. `rd 714 IN TESTIMONY WHEREOF, I execute the certificate effectiveP�,� r7.1::,:e.::' r _ :.Vrt•AS April 07, 2024 =r ..;•2.• :-.-1 ::: ..,,- ..,.-- , El 'I 7ig El .,.-1:474:::trl 0 �► i �J e cas, Chairman , 0 a -. ':``? `> >�• Jamie D meri •{ ' ��ii We Are the Ownership Class' 'r �= ����,;% °auslrti�' • , .tea.=� Verify Certification :e... �.0:41' co$ _'= National Directoryof MinorityOwned Business • •.�f s - •i at: • i1�11 i 11'i1: �r 11+ i4 • it 11fi++ i S 117N S .q�; 1 1 17 1 i 1 • , • 1 L.0 i W. 11 1., Alli f i1.. 4 RI .f 4. •.. ,T�vt 11 yl; T I S tat) li.q. i ti./+..:+.i '. 1,':S'. .tri [f ;�1 '7J 1 : _,a, i,',�. y 1.11 0.,(1`l)44, 11', 1.1t�ts�wj elks k10. i�'i1'iut►11'11.11$ i, /1.4 11�1' 11�1o00.�.'i;i�1/1'•11���1P,41,1i►iliti �111�I ti��i►r: 1111' 1�)►, i 4,1.'f f11� 111Q,� 1,/ *Toi 1wi4. 4, $4 1 ;%;0,, 1 q• 1 t, 1 ,, i:4 1 , , �► /. 1 �.., �y + •. �.• y ►1 /1i1 a /� 1r ,• , . ./�/ r r•..�,•� //. 1,;. •I.y . 1 +IN !' : ..'is, ..,.wt..: l le... _A. rii►l�iQ.._.,•.t .:iVl.It 4a Zifi:.AAA .�il�i�a•AA..e► .aA. A�l� O...4.1.,�!=•a•.IaeAi...... ...aa,, 0.•.0. .:ai.• 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: ZURICH Mailing Address: 2000 W. Sam Houston Parkway_South,_Suite 900 City, State, Zip: Houston, Texas 77042._ Telephone Number: 713-787-5937 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+l 5 Project: Highway 365 Force Main and Lift Station Improvements Owner: City of Port Arthur ALLCO, LLC Name of Bidder S , . x D - lit SCHAUMBURG t<.,POLK,Inc 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 E-1 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 ti 51. Claims for Extra Cost 52. Changes in Work E-2 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. E-4 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. E-5 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 E-6 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 pails of the work; each such schedule to be subject to change from time to time in accordance with the progress of the work. 16. SHOP OR SETTING DRAWINGS The CONTRACTOR shall submit promptly to the Architect/Engineer two copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof,the CONTRACTOR shall make such corrections to the drawings as have been indicated and shall furnish the Architect/Engineer with two corrected copies. If requested by the Architect/Engineer, the CONTRACTOR must furnish additional copies. Regardless of corrections made in or approval given to such drawings by the Architect/Engineer, the CONTRACTOR will nevertheless be responsible for the accuracy of such drawings and for their conformity to the Plans and Specifications, unless he notifies the Architect/Engineer in writing of any deviations at the time he furnishes such drawings. 17. MATERIALS, SERVICES AND FACILITIES a. It is understood that,except as otherwise specifically stated in the Contract Documents, the CONTRACTOR shall provide and pay for all materials, labor, tools, equipment, water, light, power,transportation,superintendents, temporary construction of every nature and all other services and facilities of every nature whatsoever necessary to execute,complete and deliver the work within the specified time. b. Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays, shall be performed without additional expense to the OWNER. 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 ANO TESTING OF MATERIALS All materials, equipment, etc., used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents,all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional 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 E-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 E-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 E-l0 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 E-I I 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 E-I2 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 ArchitecUEngineer'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 E-13 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 E-I4 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. b. 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 E-l5 OWNER may,after having served written notice on the said CONTRACTOR,either pay unpaid bills, of which the OWNER has written notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills of the CONTRACTOR, the OWNER shall be deemed the agent of the CONTRACTOR, and any payment so made by the OWNER shall be considered as a payment made under Contract by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. This provision shall not be construed to give rise to any third party beneficiary rights in claimants. 49 CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purposes 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 4 approved change shall be determined by one or more, or a combination of the following methods: E-16 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. E-17 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, in the opinion of the Architect/Engineer,any work or materials shall have been damaged or injured by reason of failure on the part of the CONTRACTOR or any of his Subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the CONTRACTOR. 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 E-18 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 ArchitecUEngineer 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. 111 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. E-19 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 Slate 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 E-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-21 SECTION F SPECIFICATIONS GOVERNING CONSTRUCTION SPECIFICATIONS Item 97-Subsurface Conditions 97-1 Item 98-Abandonment or Removal of Old Structures 98-1 thru 98-2 Item 100-Structural Excavation, Foundation & Backfill 100-1 thru 100-2 Item 104 -Fine Grading and Seeding 104-1 thru 104-2 Item 106-Access/Construction Utility Roads 106-1 thru 106-2 Item 110- Existing Utilities 110-1 Item 130-Stormwater Pollution Prevention 130-1 thru 130-3 Item 200-Structural Concrete 200-1 thru 200-9 Item 201 - Reinforcement Steel 201-1 thru 201-4 Item 311 -Fiberglass Grate 311-1 Item 400-Underground Piping Construction 400-1 thru 400-10 Item 403-Casing 403-1 Item 404A-Boring 404-1 thru 404-3 Item 411 - Sewer Flow Control 411-1 Item 429- Manholes, Junction Boxes, and Wet Wells 429-1 thru 429-3 Item 450-Testing Sanitary Sewer Lines 450-1 thru 450-6 Item 452-Pressure Testing of Lines 452-1 Item 500S -Ductile Iron Pipe for Pressure Service 500S-1 thru 500S-2 Item 503 - Pressure Rated PVC Pipes 503-1 Item 508-High Density Polyethylene Pipe 508-1 thru 508-2 Item 512A-Large Diameter PVC Gravity Pipes 512-A Item 600-Painting 600-1 thru 600-3 Item 602 -Protective Linings for Manholes, Boxes, and Wet Wells 602-1 thru 602-2 Item 708-Check Valves 708-1 thru 708-2 Item 709-Resilient Seat Gate Valves 709-1 thru 709-2 Item 716-Sewage Air Release Valve 716-1 Item 738-Aluminum Access Hatches 738-1 thru 738-2 Special Provision No. 1 to Item 764 Item 764-Submersible Non- Clog Centrifugal Sewer Pumps 764-1 thru 764-3 Item 863-Cranes and Hoists 863-1 thru 863-2 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 Item 4015A- Plugging Abandoned Sewer 4015A-1 Electrical Specifications End of Governing Construction Specification F-1 ITEM 97-SUBSURFACE CONDITIONS 97.01 -DESCRIPTION A soil investigation report has been prepared by Tolunay-Wong Engineers, Inc., hereinafter referred to as the Soil Engineer; a copy of the soil boring logs and test data is included in this document for the Contractor's convenience. This report was obtained only for the Owner's use in design and is not a part of the Contract Documents; the report and log of borings are for Contractors' information but are not a warrant of subsurface conditions. 97.02-ADDITIONAL INFORMATION The Contractor should visit the site and acquaint himself with all existing conditions. Prior to bidding, bidders may make their own subsurface investigations to satisfy themselves as to site and subsurface conditions but such subsurface investigations shall be performed only under time schedules and arrangements approved in advance by the Engineer. 97 - 1of1 NZ"' SCHAUMBURG POLK OPTOLUNAY-WONG ENGINEERS ,a'* a 1.'llb.. 0 S . ?t safy y i , r , r 10/) i r-- fit ,1{ I +x Geotechnical Engineering Report Highway 365 Lift Station and Force Main City of Port Arthur Jefferson County, Texas Prepared for: Schaumburg & Polk,Inc. 8865 College Street Beaumont,Texas 77707 Prepared by: Tolunay-Wong Engineers,Inc. 2455 West Cardinal Drive, Suite A Beaumont,Texas 77705 TWE Project No. 23.23.064/Report No. 1.41355 Date. August 22, 2023 Geotechnical Engineering•Construction Materials Testing•Geophysical Services•Deep Foundations Testing•Environmental Field Services TOLUNAY-WONG ENGINEERS August 22, 2023 Schaumburg & Polk,Inc. 8865 College Street Beaumont, Texas 77707 Attn: Mr. Jeffrey G. Beaver, P.E. jbeaver(d),spi-cng.com Ref: Geotechnical Engineering Report Highway 365 Lift Station and Force Main City of Port Arthur Port Arthur, Texas TWE Project No. 23.23.064 /Report No. 141355 Dear Mr. Beaver, Tolunay-Wong Engineers,Inc. (TWE)is pleased to submit this report of our geotechnical engineering study performed for the above referenced project. This report contains a detailed description of the field and laboratory work performed for this study as well as soil boring logs including tabulated laboratory test results. Also included in this report are our geotechnical design and construction recommendations associated with the project. We appreciate the opportunity to work with you on this phase of the project and look forward to the opportunity of providing additional services as the project progresses. If you have any questions regarding this report or if we can be of further assistance, please contact us. Sincerely, TOLUNAY-WONG ENGINEERS, INC. TBPEL S Firm Registration Number F-1244 s ,.lEy, /1.°/. �>� * --� if Nor f*/ r TREY O'CONNOR Trey O'Connor, P.E. ,o\ 146867 I�j Tyler G. Henneke, P.E. Project Manager Vice President toconnor�,tweinc.com htt s3/ NA E"° ^' thenneke@tweinc.com tweinc.com tt Nt ` TO/TGH/to 0u 2z Io13 2455 West Cardinal Drive,Suite A • Beaumont.Texas 77705 • (409)840-42)4 • www.twelnc.com TABLE OF CONTENTS 1 INTRODUCTION AND PROJECT DESCRIPTION 1-1 1.1 Introduction 1-1 1.2 Project Description 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Boring 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-1 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 5 PROJECT SITE CONDITIONS 5-1 5.1 Site Description and Surface Conditions 5-1 5.2 Subsurface Soil Stratigraphy 5-1 5.3 Groundwater Observations 5-I 6 BELOW GRADE STRUCTURES/UTILITIES 6-1 6.1 OSHA Considerations 6-1 6.2 Open Cut Excavations 6-1 6.3 Lateral Earth Pressures 6-2 6.4 Uplift Considerations 6-3 6.5 Allowable Bearing Pressure 6-4 6.6 Construction Considerations 6-4 6.7 Bedding and Backfilling 6-5 7 HORIZONTAL DIRECTIONAL DRILLING 7-1 7.1 Discussion 7-1 7.2 Geotechnical Considerations 7-1 7.3 Hydrofracture Evaluation 7-2 7.4 Soil Parameters 7-5 7.5 Results and Discussion 7-5 8 LIMITATIONS AND DESIGN REVIEW 8-1 8.1 Design Review and Construction Monitoring 8-I 8.2 Limitations 8-1 TWE Project No.23.23.064 Report No.141355 TABLES AND APPENDICES TABLES Table 4-1: Laboratory Testing Program 4-1 Table 5-1: Groundwater Level Measurements 5-1 Table 6-1: At-Rest Earth Pressure Coefficients and Equivalent Fluid Densities 6-3 APPENDICES Appendix A: Project Exhibits Appendix B: Test Boring Location Plan Appendix C: Test Borings Logs and Key to Symbols and Terms Appendix D: Design Parameters for Below Grade Structures Appendix E: Maximum Mud Pressures TWE Project No.23.23.064 ;; Report No.141355 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our geotechnical engineering study performed for the proposed new lift station and force main on Highway 365 in Port Arthur,Texas. Our study was performed in general accordance with TWE Proposal No. P23-B077 dated March 2, 2023 and authorized by Schaumburg & Polk, Inc. Professional Service Agreement (PSA) dated April 6, 2023. TWE Change Order No. l was submitted and authorized on June 5, 2023 for additional traffic control measures associated with Texas Department of Transportation (TxDOT)permitting requirements. 1.2 Project Description The project includes the design and construction of the Highway 365 Lift Station and Force Main Project for the City of Port Arthur in Port Arthur, Texas. We understand the new lift station will 11 be constructed adjacent to an existing lift station on Highway 365 with wet well dimensions of 16-ft by 16-ft at a depth of approximately 30-ft below grade. Project exhibits showing the proposed lift station location and associated force main alignment are provided in Appendix A. Additional details such as anticipated force main depth and size were not provided at the time of this report. However, we understand the force main will be installed using open-cut, jack-and- bore and horizontal directional drilling (HDD) methods. 11 TWE Project No.23.23.064 I-I Report No.141355 2 PURPOSE AND SCOPE OF SERVICES The purposes of our geotechnical engineering study were to investigate the soil and groundwater conditions along the project alignment and to provide geotechnical design and construction recommendations for the structures associated with the projects. Our scope of services for this study consisted of: l. Conducting eight(8)soil borings to depths of 20-ft,25-ft and 35-ft below existing grade to evaluate general subsurface stratigraphy and groundwater conditions; 2, Performing geotechnical laboratory tests on the recovered soil samples to evaluate the physical and engineering properties of the strata encountered;and, 3. Providing geotechnical design and construction recommendations for temporary and permanent earth retaining or below grade structures and utilities including allowable bearing capacity, equivalent fluid densities for fill and backfill, short-term (total) and long-term (effective) soil design parameters, excavation considerations, OSHA soil types,bedding and backfill and trenchless pipe installation methods. Our scope of services did not include any environmental assessment for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil,air or water within the project alignment. Any statements in this report or on the boring logs regarding odors, colors, unusual items and conditions are strictly for the information of the client. A geological fault study was also beyond the scope of this study. . TWE Project No.23.23.064 2-I Repon No.141355 3 FIELD PROGRAM 3.1 Soil Boring TWE conducted an exploration of subsurface soil conditions from June 13 and June 22, 2023 which included eight(8)soil borings to depths of 20-ft,25-ft and 35-ft below existing grade along the project alignment. The locations of the subsurface explorations performed for this study are presented on TWE Drawing No. 23.23.064-1 in Appendix B. 3.2 Drilling Methods The soil borings were performed by TWE in general accordance with the Standard Practice for Sail Investigation and Sampling by Auger Borings (ASTM D1452) using conventional highland buggy-mounted drilling equipment. The boreholes were advanced using dry-auger drilling methods until groundwater was encountered or borehole conditions required the use of mud-rotary drilling methods. Soil samples were obtained continuously to a depth of 12-ft, at the13-ft to 15-ft depth range and at 5-ft depth intervals thereafter until the boring completion depths were reached. 3.3 Soil Sampling Fine-grained, cohesive soil samples were recovered from the soil boring by hydraulically pushing a 3-in diameter, thin-walled tube a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils(ASTM D 1587). Our Geotechnician visually classified the recovered soils and obtained field strength measurements of the recovered soils using a calibrated pocket penetrometer or hand-held torvane. The tube samples were extruded in the field, wrapped in foil, placed in moisture-sealed plastic bags and protected from disturbance prior to transport to the laboratory. The recovered soil sample depths and field strength measurements are shown on the project boring logs in Appendix C. Cohesionless or semi-cohesionless soils as well as cohesive soils thought to be coarse-grained during drilling, were collected with the Standard Penetration Test (SPT) sampler driven 18-in by blows from a 140-lb hammer falling 30-in in accordance with the Standard Test Method for Standard Penetration Test(SPT) and Split-Barrel Sampling of Soils (ASTM D1586). The number of blows required to advance the sampler three (3) consecutive 6-in depths are recorded for each corresponding sample on the boring log. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The consistency of cohesive soils and the relative density of cohesionless and semi-cohesionless soils can be inferred from the N-value. The samples obtained from the split-barrel sampler were visually classified, placed in moisture-sealed plastic bags and transported to our laboratory. SPT sampling intervals and blow counts are presented on the project boring logs in Appendix C. TWE Project No.23.23.064 3-I Report No.141355 3.4 Boring Logs Our interpretations of general subsurface soil and groundwater conditions at the boring locations are included on the project boring logs in Appendix C. The interpretations of the soil types throughout the boring depths and the locations of strata changes were based on visual classifications during field sampling and laboratory testing using the Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) [ASTM D2487] and the Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) [ASTM D2488]. The project boring logs as well as a key to terms and symbols used on boring logs are included in Appendix C. 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during dry-auger drilling. Measurements were taken initially during dry-auger drilling when groundwater was first encountered and at 5-min intervals thereafter over a 15-min time period. The groundwater measurements observed within the test borings,when encountered,are described on the test boring logs in Appendix C and discussed in Section 5.3. TWE Project No.23.23.064 3-2 Report No. 141355 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification and evaluation of the physical and engineering properties of the soils encountered in the project borings. Laboratory tests were performed in general accordance with ASTM International standards. The types and brief descriptions of the geotechnical and analytical laboratory tests performed are presented in Table 4-1 below. Standard geotechnical laboratory test results are presented on the soil boring logs in Appendix C. Table 4-1: Laboratory Testing Program Test Description Test Method Amount of Material in Soils Finer than No. 200 Sieve ASTM D[ 140 Water(Moisture) Content of Soil ASTM D2216 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils ASTM D2850 Liquid Limit,Plastic Limit and Plasticity Index of Soils ASTM D4318 Density(Unit Weight) of Soil Specimens ASTM D7263 TWE Project No.23.23.064 4-t Report Na.141355 5 PROJECT SITE CONDITIONS Our interpretations of soil and groundwater conditions within the project alignment are based on information obtained at the location of the soil borings performed for this project. This information has been used as the basis for our conclusions and recommendations presented in this report. Subsurface conditions could vary at areas not explored by the test borings. If encountered during construction, significant variations at areas within the project alignment not explored by the soil borings could require reassessment of our recommendations. 5.1 Site Description and Surface Conditions The project alignment is located along a stretch of Highway 365 between US Highway 69 and West Port Arthur Road in Port Arthur, Texas. At the time of'our field program, the ground surface at the test boring locations consisted of grass cover,crushed aggregate or native/fill soils. Site drainage at each boring location appeared to be adequate at the time of drilling. 5.2 Subsurface Soil Stratigraphy The generalized subsurface soil conditions along the project alignment were interpreted from the soil borings performed for this study. The subsurface stratigraphy at the boring locations generally consisted of firm to stiff clays full depth. However,cohesionless or semi-cohesionless sand layers were encountered within a few of the test borings at the 18-fl to 25-ft depth range. Detailed descriptions of the subsurface stratigraphy encountered at each test boring are shown on the project boring logs in Appendix C. 5.3 Groundwater Observations Groundwater level measurements were attempted in the open boreholes when groundwater was first encountered during dry-auger drilling and at 5-min intervals over a 15-min time period. Groundwater measurements obtained from the test borings are summarized in Table 5-1 below. Table 5-1: Groundwater Level Measurements Boring Free Water Depth 15-min Static Total Borehole Test Boring Completion during Dry-Auger Water Depth (ft) Depth at 15-min Depth (ft) Drilling (ft) Reading (ft) BH-01 25 12.0 5.8 20.0 BH-02 25 15.0 7.0 12.3 — ---------- BH-03 20 Groundwater level measurements were not obtained. BH-04 20 Groundwater level measurements were not obtained. - BH-05 25 15.0 7.2 12.0 BH-06 25 20.0 7.6 14.6 BH-07 20 12.0 j 6.7 9.2 BH-08 35 Groundwater level measurements were not obtained. TWE Prolect No.23.23,064 5-1 Report No. 141355 Groundwater levels at the project site could fluctuate with climatic and seasonal variations and should be verified before construction. Accurate determination of static groundwater levels is typically made with standpipe piezometers. Installation of standpipe piezometers to evaluate long-term groundwater conditions within the project site was not included in our scope of services for this project. TWE Project No.23.23.064 , 5-2 Report No. 141355 6 BELOW GRADE STRUCTURES/UTILITIES We understand the proposed lift station will include below grade structures including a 16-ft wide by 16-ft long wet well with a bottom elevation 30-ft below existing grade. We understand the lift station will be located at soil boring location BH-08. All other boring locations captured the force main alignment which will include jack-and-bore and HDD installation methods. We developed soil design parameters for use with design of below-grade structures and utilities based on the subsurface conditions encountered within each test boring along the project alignment. The undrained(short-term)and drained(long-term)soil design parameters for each test boring are provided in Appendix D. In addition to lateral earth pressures imposed by the effective stress of soil,hydrostatic pressures acting on structures should also be considered for drained conditions. To facilitate analysis of below-grade structures and utilities, and to aid in jack-and-bore pipe installations, we have included design parameters which consider drained (long-term or effective stress) and undrained (short-term or total stress) conditions. All applicable design conditions should be considered for analysis of lateral earth pressures acting on below-grade components. This section provides design recommendations for temporary and/or permanent below grade structures and/or utilities as well as recommendations for open-cut and/or braced excavations. 6.1 OSHA Considerations According to Occupational Safety and Health Administration (OSHA) standard 29 CFR -Subpart 1926 — Subpart P, if excavations are deeper than 5-ft and the excavations are not performed in stable rock, the excavations must be sloped, shored or shielded. Protective systems for use in excavations greater than 20-ft in depth should be designed by a registered Professional Engineer in accordance with OSHA standard 29 CFR — Part 1926.652(b) and (c). Soil classification, per OSHA guidelines, is based on three (3) types of soils: Type A, Type B and Type C. 6.2 Open Cut Excavations The open-cut excavation option is the most basic installation technique for below grade structures and utilities. This approach provides the best access for construction and has the least effect on the design of the structure or utility. However,dewatering of transmissive strata must be sufficient to avoid slope instabilities and maintain a stable bearing surface. The following considerations should be met to maintain safe and stable working conditions during open excavation operations. Sloped excavations could be considered for below grade excavations. OSHA standards provide four (4) options for the design of sloped or benched excavations [29 CFR Part 1926.652(b)]. Option 2 of this standard is based on soil type strength. Based on the OSHA definitions,the soils encountered within the project borings varies and can be interpreted as Type B or C. Cohesive soils with an undrained shear strength of 1,000-psf or more can be classified as Type B whereas cohesive soils with an undrained shear strength less than I,000-psf and cohesionless or semi-cohesion less sands can be classified as Type C soils. Excavations in Type B soils should have side slopes no steeper than 1 H:1 V or sloped angles no steeper than 45° from the horizontal. Excavations in Type C soils should have side slopes no steeper than 1.5H:1 V or sloped angles no steeper than 34° from the horizontal. TWE Project No.23.23.064 6-1 Report No.141355 6.3 Lateral Earth Pressures For lateral pressures on a permanent structure, the controlling factors include the nature of the retained material, the drainage of the material and the relative rigidity of the walls. Two (2) soil conditions exist for analyzing lateral pressures on walls, permanent (long-term, drained soil condition) and temporary (short-term, undrained soil condition). Recommended design soil parameters for retention system design for both conditions are provided in the tables in Appendix D. The design of the permanent earth retention structures should consider long-term lateral earth and hydrostatic pressures and the hydrostatic uplift pressures at the base of the structures if the bottom of the structure is below the static groundwater level. For hydrostatic pressure considerations, it should be assumed the static groundwater level is at existing grade. Surcharge loads behind the walls, if present,should be included by considering a lateral uniform load equal to the lateral earth pressure coefficient times the vertical uniform surcharge load. 6.3.1 Temporary (Short-Term) Lateral Earth Pressures Sheet piles used as temporary shoring to facilitate construction of below grade structures could consist of cantilevered walls or braced walls. A cantilever wall derives support from the passive resistance below the excavation to support the active pressures from the soil and hydrostatic pressures behind the wall without an anchoring system. Tbis type of wall is suitable for heights up to about l5-ft and is more practical when constructed in stiff clays or granular soils. Internally-braced flexible walls can be braced laterally as the excavation proceeds. This restrains lateral movement of the soil and causes loads on the braces which exceed those expected from active earth pressures. Braces can be either long raking braces or relatively short horizontal cross braces between opposing walls. Recommended undrained soil parameters provided in Appendix D should be used for design of temporary sheet pile or box shoring systems. 6.3.2 Permanent (Long-Term) Lateral Earth Pressures The design of the permanent earth retention structures should consider long-term (drained) soil parameters and lateral earth and hydrostatic pressures. Hydrostatic uplift pressures at the base of the structures should also be considered if the bottom of the structure is below the static groundwater level. For hydrostatic pressure considerations, it should be assumed the static groundwater level is at existing grade. Surcharge loads, if present, should be included by considering a lateral uniform load equal to the lateral earth pressure coefficient times the vertical uniform surcharge load. To compute earth pressure induced loads on below grade structures by in-situ soils, we have developed long-term drained active earth pressure coefficients based on drained or effective friction angles (see Appendix D). The effective or drained friction angles of cohesive soils were estimated using published correlations which relate friction angles to the plasticity indices using published literature and our experience. The effective or drained friction angles of cohesionless or semi-cohesionless soils were estimated using published correlations which utilize corrected blow count and overburden stresses. 111 TWE Project No.23 23.064 6.2 Report No. 141355 Where excavations will be made as a sloped cut with temporary slopes on a I(H):1(V) slope or flatter, lateral earth pressures for non-yielding or rigid structures can be calculated using the concept of equivalent fluid density. Typical earth pressure coefficients for the at-rest condition (applicable for non-yielding walls)and the corresponding recommended equivalent fluid densities for various backfill materials are provided in Table 6-I.. Table 6-1: At-Rest Earth Pressure Coefficients and Equivalent Fluid Densities Backfill Soil Parameters—Non-Yielding Walls At-Rest Earth Equivalent Fluid Density (psflft) Backfill Type Pressure Above Water Below Water Coefficient (Ko) Table Table* Free Draining Granular Backfill 0.44 53 87 Cohesive Backfill 0.56 _ 67 95 *These magnitudes include a water component,if applicable. The above values assume drained(long-term)condition and level back fill. The EFD values were estimated assuming a backfill unit weight of t20-pcf Surchar a loads such as vehicular and cguipment loads should be included separately in the analysis. Where sheet piling is used for temporary excavation support to facilitate construction of the permanent below grade structure, backfill will be placed within a narrow zone between the permanent wall and sheeting whereby the sheeting is typically pulled and salvaged. Alternately, for cast-in-place concrete structures, the sheet pile could also serve as formwork and remain in place permanently after the concrete is poured. In such situations, the design soil parameters for in-situ soils provided in Appendix D should be used for design. 6.4 Uplift Considerations Considering the anticipated static groundwater depth along the project alignment, if the bottom of below-grade structures or utilities will extend below the groundwater table, then the uplift pressures resulting from excess piezometric head will need to be resisted. Hydrostatic uplift pressures can be computed by multiplying the water head between the bottom of the excavation and the groundwater elevation by the unit weight of water. We recommend using a factor of safety of 2.0 on the uplift pressure when designing against hydrostatic uplift. We expect some groundwater seepage could be encountered within excavations below the 6-ft to 7-ft depth range within this project alignment based on the static groundwater depths encountered in the test borings. We anticipate any water seepage which could occur within the excavations during construction could be removed using conventional sump and pumping equipment. The Contractor should review the soil and groundwater information in this report and plan dewatering systems accordingly. TWE Project No.23.23.064 6.3 Report No.141355 6.5 Allowable Bearing Pressure We understand the wet well structure will have plan dimensions of 16-ft wide by l6-ft long and will have a base elevation approximately 30-ft below existing grade bearing on competent foundation soils. An allowable net bearing pressure of 2,400-psf can be used for design of the lift stations at the location of test borings BH-08. The allowable gross bearing pressure for the bottom of the lift stations can be computed as follows which includes a factor of safety of 3.0,against soil shear failure. The gross load should include the weight of the structure including the portion below grade and any additional net structural loading if applicable. A total soil unit weight of 120-pcf can be used for soil overburden to compute gross bearing capacity. QBii,gross= Qwii,rici+y'D Where: Qau,net=Allowable net bearing pressures y'=Effective soil unit weight D = Depth below existing grade 6.6 Construction Considerations The soils exposed at the base of the deep excavations should be protected from disturbance by the installation of a lean concrete seal slab, flowable fill or other suitable methods. All excavations made for the construction of below-grade structures should conform to OSHA guidelines. Surcharge pressures will be exerted by the excavation equipment on the ground surface adjacent to the tops of excavations during construction activities. Large surface loadings can be evaluated on a specific basis using additional pressure at the ground surface near the excavation wall. Typical surcharge loads from construction equipment are on the order of 200-psf to 500-psf. Design and construction of temporary facilities including excavation retention systems are the responsibility of the Contractor. TWE provides excavation planning comments and suggestions for strictly informational purposes. To avoid surcharging temporary sheet pile walls,stockpiling of materials immediately adjacent to the excavation walls should be prohibited. We recommend stockpiled materials be placed away from the excavation at a distance equal to the depth of the excavation. Experienced personnel who can assess the performance of the retention system being used should monitor all excavations and retaining structures on a continuous basis. A competent supervisor or inspector should be provided by the Contractor to oversee these operations during construction. TWE Project No.23.23.064 GA Report No.141355 6.7 Bedding and Backfilling 6.7.1 Pipe Embedment Zone The pipe embedment zone is defined as the portion of trench backfill consisting of bedding, haunching and initial backfill. Pipe bedding is the portion of the pipe embedment zone that extends vertically from the top of foundation soils (exposed trench subgrade after excavation)up to a level line at bottom of the pipe between the trench sidewalls. I-Iaunching is the material placed on either side of the pipe from the top of bedding up to the springline of the pipe and horizontally between the trench sidewalls. Initial bacldill is the portion of the pipe embedment zone that extends vertically from the springline of the pipe up to a level line 12-in above the top of pipe horizontally between the trench sidewalls. If weak cohesive soils are encountered at trench bottom,we recommend the trench bottom be over- excavated and a non-woven geotextile fabric placed and covered with a 12-in thick lift of crushed aggregate to provide a suitable working platform and trench foundation. An 8-oz/yd2 non-woven geotextile fabric could be used to cover the trench foundation soils which would provide separation between the fine-grained subgrade soils and the crushed aggregate material. Crushed aggregate should be composed of crushed limestone meeting the requirements of Texas Department of Transportation (TxDOT) 2004 Standard Specifications Item 247, Type A, Grade 1-2. The crushed limestone should be compacted in thin lifts(maximum 6-in after compaction)to a minimum of 95% of the maximum density as determined by ASTM D698 (standard Proctor)and moisture-conditioned until it is within±3%of the optimum moisture content. Bedding material, haunching and initial backfill materials should consist of well-graded gravels and sands, gravel-sand mixtures and/or crushed well-graded rock with little or no fines (GW or SW). These materials should be non-plastic and should have no greater than 5% passing the No. 200 sieve. Trench backfill within the pipe embedment zone should be placed in 6-in compacted lift thicknesses and compacted to a minimum 95% of the maximum dry density as determined by the standard Proctor compaction efforts (ASTM D698). As an alternative, cement-stabilized sand could be substituted at the trench bottom or as bedding and backfill within the pipe embedment zone in lieu of the above-described materials. Cement- stabilized sand backfill should contain a minimum of 1.5 sacks of Type 1 Portland cement per ton of dry sand and should yield an unconfined compressive strength of at least 100-psi at 48-hrs after mixing. Cement-stabilized sand should be placed in maximum 12-in lifts (loose measure) and compacted to at least 95%of the maximum city density moisture conditioned from optimum to+3% of optimum moisture content as determined by the Standard Test Method for Moisture-Density (Unit Weight) Relations of Soil-Cement Mixtures(ASTM D558). The material should be placed and compacted to the required density within 4-his after mixing. TWE Project No.23.23.064 6-5 Report No.141355 The bedding material should be capable of providing uniform and stable support without concentrated pressure points. Bedding material should be constructed uniformly over the full length of the pipe. This layer will serve as a working platform for construction and will provide drainage beneath the pipe. As previously mentioned, we recommend the pipe be side-bedded up to its mid-height. 6.7.2 Trench Zone The trench zone is the portion of backfill extending vertically from the top of the pipe embedment zone up to final grade when not beneath pavement or pavement subgrade. We recommend general clay fill or structural clay fill material, free from debris and/or organic matter, be used as backfill within the trench zone. The cohesive clay soils encountered in our project borings could be also considered suitable for backfill within the trench zone provided they are not saturated and contain significant amounts of debris or organics. Trench zone backfill within existing roadway alignments could consist of the natural clay soils and/or structural select fill. Cement-stabilized sand, as described above, could also be used as an alternative for trench zone backfill within existing roadway alignments. If needed, structural clay fill should consist of a clean sandy lean clay (CL) material with a liquid limit(LL) less than 40, a plasticity index (PI) between 10 and 20, greater than 60% passing the No. 200 sieve and an organic content less than 4%. Structural clay fill should be placed in thin lifts, moisture conditioned between -2% and +3% of optimum moisture content and compacted to a minimum 95% of the maximum dry density as determined by the Standard Test Method for Laboratory Compaction Characteristics of Soil using Standard Efforts (ASTM D698). TWE Prolect No.23.23.06a 6-6 Report No. 141355 7 HORIZONTAL DIRECTIONAL DRILLING 7.1 Discussion We understand HDD methods are being considered for the installation of the proposed force main beneath the canal located at test boring locations BH-05 and BH-06. An HDD profile drawing showing the pipeline size, the depth of the mudline and installation depth of the proposed force main was not provided at the time of this report. We assumed a pilot hole diameter of 9.875-in for this study. Pipeline installations utilizing HDD methods typically involve three(3) main steps. First, a pilot hole is drilled from the entry point to the exit point with a continuous string of drill rod. Second, the pilot hole is enlarged by pulling back a reamer from the exit point to the entry point through the pilot hole. Finally,the product pipe is pulled through the enlarged borehole from the exit point to the entry point. 7.2 Geotechnical Considerations The HDD process utilizes a drilling slurry to maintain the stability of the borehole as well as to serve as a medium to transport soil cuttings through the annulus back to the drilling rig. Sufficient drilling fluid pressure should be maintained during pilot hole drilling,reaming and pipe installation to ensure cuttings are properly returned. Hydrofracture, also known as hydraulic fracture, is a term used when the drilling fluid pressure in the annular space of the drilled hole exceeds the shear strength and overburden resistance or hydro fracture capacity of the surrounding soil formation, resulting in blowout, fracture, and deformation. Hydrofracture allows drilling fluid to escape into the formation and possibly to the ground surface. Drilling fluid which makes its way to the ground surface is known as an inadvertent return (IR) or frac-out. Localized hydrofractures within a formation layer are those which do not reach the surface. They are typically sealed by groundwater and earth pressures soon after the HDD bore is completed. Drilling fluid IR to the surface is typically regulated by permitting or regulatory agencies. The inadvertent return has the potential for releasing a high volume of fluids over a short time, particularly if the high-pressure drilling fluid pumps are not deactivated. In practice, the inadvertent return typically occurs near the HOD entry and exit points where the soil cover is relatively thin or at locations along the drilling path with weak soils and/or where the thickness of the soil cover is relatively shallow. Two (2) mechanisms (Xia and Moore, 2007) have been identified with IR caused by excess downhole pressures: (1) unconfined plastic flow from localized plastic yielding in soils resulting in a loss in fluid confinement, or blowout or shear failure(Delft Geotechnics, 1997; Arends,2003, Luger and Hergarden, 1998), and (2) tensile failure (Kennedy, Skinner and Moore, 2006) of the surrounding rock or fissured clays resulting in hydraulic fracturing. TWE Projeci No.23.23.064 �. Report No.141355 Drilling fluid pressures used for HDD installations are not typically high enough to cause hydraulic fracture of intact bedrock because the shear strength of the rock exceeds the drilling fluid pressure. The tensile strength model is generally considered more appropriate for hydrofracture evaluation in rock, especially with shallow cover. Annular drilling fluid pressures can however exceed the shear strength of soil formations. In general, fine-grained soils such as plastic silts and clays have a moderate to high risk of hydraulic fracture whereas granular soils such as non-plastic silts and sands have a lower risk of hydrofracture. Formational drilling fluid losses typically occur when the drilling fluid flows through the pore spaces in the surrounding formation. A higher porosity formation can potentially absorb a larger volume of drilling fluid than a formation with a lower porosity. Coarse sands and gravel with low percentages of silt and clay and fractured rock formations have a moderate to high susceptibility for drilling fluid loss. Hydrofracture is not necessarily the only mechanism by which an inadvertent return can occur. Drilling fluid flows in the path of least resistance. Ideally, the path of least resistance is through the annulus of the drilled hole and back to the fluid containment pits at the entry or exit points of the HDD segment. However, the path of least resistance could also be through naturally occurring subsurface features such as fissures in the soil, shrinkage cracks, or porous deposits of gravel. Drilling fluid could also flow to the surface alongside piers,piles, utility poles, or other structures. The inadvertent return evaluation methods typically used in practice based on theory of cavity expansion or blowout, do not address the path of least resistance directly. 7.3 Hydrofracture Evaluation The hydrofracture or inadvertent return due to hydrofracture is typically evaluated by computing a factor of safety. The hydrofracture/IR factor of safety is defined as the ratio of the maximum mud pressure (hydrofracture capacity) of the subsurface strata to the estimated downhole annular pressure necessary to conduct HDD operations. If the drilling fluid pressure in the annulus exceeds the maximum mud pressures, there is risk a local hydroiracture or IR will occur. The factor of safety against hydrofracture is defined as: FS =Pmax/PAnnurar P,,,,,<= Maximum Limiting Total Mud Pressure(Hydrofracture Capacity of the Formation) PAnnutar=Estimated Operational Drilling Fluid Pressure in the Borehole Annulus FS = Factor of Safety against Hydrofracture or Inadvertent Return The HDD designer and the Contractor should ultimately be responsible for review of the subsurface conditions to determine the computed factors of safety along the HDD alignment are acceptable corresponding to the project requirements. TWE Project No 23.23.064 7-2 Report No.141355 7.3.1 Maximum Mud Pressures The maximum limiting total mud pressures(hydrofracture capacity)of the formation or subsurface soil strata are conventionally estimated using the Delft Method (Delft Geotechnics, 1997). The Delft Method is based on cavity expansion theory(Delft Geotechnics, 1997,Luger and I-Iergarden, 1998). Delft theory considers the borehole radius will expand as as the annular fluid pressure increases. Initially, the deformation will be elastic but as the pressure increases, the deformation will be plastic. As the zone of the plastic deformation increases and reaches the ground surface, blowout will occur and drilling fluid will flow to the surface resulting in frac-out or 1R. The Delft equation is expressed as follows: Pmax ` Pmax+ t[ (Equation 1) -sin0 [(no )2 )+sin0 Pmmax = (P'f + ccotm) R +Q — ccot0 (Equation 2) -sine Prim = (pif + CCO al)Qi+sine — CCOtO (Equation 3) p f = 0'0(1 + sino) + ccos4 (Equation 4) Q = (o sine + ccosO)/G (Equation 5) where: pma�= maximum total mud pressure(psf) Pmi ax = maximum effective mud pressure(psf) = limiting pressure when maximum plastic radius approaches infinity (psf) pit =effective mud pressure where plastic deformation initiates (psi) 60 =effective confining stress (psf) c= cohesion (psf) =angle of internal friction (degrees) pi= mud pressure at which the first plastic deformation occurs =angle of internal friction of soil Q= a function of shear modulus and effective confining stress (unit less) G=shear modulus (psf) Ra= initial radius of the borehole(ft) =maximum radius of the plastic zone (ft) ti= initial water pore pressure(psf) Equations (1) and (2) are used to estimate maximum total mud pressures in cohesive-frictional or purely frictional (cohesionless sands or non-plastic silts)soils. TWE Proieci No.23.23.084 7.3 Repon No.141385 For undrained or short-term condition in clays (0 = 0° condition), the equation for maximum effective and total mud pressure becomes: Pmaz = Qo + c (Equation 6) The maximum radius of the plastic zone is typically selected by the Designer. Historically, practitioners concerned about limiting fluid release to the surface have used 0.5 times the distance to the round surface for clays and 0.67 times the distance for sands (Van and Hergarden, t997, Staheli et. al„ I 998). However, it should be noted these Rp,max values are meant to produce limiting mud pressures to prevent drilling fluid release or inadvertent return but not local hydrofracture within a stratum. Also, the plastic zone radius development associated with the Delft equation is based on uniform soil conditions and considerable engineering judgement is required for application of this method to hydrofracture evaluation in stratified soil deposits. We used the above referenced guidance to compute factored Rp.max values for various soil types in our analysis. It was later demonstrated by Staheli (2010) and Rostami (20i 7) the calculation of maximum mud pressure is not sensitive to Rp,o,ax beyond a small distance from the borehole. In our analysis, we estimated effective confining stress as the average of the horizonal and vertical stresses (Verrujit et. al., 2001, Delft Geotechnics) using the relations described below: ao = ((r + oli )/2 Equation (7) chi = k0cr Equation (8) ko = 1 —sinO Equation (9) where: 60 =effective confining stress(psf) = effective vertical stress (psf) 6t, =effective horizontal stress (psf) ko=horizontal earth pressure coefficient for at-rest condition Please note for the undrained or short-term condition in clays (0 = 0° condition), the earth pressure coefficient becomes unity and the effective vertical stress becomes equal to the effective confining stress. For sands, the earth pressure coefficient computed using Equation (9) assumes normally consolidated conditions. For stratum level (local) hydrofracture evaluation, the maximum mud pressures represent the hydrofracture capacity of the soil surrounding the HDD profile which is a localized condition. We computed maximum total mud pressures for local hydrofracture by conservatively limiting the maximum plastic zone radius to the top of the soil stratum in which hydrofracture is evaluated at various depths within a given soil stratum. TINE Project No 23.23.064 7-4 Report No.141355 The maximum mud pressures corresponding to inadvertent return evaluation were computed by comparing the maximum mud pressures of the soil stratum above a specific point along the HDD profile. When stronger soil stratum existed above a weaker soil stratum, the maximum mud pressures of the upper stronger soil stratum controlled the mud pressures for inadvertent return. 7.3,2 Annular Drilling Fluid Pressure For the evaluation of maximum estimated annular fluid pressures associated with HDD, assumptions need to be made regarding the rheological drilling fluid parameters and HDD drilling tool parameters. These input parameters are typically dependent on the actual method of installation and drilling tools used by the HDD Contractor. We assumed the evaluation of downhole drilling pressures will be performed by the HDD Designer/Contractor during the detailed design or project bidding phase. The total drilling fluid pressure at the cutting tool is a function of pumping pressures, the elevation differences between the drill rig and the depth of the cutting tool and friction losses. The annular drilling fluid pressure is maximum near the drill bit or reaming tools. The pressure energy of the drilling fluid is gradually reduced along the path from the location where the fluid is pumped and returned through the annular hole to the entry/exit points. Therefore, the pumping pressure required to circulate the drilling fluid need to be progressively increased as the length of the drilling fluid flow path increases. The drilling fluid circulation can be reduced or lost due to the loss in the surrounding formation or accumulation of excess cuttings blocking the annulus. 7.4 Soil Parameters In practice, pilot hole drilling is generally considered as the critical case for hydrofracture evaluation because the hole diameter is smallest and the applied annular pressure is largest during this condition. During pilot hole drilling, we generally assume the application of annular drilling fluid pressure is faster than the dissipation of excess pore water pressure generated during the operation surrounding the borehole near the drill bit. Therefore, the short-term soil shear strength condition is considered for evaluation of hydrofracture during pilot hole drilling. In cohesive soils, undrained or total stress shear strength parameters are typically used for the short-term condition. In cohesionless or semi-cohesionless soils, due to their relatively high permeability, drained (effective stress) shear strength parameters are appropriate to use for the short-term condition. 7.5 Results and Discussion The results of maximum limiting mud pressures are presented in Appendix E using incremental depths for BH-05 and BH-06 at the entry and exit points of the proposed HDD section. Due to the lack of soil cover, the maximum limiting mud pressure for the low point of the canal could be less than the values provided in Appendix E. An HDD profile drawing showing the pipeline size, the depth of the mudline and installation depth of the proposed force main was not provided at the time of this report. The maximum mud pressures presented in Appendix E are limiting(unfactored)values and do not include any factor of safety. A factor of safety of 1.5 is recommended in the recent U.S. Army Corps of Engineers (USACE) publication (see USACE Engineer Manua) EM 1110-2-2902, December 2020, Section 5.6.3.6.1 for undrained condition in clay). TWE Project No.23.23.084 7-5 Report No. 141355 A factor of safety of 1.5 is also recommended in the above-referenced USACE publication (see Section 5.6.3.6.2 for sand),when the maximum total mud pressures in sand is evaluated using the concept of plastic radius expansion. The maximum total mud pressures presented in Appendix E are based on estimated ground surface elevations encountered at the specific test boring locations considered in this study. In between the test boring locations, the maximum total mud pressures should be estimated using judgement and considering minimum values and/or interpolation, if necessary, considering variation in high bank ground surface and channel mudline elevations. The HDD Designer and Contractor should review the information provided in this report to ensure the computed factors of safety along the HDD alignment meet the project requirements and are not lower than the minimum recommended factors of safety to minimize the potential for hydrofracture or IR of fluid to the ground surface. The Contractor should evaluate the risks associated with the proposed HDD installation for this project and use a higher factor of safety based on the assumed risk in conjunction with engineering judgement and past experience with similar HDD installation through the soil formation encountered within the project alignment. The HDD Designer and Contractor should also review the requirements of the local regulatory or permitting agencies, consider any special requirements [such as minimum factor of safety to be maintained against hydrofracture/IR for the portions of the HDD crossing underneath critical structures(i.e. flood protection levees or waterways maintained by those agencies)and within their pressure monitoring zone] and comply with specific project requirements. TW E Project No 23.23.064 7-6 Report No.141355 8 LIMITATIONS AND DESIGN REVIEW 8.1 Design Review and Construction Monitoring 8,1.1 Geotechnical Design Review Geotechnical review of the design drawings and specifications should be performed prior to construction. This review is recommended to check the geotechnical recommendations and presented herein have been properly interpreted and incorporated into the construction documents. 8.1.2 Construction Monitoring The performance of the components associated with this project will be highly dependent on the quality of construction. Thus, we recommend construction activities be monitored by TWE. TWE would be pleased to assist in the development of a plan for construction monitoring to be incorporated in the overall quality control and testing program. Construction surveillance by TWE is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions which could result in modifications to our recommendations. Performance of the project components will be directly related to the Contractor's adherence to the recommendations in this report and the project plans and specifications, Testing should be provided for all soil compaction activities and concrete pours. TWE would be pleased to provide these services to verify construction has been performed in accordance with the intentions of this report upon request. 8.2 Limitations 8.2.1 Scope of Study The scope of this study, as well as the conclusions and recommendations provided herein, were developed based on our understanding of the project. Assumptions were made when specific information was unknown. Revisions to our conclusions and recommendations could be necessary as a result of any significant project changes or if our assumptions are incorrect. Construction dewatering design, earth retention design and construction site safety are the responsibility of the Contractor. The scope of our study did not include evaluation of geologic faults. In addition, assessment of environmental conditions, including investigation for toxic or hazardous materials/pollutants/wastes,regulatory compliance,threatened or endangered species, cultural resources, floodplains, and jurisdictional wetlands were beyond the scope of our study. 8.2.2 Warranty The professional services which form the basis for this report have been performed using a degree of care and skill ordinarily exercised, under similar circumstances, by reputable geotechnical engineers practicing in the same locality. No warranty, expressed or implied, is made as to the professional advice set forth. TWE Project No.23.23.064 g.l Report No.141355 8.2.3 Subsurface Variations Our interpretations of subsurface conditions are based on data obtained at the boring locations only and only at the times and specific locations they were performed. Subsurface variations could exist between the individual boring locations and at areas not explored within the project alignment. The validity of our recommendations is based, in part, on assumptions made about subsurface conditions in areas not explored. Such assumptions can only be confirmed during construction. Therefore, construction observations by TWE are recommended to check for variations in subsurface conditions. Significant changes from our assumptions could require modification to our findings and recommendations. 8.2.4 Report Reliance This report was prepared as an instrument of service for the sole and exclusive use by Schaumburg&Polk, Inc. and their project team subject to the limitations stated herein and with specific application to the referenced project. This report should not be applied for any other purpose or project, expect as described herein. This report shall remain the property of TWE. No third party may use or rely upon the information provided herein without our express written consent. If any party other than Schaumburg & Polk, Inc. chooses to rely on this instrument without our consent, said party expressly waives any rights it may otherwise have to claim its reliance on this instrument of professional service that resulted in injury, loss, or damage of any kind and will defend and indemnify TWE from any such claim. 8.2.5 Report Distribution This report is intended to be used in its entirety. This report should be considered in whole and should not be distributed or made available in partial form. If any changes in the nature, design or location of the project are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and the conclusions modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or engineering analyses without the expressed written authorization of TWE. f TWE Project No.23.23.064 8-2 Report No.141355 APPENDIX A PROJECT EXHIBITS TWE Project No 23.23.064 Report No. 141355 eau. . ••-• .. I00.5c•00.13.11.0311I331 TUN 3LCS ...! „le lost la 000 0600 0 SVKI 1•unmuy.1.13Dd JO ALO 1160.001,k•4114.930 •47, ,e, .g,•00.10,-.0.1010000110 I:10i ( 1 t, til . q 6 eezco,....awi... SliarastIlidININAntlandOi ii!l.igli 1 t 1 A & .4 9 OtirOttfavvOS rano Nou.visidn ssc Anni4 Pl; E :i i 1 1 I 1 I iclj oct.oc vLS Nr1-IalotAl .1 _ 004 Gg V1S arm 1-ruvw r , 1 — I , .. . _ SF-•-:--,-----1 _...-r•-• t. •r-7—,-- -------'- _ ,. X .!. .. ' .- ,,,,q, k 1 II- 411 . 1,,, - 1 --- _ _ ..,,, -f..,_1ii. ,1 , , 'I 1 li. ..., • • .1.IL .,...:. , ,i 1 , .-r A ' ' , ., . ,.. .. • , n, . • , i I .: .._ §. ' •• i i f•.' , -41. A • .0f '' ' I , - ...., 1 i siT..4 1 521 4 I . 1 _ ,. -,f4•, 1 -----PI..1,-..C.;:i I 1 - I ' f IV - .. 1 , . ( 7 1-------1'• -r.---. ---1' r, . 1$ ,‘1 1 II ,,,, ..,_,.,,,,... L. ,. -,,,,,,,,,,____L. . oi 1 , I , ...r.6. • v". . • I _ 1 ;: ,, . . --- ..._i_.1 , 1 l'-' ____. ,3 1 .'? i • •, 1 ! ,I 1 8 .• 1 1 1 f 1 , 1 .# E - 1 t'n -I ,, ,, .',,,,,;, ., .. '-. :1 ! f 1 t I.. . & ,a / Z 'fl e \ i3 I ''',1fri,4 00.0E V1S 34ri-olvv, i 1 SYrbang.VFW............AanNorm MI6 s-K•LI s-mat,a1u 4.1.../.., to,C I S,1 I tal•.......*0,, '11 1 I ...... •..!w:•n CCl001 00.tal,,Oul.3Ol TOH My���, Q fD L w.•“ o Y� ,,� svx3►tilH 1 3d A0/.10 hiE�V` lt•l! E i ® `a.. tioi ,. e € t `'—+--- ..•sou•+-u•.w s. S1NRA'3ACRiet NfVIM331:0+ 4td.lr 4 i L r y , 1 1 .•+,xt4i s osneWM-06gff ?"* Nw NdiVisi rl;GCAMH iii kk .f d {6B: �Bal ('] ti X al \ E 00t08 Vila a.ilKYVW gi ill • R s 7.—� 9 R 4 — + , 1 I I ( � • t. 1 ) II c• t 31 i V �, 1 , I 4:-. ' ' .. nla- S X I ', I a 1 : IMMIII".'. I i 1 ' ' ' l'i4.-- _ FI A I c 3 1R _{ ri , f � a , I . r • '.1f , co.;s VS 3Nfr HJLVLV OL•00•t1S 3Ir^ C I .TN .aa.W.LL M.f....YN 42....MaJWn.OWrnn.M.Vn•N me,* V1...yf..164.••.I.0.4•^n APPENDIX B TEST BORING LOCATION PLAN TWE Protect No.23.23.064 Report No. 141355 r o 11!.111111 i 1 A w f� O -I0 1 0 O 0 tj t11111 11111111IIIII mffimliiimr.; x 1 . _ 4 e 1 V III it • E!! lIIIIIIlllhIIIIIII lig ... 3_... .... ,‘ liii J j ....1 Y �•` �« * g 1 g a 8' gi 8 am'r ' , • ,,,,, ....... , r .• . ' • illif _.. �F. ,lam ii, • .Sid 1 311'..!.'04r.14 r..7 I.I.=-.. .I:#4 1 a AV' 1 w3NPI3IW SIAYU ' oPr 3ftr r + . • _ 1 a�. A- a • r [r APPENDIX C TEST BORING LOGS AND KEY TO SYMBOLS AND TERMS TWE Project No,23.23.064 Report No.141355 LOG OF BORING BH-01 PROJECT: CoPA-Hwy 365 Lift Station and Force Main CLIENT: Schaumburg&Polk, Inc. Port Arthur,Texas Beaumont,Texas I COORDINATES: N 29°55'04.47" c I z F 1- o Z E J SURFACE ELEVATION: -- w' -ov F w �_ I j r z wI w O aQ �� � �z � J^ U''--� wI- H zCe c7W'/-� O 1-- J DRILLING METHOD:Ca �� z� z �F Z n ?? ~Nd�' P a z w z N (I) Z-i w w� > w DryAugered: 0' to 20' �o a °�° � D a a2mi �- cc 0w Qinl�w w N Wash Bored: 20' to 25' a_t o w v >- J 8 J 74 a s 0 a MATERIAL DESCRIPTION d 0~ ° 0 a;?ty FILL:Stiff brown LEAN CLAY with SAND(CL),with (P12.75 23 82 ,:.!i;t roots $y+ `n_ s, (P)2.00 22 47 27 - ,Y'C - ~'r4 -with ferrous nodules at 4' (P)1.75 22 76 —5 .x Stiff,gray and tan FAT CLAY(CH),slickensided with (T)0.45 27 95 1 1.23 12 6 - ferrous and calcareous nodules P)1.75 28 68 47 (7)0.50 —10 (P)2.00 27 100 ■, Stiff gray LEAN CLAY(CL),with calcareous nodules (P)1.75 21 44 26 —15 �' ": Tan and gray CLAYEY SAND(SC) 27 47 :r�r —20 ;,: i;-' 'r•• r- s • - i• t r.:r.:c .r r..:Y..Y r.� rti: -becomes medium dense at 23.5' 5/6" rV.:z: 8/6" c« 8/6" —25 Bottom @ 25' —30 —35 COMPLETION DEPTH: 25 ft NOTES: Free Water Depth= 12.0-fl. 15-min Static Water Depth=5.8-ft. 15-min Total Hole DATE BORING STARTED: 06/13/2023 Depth=20.0-ft.Borehole was backfilled with soil cuttings. DATE BORING COMPLETED: 06/13/2023 LOGGER: P.Taylor PROJECT NO.: 23.23.064 Page 1 of 1 Tolunay-Wong Engineers, Inc. LOG OF BORING BH-02 PROJECT: CoPA- Hwy 365 Lift Station and Force Main CLIENT: Schaumburg&Polk, Inc. Port Arthur,Texas Beaumont,Texas COORDINATES: N 20"55'06.48" c z rci W 94°01'06.68" f? O 2 w -- 5� N O SURFACE ELEVATION: a w F° i^ U o, -- Z z -r w W a a a DRILLING METHOD: Y cc 2 0 z .- .n a Z '�D z `' x o w a of Dry Augered: 0' to 25' 0O 0 a 03 0 p , a 5 z = v. 61,7).... y w w ° �, Wash Bored: -- to — a E d w u a D N oo a - & n. 0 a MATERIAL DESCRIPTION a "'~ a —0 Ir Stiff,Ian and gray FAT CLAY(CH) (P)1.75 21 75 SO -soft from 2'to 4' P)1.50 44 82 0.31 14 3 00 I (T)0.45 - -slickensided with ferrous nodules from 4'10 8' (P)2.25 26 5 -with calcareous nodules from 6'to 8' (P)2.50 1 24 53 33 (P)2.50 26 96 1.38 15 7 I I r -10 -with calcareous nodules from 10'to 12' (f)2.50 VV. Very stiff,gray and tan SILTY CLAY with SAND(CL- (P)3.50 - 26 4 73 ML) 15 • — 0,7 Medium dense,tan and gray SILTY SAND(SM) /6" 33 ',_20 a 12 13/6' III • - V V. Stiff,Ian and gray LEAN CLAY with SAND(CL) 5/6" 6/6" —25 7/6" Bottom @ 25' 1 30 —35 COMPLETION DEPTH: 25 ft NOTES: Free Water Depth= 15.0-ft. 15-min Static Water Depth=7.0-ft 15-min Static Hole ' DATE BORING STARTED: 06/13/2023 Depth= 12,3-fl.Borehole was backfilted with soi!cuttings. DATE BORING COMPLETED: 06113/2023 LOGGER: C.Watts PROJECT NO.: 23.23.064 Page 1 of 1 Tolunay-Wong Engineers, Inc, LOG OF BORING BH-03 PROJECT: CoPA-Hwy 365 Lift Station and Force Main CLIENT: Schaumburg&Polk, Inc. Port Arthur,Texas Beaumont,Texas COORDINATES: N 29°55'33.49" c z o _ C W 94*00'46.80" As' O Z I, a Pp w� O ~ Z��� 0gO_ I-w z LL SURFACE ELEVATION wa w u w- w 2 Fz e >41 . z w ,�s` w r� DZ - t�_ —rr w 2� C9w rK p 2 DRILLING METHOD: w 0 z N w ~ ci a 1 o a z w z D <n w w 0 > w 2 cn DryAugered: 0' to 20' UO am gvavz mT c O v,— _ Ce y Wash Bored: -- to n t �N � gN �� Ua a� �Oa w MATERIAL DESCRIPTION u)H w — 0 +'4 FILL.Brown and gray CLAYEY SAND(SC),with roots 7 1, FILL:Stiff,gray and tan FAT CLAY(CH),slickenslded (T)0.70 35 100 75 96 It. FILL,Brown and gray CLAYEY SAND(SC) 17 42 —5 `` Firm,gray and Ian FAT CLAY(CH),sIickensided with (T)0.60 37 86 96 71 0.83 9 6 ferrous nodules -stiff from 8'to 12' (110.60 38 —10 (T)0.75 37 87 64 (T)0.75 34 87 0.64 15 12 — 15 -becomes stiff at 18' (P)1.75 25 52 32 —20 Bottom @ 20' 25 —30 —35 I 1 I I COMPLETION DEPTH: 20 ft NOTES: Free water was nol encountered during dry-auger drilling Borehole was backfilled DATE BORING STARTED: 06/13/2023 with soil cuttings. DATE BORING COMPLETED: 06/13/2023 LOGGER: P.Taylor PROJECT NO.: 23.23,064 Page 1 of 1 Tolunay-Wong Engineers, Inc. LOG OF BORING BH-04 PROJECT: CoPA-Hwy 365 Lift Station and Force Main CLIENT: Schaumburg &Polk, Inc. Port Arthur,Texas Beaumont,Texas COORDINATES: N 29°55'48,48" z F - I ' W 94°00'33.10" c _oz W a. SURFACE ELEVATION: -- a i ~O IY w M a>e '- z 10,0 z w y, o �" o � ._, o—_ g IZ� caW t- tiq P P 1-r al DRILLING METHOD: w> w o 2 w r-K o a; N w z ff tel C� 0 E% z 1-O 1 a a (4 DryAugered: 0' to 20' " 0.m oz tvav z mt m�I w 6w Nu> =w w ur u) Wash Bored: -- to - g F F Iii 8 L- - S N o d u a o a MATERIAL DESCRIPTION 0-V in F- U. 0 r FILL:Stiff brown SANDY LEAN CLAY(CL),with rock 7/6° 11 • 52 - • fragments and roots 6/6" A :.' 6/6'- _ OFFILLStiff gray FAT CLAY(CH),slickensided with rock (T)0.50 31 73 50 - and shell fragments and roots Firm,gray and tan FAT CLAY(CH),slickensided with (T)0.55 37 84 0.81 13 4 —5 ferrous nodules -becomes stiff at 6' (P)1.50' (T)0.65 35 92 69 —10 -becomes firm at 10' (1)0.65 33 92 0.95i 13 9 1 ■ I 1 I1 _' r Stiff,gray end tan LEAN CLAY(CL),with ferrous (P)2.001 23 48 24 - nodules —15 ,,,;:' Gray and tan CLAYEY SAND(SC),with silt seams 21 37 - and shell fragments 20 rr; Bottom @ 20' —25 l' —30 —35 I I 1 I I COMPLETION DEPTH: 20 f1 NOTES: Free water was not encountered during dry-auger drilling.Borehole was backfilled DATE BORING STARTED: 06/13/2023 with soil cuttings. DATE BORING COMPLETED: 06/13/2023 LOGGER: P.Taylor PROJECT NO.: 23.23.064 Page 1 of 1 Tolunay-Wong Engineers, Inc. LOG OF BORING BH-05 PROJECT: CoPA-Hwy 365 Lift Station and Force Main CLIENT: Schaumburg&Polk, Inc. Port Arthur,Texas Beaumont,Texas I COORDINATES: N 29°56'00.07" c z I I W 94°00'23.66" . O z I i d SURFACE ELEVATION: -- w w O w w _--- z c�' R-z <n w z i O ai d �zfit^ 7. Ux>- w1- ,_ zs0 1-rc Q = w 40 L> O Itow rao F-wz 0,C9 0 u.D z�u c,O a a. a y DRILLING METHOD: x z w m z o i- _ cn a m u� o.z w z N <Gi w u. w i r5 Dry Angered: 0' to 25' U O a a 2 _ a 02 u�in w 0 Wash Bored: -- to -- d w a - g N O N J O a a O - MATERIAL. DESCRIPTION F 0t- n LL C° FILL:CRUSHED AGGREGATE(12") Li, •.„ FILL:Brown LEAN CLAY(CL) 13 37 16 au Firm gray and tan FAT CLAY(CH) 2/6" 33 89 2/6" -becomes stiff at 4' (P)1.50 3f6 28 91 51 j 29 —5 (P)1.50 - (P)1.50 —10 -slickensided from 10'to 12' (P)1.75 35 86 54 • ,' Stiff tan and gray FAT CLAY with SAND(CH) (P)2.75 23 104 1.71 6 1 i 83 - -with ferrous nodules from 13'to 15' —15 '.SZ _ ,4 . �t -with calcareous nodules from 18'to 20' (P)1.50 —20 Firm tan and gray FAT CLAY(CH),with sand seams 3116" 28 88 —25 / 5/6" Bottom @ 25' —30 —35 I l I I I COMPLETION DEPTH: 25 ft NOTES: Free Water Depth=15.041.15-min Static Water Depth=7.2-ft. 15-min Static Hole DATE BORING STARTED: 06/22/2023 Depth=12.0-ft.Borehole was back(i(led with soil cuttings. DATE BORING COMPLETED: 06/22/2023 LOGGER: C.Watts PROJECT NO.: 23.23.064 Page 1 of 1 Tolunay-Wong Engineers, Inc. LOG OF BORING BH-06 PROJECT: CoPA-Hwy 365 Lift Station and Force Main CLIENT: Schaumburg &Polk, Inc. Port Arthur,Texas Beaumont,Texas COORDINATES: N 29°56'02.98" , z 1- I - c W 94°00'21.48" c. O z w w� h N Z 51 a SURFACE ELEVATION: a z °�U r w > y x z Z w a' w R F - m DRILLING METHOD: tu> zY CC O z u~i w )-�.o e~ z er ce 0 0 LL D z w ce 00 O. i in Dry Angered: 0 to 25' o o a ro O o Y 8 n z m n u 6 s P- I a w o Wash Bored: -- to - a E g N a a. o MATERIAL DESCRIPTION a co- u. —0 Very stiff,gray and brown FAT CLAY(CH) (P)3-00 24 -stiff from 2'to 4' (P)2.00 33 92 62 -firm from 4'to 6' (P)1.50 43 79 1 0 76 8 4 —5 - -becomes stiff al 6' .(P►1.513 41 98 68 96 - -with ferrous nodules from 6'to 10' I (P)2.00, I —10 (P)1.751 33 92 65 38 11.03 13 9 _ /� I I I I o' • Stiff gray,Ian,and brown SANDY FAT CLAY(CH) (P)2.75 —15 - 1it' Medium dense tan POORLY GRADED SAND with 55/66" 27 11 1." SILT(SP-SM) —20 4'i1"{�' 5/6" // 8/6" f:tx+ 111aT - v, ,. fl?Y. ;361? (11]J: - olf lie: � Firm tan and gray FAT CLAY(CH),with sand seams 4/8" 29 91 —25 ., 4/6" Bottom @ 25' —30 —35 COMPLETION DEPTH: 25 ft NOTES: Free Water Depth= 20.0-1t. 15-min Static Water Depth=7.6-ft. 15-min Total Hole DATE BORING STARTED: 06-22-2023 Depth= 14.641.Borehole was backfilled with soil cuttings and dry benlonite chips. DATE BORING COMPLETED: 06-23-2023 LOGGER: C.Walls PROJECT NO.: 23.23.064 Page 1 of 1 Tolunay-Wong Engineers, Inc. LOG OF BORING BH-07 PROJECT: CoPA-Hwy 365 Lift Station and Force Main CLIENT: Schaumburg& Polk, Inc. Port Arthur,Texas Beaumont,Texas COORDINATES: N 29°56'16.16" c 2, I ( I w W 94°00'08.37" 0 z w w C Z it- - SURFACE ELEVATION: wa Z V s cc- - g t o>m o_ Z w u a u� a a ( ? DRILLING METHOD:o Y> z 0 Z V)w ~ o t.° /i Li o Z u< a Z rn w `+•Nut�u D z w 2 wQ tq Dry Angered: 0 to 20' o o a m v g_ n z m w in w Wash Bored: to 2 E w s -' g 0 u~i E a. o a MATERIAL DESCRIPTION a N I- 0 U. < —0 Firm,grey and brown FAT CLAY(CH) (P)1.25 51 72 109 74 0.80 5 (P)1.25 49 74 j 0.54 13 3 (P)1.25 49 ' 111 76 i —5 ,becomes stiff al 6' (P)2.00 28 100 I 1.35 15 6 - i - -with sand pockets and ferrous nodules from 8'to 10' (P)2.75 —10 I I - '' Stiff tan SANDY SILTY CLAY(CL-ML) 4/6" 25 53 I 7/6" - ;��fr/ -very still from 13.5'to 15' 5/6" - 916" —15 9!8" - 701‘ , -becomes firm at 18.5' 2/6" 28 27 7 63 3/6' 20 - 416' Bottom @ 20' - I _ —25 j _ j —30 I I ,- - —35 i iI I COMPLETION DEPTH: 20 ft NOTES: Free Water Depth= 12.0-ft.15-min Static Water Depth=6.7-ft. 15-min Total Hole DATE BORING STARTED: 06-22-2023 Depth=9.2-tt.Borehole was backfifed with soil cuttings and dry bentonite chips. DATE BORING COMPLETED: 06-22-2023 LOGGER: C.Watts PROJECT NO.: 23.23.064 Page 1 of 1 Totunay-Wong Engineers, Inc. LOG OF BORING BH-08 PROJECT: CoPA- Hwy 365 Lift Station and Force Main CLIENT: Schaumburg&Polk, Inc. Port Arthur,Texas Beaumont, Texas COORDINATES: N 29°56'20.17" '' z I - I C i W 94°00'05.95" g c o�Z lL C ZS9 ~� o _o 1- T fa z � $ ° No L }d} _, SURFACE ELEVATION: -- a V rr'-' t e > x ?w R•7 w w aZ w a °Z C Jam-- U '..._.1N 1- F IS l9w F-R' Q L a DRILLING METHOD: Y& w, � ,,,r z .2."5-- N p �U) a,fl rn ku z rn_� w O w8 G u) Dry Angered: 0' to 15' 6 a a 00 1 o ; d a 3 m 1 g E.E a U Li CO rn t-a w rn Wash Bored: 15' to 35' a •in v c�cn a a o MATERIAL DESCRIPTION a rn F- ° a I '` —0 Stiff brown FAT CLAY(CH) (f)0.50 50 101 66 -with roots from 0'to 6'- - , -firm from 2'to 4' (T10.45 52 -becomes gray and Ian at 2' -soft from 4'to 6' (T)0.45 49 72 112 80 0.48 6 4 -5 / -with stickensides from 4'to 12' -with ferrous nodules from 6'to 12' (T)0.55 49 1 i - (1)0.55 51 —10 -becomes firm at 10' 0.)0.65 48 73 112 169 0.89 3 9 I I ■r. d Still,gray and Ian LEAN CLAY with SAND(CL) (P)2.50 1 22 82 1 L 151 -04 0.4:, vr 4Gray and tan CLAYEY SAND(SC) 25 27 9 _ 43 - .r —20 � :� I i, :ra: .rr:r I rrr ',i.e.( ...r roc f _ — Still tan,brown and gray SANDY FAT CLAY(CH) (P)2.00 • —25 • Very stiff brown,Ian,and gray FAT CLAY(CH) (P)3.25 38 85 2.24 6 24 - -with sill and sand partings from 28'to 30' —30 - -becomes stiff and gray al 33' (P)2.00 Bottom @ 35' —35 It t COMPLETION DEPTH: 35 ft NOTES: Groundwater measurements could not be obtained.Borehole was backfilled with DATE BORING STARTED 6/13/2023 soil cuttings and dry bentonite chips. DATE BORING COMPLETED 6/13/2023 LOGGER- P.Taylor PROJECT NO.: 23.23.084 Page 1 of 1 Tolunay-Wong Engineers, Inc. KEY TO SYMBOLS AND TERMS USED ON BORING LOGS FOR SOIL Most Common Unified Soil Sampler Symbols Meaning Classifications System Symbols W Pavement core Al Lean Clay(CL) Well Graded Sand(SW) ' Tim-walled tube sample Lean Clay w/Sand(CL) . . .. Well Graded Sand w/Gravel(SW-GM) M Standard Penetration Test(SPT) // n Auger sample Sandy Lean Clay(CL) r , Poorly Graded Sand(SP) ESampling ancmpt with no recovery Par Clay(CH) 7.i:I Poorly Graded Sand w/Sill(SF-SM) 8 TxDOT Cone Penetrometer Test 1,7 Fat Clay w/Sand(CH) Silt(ML) Field Test Data ri:7 -�7�111 2.50 Pocket penetrometer reading in tons per square foot Sandy Fat Clay(CH) 0]Elastic Sill(MH) (T)1.13 Torvanc Measurement in ions per square foot 8/6' Blow count per 6-in.interval of the Standard I Silty Clay(CL-ML) I'... Elastic Silt w/Sand(MH-SP) Penetration Test - Observed free water during drilling rdp Sandy Silty Clay(CL-ML) 1.1 1,Silty Gravel(GM) 'L Observed static water level , r Laboratory Test Data Clayey Gravel(GC)F.)7"j/t Silty Clayey Sand(SC SM) /* We(%) Moisture content in percent Dens,(pet) Dry unit weight in pounds per cubic fool 17 7- Clayey Sand(SC) . •, Well Graded Gravel(GW) it' Qu Us() Unconfined compressive strength in tons per square _ fool J Sandy Silt(ML) '. Well Graded Gravel w/Sand(SF-GM) JJ UU(tst) Compressive strength under confining pressure in Silty Sand(SM) I•i• Poorly Graded Gravel(GP) Ions per square tool NI • Sir.(%) Strain at failure in percent Sill w/Sand(ML) w Peat LL Liquid Limn in percent i-'- �w PI Plasticity index 11200(%) Percent passing the No.200 mesh sieve Miscellaneous Materials () Confining pressure in pounds per square inch 1.,,,os Fill a Concrete III Asphaltand/or Base de �,v, * Slickensiail failure 6_pt ** Did not fail @ I S%strain RELATIVE DENSITY OF CONSISTENCY OF COHESIVE SOILS COHES1ONLESS S SEMI-COHESIONLESS SOILS The following descriptive terms for consistency apply to cohesive The following descriptive terms for relative density apply to soils such as clays,sandy clays,and silty clays. coltesionlcss soils such as gravels,silty sands,and sands as well as semi-colesive and semi-cohesionless soils such as sandy silts,and clayey sands. Typical Typical Compressive SPT•'N6a" Typical Strength(tsfl Consistency Value Range** Relative N6n Density Value Range* q <0.25 Very soft s2 0.255gtt<0.50 Soli 3-4 Very Loose 0-4 0.50<qtn< 1.00 Firm 5-8 Loose 5-10 1.00_<gtn<2.00 Stiff 9-IS Medium Dense l 1-30 2.00 S qu<4.00 Very Stiff 16-30 - Dense 31-50 q uz 4.00 Hard z 31 Very Dense Over 50 *No is the number of blows front a 140-lb weight having a free •*An"NW value of 31 or greater corresponds to a hard consistency. fall of 30-in.required to pencn ate the final I2-in.of an I8-in. The correlation of consistency with a typical SPT"Na'value range sample interval,corrected for field procedure to an average energy is approximate. ratio of 60%(Tenaghi,Peck,and Mesri, 1996). Tolunay-Wong Engineers,Inc. 11EVISION DATE 6-24-16 CEOSVSTI L APPENDIX D DESIGN PARAMETERS FOR BELOW GRADE STRUCTURES TWE Project No.23.23.064 Report No. 141355 a 0 0 0 O 0 4) a m eaa) U rN 0 E in U r; ' ' v " N A Q) z "5 N :a L N o Zv = Z Cill fa., 4-4 N N , w O9" L "It m ^ 0. O I.C O. a {x I F 0 9 I0 d O O O O ct I COV -. aU+ on co c. U �0 N a co, v1 v1 O ya? OO. C I- N Q U L N y u y " 0 a do ; tit ' d cri �/) ~ co p °Zj C y O Q V a 0 Z w - •� 0 Q C E d 9- +, g a� M"r ca , ill . , L O O O Mea c0i o O I Ls, 10 II .00 my bD -tO o Cl) O �v a : p .o x d -0 a o 0 o e� " (1) 8 ..� a� CR '' j a cV 0 0 0 _' a v -o bQ 2 v — - .� ` CA> oo 3 a`6i a� O C: a°) a, {� LQ O .cn C O b0 W ca C C _ 0 chi 'r? o c s „ oo ° u 43) d O M M M O .O ^ al .N.. ‘o .O V', w A OU '0 �' (x } yli CO 04 E 31 G o 2 U ed -O Q C a. a N N N of a O a)mi u q U . . IC «f . >. G U p p Cl) I u - a a r T .� d! Cr) 0D i u ¢ to da c 00 v, ,, .c 3 a.) t ai c to N c C Co - _ u) > d o 0 o 0 o u d ,�, s a 113 dder d E 0 w ¢ 0 .E 3 .� C a V 0 II II I' N o c •- 04 v — G! 9 co e6 O U io o O 4-r, x Ce -j u u, s a o a' o ox, C 3 A u U o .� H Q' `u 0 U 0 L 3 a c 0 f' s o. •� Q .0 = d Q _o o c -9 v, t E R N L L ' d ° <n v) Cl)l �3 3 x c �' Maw ,� ci v 9 a c E " to ado . > � 0 A x y = _ +v :� � s w � aU a d o0. o >• — N r, Q dE° 0U aww � � d ai II n I( e 0 -� ' � z = (V M ,- n r a� n o l 0 0 0 0 co o g U I v i In v, C) In X N nIC/ N a - 41 = N o z N a) z '7 `, C z O .0 .0 u J a J N N hl N d- N as, 61, Q C N a cO 0. d N 1`d O O a O 0 O. co co o o 11 O O eLLI op m N .9 z C 1.. 1. > ) y N .0 . O O O O O U Q (, 10 IL) vi u 4 an 3 y °r • v Q 0 cv u (n . 1A N O u .oy O p �.�,.y1 ('V'� .• �+ CO tL. z ,? c C. ►I. ^' 0 n. . � s 10 O 1,, .1 E o 0 0 0 0 0 ^0 8 4 i II n C ^� td 6J C% 0 0 0 $ o = x „ : I: voq mi a o 00 a v, 0 0 o u T v ,9 D bA c CD w b UO o0 o ) y a ° as 0 Q Q A UouU O wa No0 el p o 4-1 G VI .cu Cl. E al j II '- 0, a 'a u .o u u 03 c g c: '- c0 0 0 .N U 0 CL Q 0 N o0 0 N 0 N 0 N 1n O N C O c L Iy 0 L p . to a r_ •L O .7 U Q a , d m To m Y 3 a S ai b0 a - c c y C 16 •at - O 1 O C N - y o 0 0 0 0 a n "E s 0 ,. 0 ., -8 .-F � Q U E li O N d' N U �..q� Lq d al H V L. S Q •L E 2 {s. ✓ o C O II II a � 'u 4� m .. CC y� m A cp .o 2 N U A C E d D Y qa 0aaei m :a 3 O U c c c •� R pu ° � � i� 0 0 U U U U uG` 4 a 0 'ZQ A r -o c o L i ' 2 uuI i '00 ` CA in cn ni o n n a °° Cq o 17 3 ` a> Ecn • °' =a EA c La Z n M y 'N 3 j V 1 9 u c 0 u o Q d 'o f4 -0 .cOC U O T - N c, C in '.G N. i i° N U i O. ti) cLt 1. < O J -) II- It-I (u .z' - N in C v-i 'p V 1 I N O O O O O 0 a) 0 a 1° to U u o v, N C � N M M ` 0 N y d N .--. A F— b 0 " s N . to O 'O i" a� z o• z c J ..... 00 .0 00 r- N b z C O. N N N d 13 at 3 n. .c a¢i 2 s- a fa c- Q. P, a 2 0 . a O 0 0 to u 1 i • d on oN vs a 0 0 o CO m ya. uU o .9 'o d V `^ .�.i p lS�r U CA • I. U 0 N � X w V .5 n 0p Li 9 G. L 8- l = O ~ GC O O O c; 0 A <0 C M W II uo Y o CI c 0. o 0 o 0 0 o• q a E ? •A 0 0 ^ W _ 9 0 ct `p 4> P ( No►' 1 o a a 0 N Le, O O OuY i E c c Y Fo O 11 u CG ! c 0 N o d to u v, O v, N d C -ua 9, 0 ..0 d a 0 0 u u u a .O , -- u C N TS 41 q0 r° OD N 3 , A ^ C R N \ a Co-. 0 •L .9 3 r, d 0 0 0 0 0 o u ro c b u c te+ O N 7 O -q A :? a) y 7 ►. .< E Q " 0 aq U a 3 4 c �' a II II II a�i H o 0 CIIII H ►y W 9- CO tel 0 u 6. ru 0 Lc a 0 CC C CO 3 R3 u 00 a 4 SI +'a_ r o O c00 _u 0. 4 v 3a Ao ia J a v0 .0 � a .0 '0 s L 1 E a x NN - co `° i ti o (-0') c ii fai es , N .a 0 43c o N •— 0 u 0 •- u 0 @Qon c . ua3 • a x ` 0 >. — N M Q- ,r1 au f--' N 0 y EL.. W U.) `� °J Q O Cal ixl61 it II II in, .-. .. .. .� .. V J 1-4T- T u Z v l 1 a c o 0 0 4) 0 @ 4 U O kill O vvi .-. rrl. en "" 1.4 CD H '0 V) 0 � 0. .-IC z N a.)ov 6, v0 z-I - Nv C.") aa. 9 N — N M • Q 0 "IC n� C n_ °a 0 1. a gt 1 ' A 0. to O i° o O a o 0 0 0 04 _ .E W V PN 1 C ea N N 0) O O a)US <0 d N N r O ✓i . V 'O t�0 t1 CD 4 H — O = E d• a R 0 1.41 In a, v ; 0 > bA . L in In ~ to In o 023 0 ° d o- 0 s t 0 G 1-( El L v) I. 03 0. W 'n 9- o c A ° I a 2 v u .0 u RS 44.i (1) c 1.. cLa 6o a C r' 'a `SI! a) Ts a o 0 o ti o O U L ..K d CO cis o ° z' a bA d a. 3 u m 40 4) in Fl .a ❑ C g 0 L U c g . U V U 'y ri N 0 7 a t4 co b o 2 u a d c`C o H c c: c o 0 0 d `c ° ° ° a n o c) 0a I A N is a► CO o64 0 a, a as rn 3 c C ) s 4 C (11 ca) ce o 0 o a C. • y Et 2 0 oq .0 A a0i ,,„ acn Q 4.) E a O .0 O C GG v a a3 .p a ' - O U y w ¢ Q 3 v •= a do 0 LS C p II 11 II y u, ° °) 3 b cu O °) o ° 4�.. R IX a) -a ,0 v w .J0a 0 °� O a4) Iin a.) � = ° a fl. ro 3 > > °� o a `` t 1 Lla u U U U a 3 0�. a fl ° r Q J Q a A O L = C tap X u a) i° a`.) C M C Cl) CI) Cr) <' -tea x ,a o t .10 U) 0 La `o0 - > > a 0 s 0w � r' U p. I d O N N1 ct a f--, tJ o) 0- W W .--1 t;".. Q O '� U Ja II , II O — N cn �} V e i .a �- i o Z , 6 d Or 0 O O 0 O 0 O 4.0 4) ,Q Q -o V O N eh M N1 A CF N v ,NV. �� a ri -. x In 17 LO o N :� a) z o c I z bp NNN a • 00 M N ;MS LT+J g da al , C s o O a Q. ul a O o. 0 0 0 0 ON 0 co = _ c COC1 IA 7 a) y N a o a 0 o rn 0N o E 41 N vti t- N N co N G U 13 y " = a I 1 E $ .� a b IA 41 ..1 ° C 6r Z s . n 3 rn A o 0 0 a 0 0 ,> E I f.l p. l0 a 9 0 u c oIll y ,,, m a ci re, N a o 0 i 0 0 0 -. ' P o r_ o N .• ,, u .o E— -. d c o u E a O rC_1: ✓ w '- _ 0 al u E..( W S ,e- 9 u X �o e0 11 E y N C L v) O O V V ! �0 Q O Vl Y1 •D 00• Ci V 0 _, 0 0 N {I� v1 LO r I 4° �' 0 •v o g •>• .0 y fJ g g G�. E o4 p 2 �n A c 8 c (0 p N N 00 0 a $ c Q v❑ 0. on N ^ .j 0 N U •� .0 ed u G O y u O 4... G ✓N 'p C ✓ oo ,� c a .9 u "S a C m v N O N o o o' cr. > CLIE a o 0 0 - 0 0 „ o nd U u 73 u y E .L. O Q O M OO oD td ,d 7 �'' I. 19 �O a �? 0 0 a) X N u 0 ..0 gU 2 ►: •a >. . >. T T >. a) 2 = 0 v, u y am,, OD 0 m ca ea I 3 . i0 ` 7 8 u U U U U U U 3 • Q s 0. n Q D E K 'in .o p 7 oiii .c .cc. a u aj u M P. >� Q d •- V o u £ N CO to g c U ' .V 'O 'Z-. t .V , d U U O a 0. Q ON O >. N en Tr v1 .o f l u . 0 (/) ( II II II o ^ ,lQv o U il -?.- c) Z ��N ,-.0•-.0.-.•`. 1 d a o 0 0 0 0 0 0 0 U'lal as - a� Tr U `� o an °.., �'i v v u N M CZ d - a. a) G N 0_, C it 0 u Z z O. 00 J co - N N N o1 N 4. L ea,{i . 0 ,0 ..4v a a —, d C O Ca ¢ IX 0 Io a o 0 0 a. 0 0 0 N o 0 5 m " c 43 0) 0) H o 0 0 0 0 0 m NN � O N v 00 \0 o0 7 U Co y I I vi o as o eo _ d c O 2 u y L al to ~ M O O ,1 y (A , �o o d3 ,42 C 7 .2 H ^ Q Q y 4. L S t yv u O }"q A = N v 5 b -9 n L" o 0 0 0 0 "',, o .moo roq 8 `n 0. (vsLI d 3 O c N ' �+ _ O a e 0000 0 0 0 0 0 o u1hI u w E w S u a 8 �.- a uj C — O ,^ qq G u 4) G CD '_^ 0 O O CO M co Q v 0 7 p a r .0 .0 v, v-, v1 " � O u i g .Y II v co C _-0 p v E u u A O 04 � Cos70 U 0 en N N O 01 — O [7 'co u0 y a 0 Q d d N _, N N � N .L p 0 '44 D CU �O >- .0 c0 trl i eo `� u d en ee ro oao v a „, .9 3 au °' C O M M r'1 4/1 G .'9 "� C of t r — N N O O O -„ '^ O O o O 9 O O -a y '. Y 0 -cc ir, u E . O a N co N 'C q�q '0C `a ¢ O O d lL ¢ Q c s 3 Iz c Q O II II II c H O �.- rn r I 9 �4 is p of 2 2 8 � O v V' Co _3 a v 0 `� A a d Co a— a a a H a 3 aa> i o U U U U V U Q U a' C �° o a L .a 4 a o in �� in c/n B v a> °'a ° 1 M a A ao o 3 S •9 0 0 v, •0 y i n�o c �. u 4 8 p it 01 ueaU a Q 0— T -- N en � v- 10 I- d F C� d o til l�r] J d o !/1 J II II II c N rn 7 v�i U ?- r u Z 6 a O O cc O O 4 u co m U u O N cC N �i e4.1 jj N `. V CV ca z C) . O Z Xc u D _ ° C z— .D .0 VD R. L,NGO d u O a, au a N. C4 c ' a �`` L° N O O e° Oho o O a o O O OO O dO A m V y s a) Eli N Cl) O O O O O u >n u Q U a c0 0 d _ CA p g - No d 4is QL. In U) ° °) 0 > y U) ~ sp N p e�j i.. Oy O V a) ea a. = 9 uCZ 1--d E la r ^ L 01 RI O O CD O O U � o-a & o G LLJ E tt7 cu r- I •C / 4.4 N = � OOOO — ad 13 O � • 4, CO d in V d p 16 'L G,-' "G y p C O I U O D\ 00 00 00 p 3 O8 ( I U w Q. N VI v', V 2. O 0u O i y QK y.. U U E > ,0 U U c0 (13 "Flac o o ° U Q CI p O N N N N d u o p •0 ti c c° .o r� Cl) u u - `� = G a o m on • 0aou 3 ,3, a. g 3 a, 13 c m v N o - oN o 0 •a - > xi . -4) t 3 S � a E Civ s 2 . 73 .ao o ,., w u N L E N 0�a , a a O a) w d . .§ 3 .� -� u �' C 0 Q 11 II II y O 08 Id '_' v p ., al Ce - ` s 4.) aoi . y o L H a0 d y 3 "a U U u �' 1.7 ++ u cA 2 7 y V, 5 pD C a c� t� 0 0 t� 3 0. fl fl "' a a C.. (� (lJ (/) C/) 3v �Q A .O y y Qr 0 7 '✓ , U OU y 'p 61 U U) G7 0U o C a� n, E � osj c0 u � 0 J N en O ` C..)vi ` r C Q 0 0 0 O O 0 u N r GI co U I o Ln v M t/ (r _ E �. COH � 1) N A a`a ,0 v, c a 00 M + i�C z .0 N 1. rn c z aai Z 0.0 r 00N M N cii G Q Lk -D 4 G1 ^� y C 0 �O I:+ a O � ' (00 co Q o o d o r 00 COC u CI im, E N vO. o r in 0 C 0 0 0 0 2\ E U '° u 0 a.) 6. O M a_ = U O ) o C ry N " 0 L o I- Q w . > d v L C c- M rea ag -a 9- o o a M o o u o EO o, N .., G 3 �j = 00 Ta Ca 4,) ri) 0 -0 N O O 0 O - cri X a) CO a �r� CO J j a o p o 0 0 t> o , N g •- ..r afj C I c) a > O 3 0 ) u O M d w. - o '� W O 3 u P w t3 c G C O O ram. N v a c o 0 u u y a 2O M CC) 0 •O s A)t V' V1 v6 61) �.O-. 1z0 R. 0 2 �` 0 0 Q aa 00 0 00 v, o o '° 0 ._ c a� w = C 'y -a a) ao3 — v - .5 c 00 M V) 9 3 •5 ai C Ce ^ 1/4O -- N M CI O O 7 > 03 E z o Q o 0 0 .� a� '; :: 0 a d " u E1.G O O — M no E ip .o y O a 4. G Q ---+ N a N y ij V0 N I tl a) incn o >, c .- min N d ce 9 c0 ca "' .. a' •4 O O r a . ea -y y o o ff c d a� c �, 3 u a, F. o VI h �a a a ti C' id cC es .no is is 2 0 - m O U (._)) U (, C al Z U a p p n"s Q Q 0 ^. .01 'L ) - a x y o�i c a� M D �" �,C� V) (n V) p -0 s -0 'n y Qr al lA o > > o x un V •� U ' • U 8 U ° ,u 0 Q O N envl v f- u) C..) a"i 0- LL) LL) r� ccJ Q p 0 J d If II II o ^ M - vi '- C..) APPENDIX E MAXIMUM MUD PRESSURES TWE Project No.23.23.064 Report No.141355 11 111 O N M W 1 Il . Y e� b O C Z Z a. m G O .1 O. 0 _ N o. M g OL K a .Z 1 y 1 . 3� 44 k hs i 4 b ' 4Nv1 a _ , a c] 4e < < < < < < < < < < < < 0 o e I. D C /W X7az .09 000000000000 ., >.2 04 5 Q be - > Z- L r 3 o b Q a W ,a _� a c ' Y' 8 8 8 8 8 8 3 8 888888288 8 E o u. r m _ V A C -0C N I o Y0. . a a a 0 a 0 0 0 0 0 0 0 2 Y W <8 o.L G a 0 8 $ § § § ? S 8 8 2 2 ^ '3e a G .au+ .o -- - a s '� x 6 ... ., >. ., �. .. �. q r >. a e III E ° ro 3 U i e °b u 3 11 _ c 1d� 2! 0 1"' a F., 6ai ,'�i 0 ..0 `b C c B _ i E ... _ x = s n Y elo u ^ • i c `0 3 a a C ca 1 r. a •O m O N a .p . N N N -A E N C: L 8 0 < a U z - e. ., 7] /\_ ;/# _ , . , " , , , , , � # 2a \\ • \ ) $ \ ) • t {/ §E — , . , - , . , , , 1, �� @2 . 1V /' .-8 \ { k § { kk § k ƒ \ k isa 2� tat aa < < a « § I < )� aaaa a . o. . 1' / 2i / / 33 $ \ f ) » /z ƒ� ° Z } \ )�° ; m = nRRgq ; = = a ) 2` ) ' U ® Oz a. . \ 0 k± so f �� ) £ f # @aa % aaa # 2 \ « ■ a k ^ ; ; , . oi k f ` ! £ ■ a § \ \ § § » ! 9 ■ / F '. , a - I ] - k7 ri 2 s n £ , } f / / Uf \ f / / a ! / \ \ t § E j ■ \ £ a ; • 2 � £ �� A = k � Et2 \ � . { ._ / ± k S. 2 ; i % % ; ® & . � to § @ • 12 . / VI { / „ ", � , P . # �l oza / $ 4a @ Z - N - ITEM 98-ABANDONMENT OR REMOVAL OF OLD STRUCTURES 98.01 -DESCRIPTION This item shall provide for the removal of and disposal of old structures, as noted on the plans, and shall include all excavation and backfilling necessary to complete the remova I. 98.02-METHOD OF REMOVAL A. Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Those pipes which are deemed unsatisfactory for re-use by the Engineer may be removed in any manner the Contractor may select. Those pipes which are to be crushed in place shall be thoroughly crushed and may not be used as fill material within the eighteen (181 inches of the finished grade. Those pipes which are to be abandoned in place shall be sealed at both ends with concrete unless otherwise approved by the Engineer. B. Concrete or Brick Structures. Concrete or brick structures (or portions of structures) shall be removed by chipping and/or sledging the structure into sizes not larger than one cubic foot. C. Steel Structures. Steel structures (or steel portions of structures) shall be dismantled in sections as determined by the Engineer. The sections shall be of such weight and dimensions as will permit convenient handling, hauling, and storing. All necessary severing of connections between members, or between members and supports, shall be done in a manner which will not injure the members for reuse. Flame-cutting of members will be permitted only with the written permission of the Engineer. D. Timber Structures. Timber structures or timber portions of structures shall be removed in such manner as to avoid damage to the timber. All bolts and nails shall be removed from lumber deemed salvageable by the Engineer. Unless otherwise specified on the plans, timber piles shall be either pulled or cut off at a point not less than two (2) feet below ground line, with the choice between these two methods resting with the Contractor. 98.03-UNDERGROUND PORTIONS OF STRUCTURES Portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place. These structures shall be removed at least two feet(2')below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. When a sewer, lift station, or other structure is to be constructed on the site of a structure to be removed, removal shall extend at least two feet below and outside the proposed structure. If the old structure is located under a proposed road excavation, removal shall extend at least two feet below the proposed undercut. The excavation shall be backfilled according to the requirements of the new structure or roadway. 98.04 -BACKFILL All excavation made in connection with this item and all openings below the natural ground line caused by the removal of old structures or portions thereof shall be backfilled to the level of the permanent ground line, unless otherwise provided on the plans. That portion of the backfill which will support any portion of the roadbed or embankment shall be placed in layers of the same depth as those required by embankment. Material in each layer shall be wetted uniformly if required and shall be compacted to the density required in the adjoining embankment. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required 98- 1of2 SPI SCHAUMBURG r POLK, • ITEM 98-ABANDONMENT OR REMOVAL OF OLD STRUCTURES compaction. Backfill which will support any portion of a structure or an underground pipe shall be placed In layers and compacted to the same density as the surrounding undisturbed soil. Special backfill material may be required by the specifications for the structure. That portion of the backfill which will not support any portion of the roadbed or embankment shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amounts of settlement. 98.05- SALVAGE Any materials which are designated in the plans for salvage by the Owner, and which the Engineer deems as salvage for reuse, shall be carefully placed in neat piles. These piles shall be located on or near the construction site at convenient loading points which will not interfere with traffic or construction. All such materials shall be handled, transported, and stacked so as to avoid damage, All materials not designated or acceptable for salvage shall become the property of the Contractor. The Contractor shall remove these materials from the construction site as soon as practical. 98.06-PAYMENT No separate payment will be made for this item. Moira. 98 - 2of2 SCHAUMBURG; POLK, •- ITEM 100 - STRUCTURAL EXCAVATION, FOUNDATIONS, & BACKFILL 100.01 - DESCRIPTION This item shall govern the removal of all earth, rock, water, and other materials, regardless of their nature of the manner in which they are removed,to the extent required for the construction of such facilities as shown on the plans.This item shall include preparing the subgrade and/or sub-base for the foundation of the facilities and drilling of footings to lines and grades established by the plans. This Item does not provide for excavation and/or trenching and backfilling necessary for the installation of pipe culverts, sewers, and/or any other pipe installation that may be required; or the removal of old structures. 100.02- EXCAVATION AND FOUNDATIONS A. General. Excavations shall be of such dimensions as to permit the construction of the work in the manner,shape,and size shown on the plans.Excavation shall extend a sufficient distance from the walls to allow for placing and removal of forms, installation of piping, installation of excavation safety system, and inspection. The sides of the excavation shall be laid back or stepped when warranted by the soil conditions encountered, or when required by the Contractor's excavation safety system. The Contractor shall furnish any necessary temporary supports for piping and structures within the excavation, at no extra compensation. Final trimming and bottom excavation shall be done just prior to placing of steel and concrete to insure a firm footing base. If such bases become softened,the Contractor shall excavate to firm material by facing and concreting to replace the softened material at no extra compensation. When caissons are used for excavation, no excavation shall be made outside the outer face of the caisson. Any excavation five(5)feet or deeper shall conform to Item 2010, the Trench Safety System Specification, as contained in these specifications. Any payment shall be included in and be subsidiary to the corresponding safety bid item. B. Changes in Footing Depths.When it is necessary to increase or decrease footing depths for a structure, the Contractor shall modify the structural details as directed by the Engineer. C. Seal Slabs. The Contractor shall provide a two-inch seal slab under all proposed structural slabs located below grade. The seal slab shall cover the entire area of the excavation on which the structure will rest, as shown on the plans. The Contractor shall excavate to the depth required for the seal slab, performing final excavation to grade just before placement of the seal slab. D. Material Storage. Excavated materials that will be used for backfill shall be stored at points convenient for rehandling,or as directed by the Engineer. Storage piles shall be located so as not to interfere with traffic,drainage,plant operation,other construction work, or surveying which is necessary for construction. E. Protection of Excavations. Excavations shall be protected from rainfall and surface water. If bearing values of supporting soils are affected by excessive moisture or drying,the Contractor shall excavate deeper and/or wider at no cost to the Owner. The Contractor shall pump or bail from the foundation enclosure if necessary to prevent water from moving through or alongside concrete being placed. No pumping or bailing shall be done during concrete placement,or within 24 hours thereafter,unless it is done from a suitable sump separated from concrete work by a watertight wall. 2 IFIr! 100 - 1 of 2 I SCHAUMBURG& POLK, :... ITEM 100 - STRUCTURAL EXCAVATION, FOUNDATIONS, & BACKFILL Pumping or bailing for dewatering sealed cofferdams shalt not be started until the seal has set for at least 36 hours. F. Groundwater Control. When requested by Contractor and approved by Engineer, install well points to maintain hydrostatic ground water levels to 3 feet below the bottom of excavations. Install a 2-inch piezometer into the zone of soil being dewatered to observe effectiveness of dewatering. Piezometer to include 2" diameter standpipe with screwed lid, tip consisting of a minimum of 4 feet of well screen and a surrounding zone of filter sand and a seal consisting of cement grout or bentonite slurry placed between the standpipe and well screen to isolate the zone. 100.03 - STRUCTURAL BACKFILLING The backfill material may be composed of excavated clay soils or an imported clay. Clay backfill shall be compacted to a minimum of 95 percent of the maximum density as defined by the standard moisture-density relationship(ASTM D-698). Use select clay fill,plasticity index of 10 to 20,in areas where excavation extends under or to within 5 feet of slab on grade. Compact select fill to a minimum of 95 percent of the maximum density and 0 to+2% of optimum moisture as defined by the standard moisture - density relationship (ASTM D-698). All backfilling shall be deposited in layers of not more than six(6) inches thick. No backfill may be placed against a concrete wall until the concrete has cured at least seven (7) days and the forms have been removed. Before placing backfill against walls of a partially completed structure, the Contractor shall determine from the Engineer whether the design features of the wall will permit such backfilling operations. The Contractor shall exercise care to prevent wedging action of backfill against structures, including stepping or serrating adjacent slopes if necessary. Unless otherwise authorized by the Engineer, all backfilling shall be performed in the presence of the Engineer or his authorized representative. 100.04 - MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for work of which this is a component part. mizarr;‘ 100 - 2of2 SCHAUMBURG E. POLK,:> ITEM 104 - FINE GRADING AND SEEDING _ 104.01 - DESCRIPTION This item shall provide for furnishing sod and planting seed of the kind that exist along and across the areas disturbed during installation of the proposed work. These areas shall be seeded and/or have sod placed to establish pre-construction conditions.This item also includes preparation of the ground (including fine grading) and all required fertilizer,sod, or seeding. The Contractor shall broadcast seed (of like kind) or place sod (of like kind) as directed by the Owner/Engineer. 104.02 - FINISH GRADING Finish grading shall include all filling and the moving of all earth necessary to bring the disturbed area to its original condition or better.Grading shall be such as to assure positive drainage away from structures and to promote uniformity with existing drainage patterns. Grading shall be done with selected materials as directed by the Engineer and the top soil of the finished graded area shall be good selected earth suitable for promoting the growth of vegetation. Prior to final completion of the work,the Contractor shall refill and dress any areas which may have settled or washed away. 104.03 - SEEDING MATERIALS All seed used must meet the requirements of the Texas Seed Law including the labeling requirements for showing purity, germination, name, and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within 9 months of the time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall be equal to or exceed the quality of the existing vegetation prior to construction. 104.04 - SOD All sod used must meet or exceed the quality of the existing sod prior to construction. 104.05- CONSTRUCTION METHODS A. General. After the designated areas have been completed to the lines, and grades required under the project, seeding or sodding shall be performed as hereinafter described. All areas to be seeded shall be cultivated to a depth of at least 4 inches. The seed-bed shall be cultivated sufficiently to reduce the soil to a state of good tilth.The seed-bed shall be deemed in a state of good tilth when the soil particles on the surface are small enough and tie closely enough together to prevent the seed from being covered too deep for optimum germination. Cultivation of seed-bed will not be required in loose sand where depth of sand is four inches or more. All areas to be sodded shall be cultivated to a depth of at least 4 inches. The sod-bed shall be cultivated sufficiently to reduce the soil to a state of good tilth in order to stimulate root growth. B. Watering. Water shall be used to moisten the seed-bed or sod-bed as required to promote growth. C. Finishing. The ground surface that existed prior to construction shall be maintained throughout the process of cultivation,and any necessary shaping shall be done prior to any planting of seed or placing sod. 104 1 of 2 iv SCHAUMBIJRG P. POLK,m,: 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. 4r 104 - 2of2 • SCHAUMBURG F POLK,IN::; ITEM 106 - ACCESS /CONSTRUCTION/ UTILITY ROADS_____ 106.01 - SCOPE This item shall govern existing access roads and plant utility roads designated as construction roads within and contingent to the construction area. Also included are new or upgraded roads to serve as permanent plant roads. 106.02 - STRIPPING OR EXCAVATION All topsoil shall be stripped from areas to be used as a construction, utility or access road where indicated on drawings. Excavation where required shall conform to limits indicated on the drawings. Excavation shall not be made below grade except where removal of unstable material is encountered and/or as directed by the Engineer. Material removed below grade shall be replaced with approved select material thoroughly compacted or as otherwise directed by the Engineer. 106.03- ROUGH & FINE GRADING Rough subgrade shall be cleaned of all loose or foreign material and reshaped if rutted. Approved material shall be added to meet required grade as shown on drawings. Rough subgrades,including slopes and ditches, shall be formed and maintained to provide proper drainage. Shaping and compacting shall be done with blade graders and roller as covered in Item 103. Fine grading shall be smooth and even and shall not vary more than 1/2"in 10 feet from true profile and cross section as indicated on drawings. 106.04 -MATERIAL The material shall be crushed or uncrushed as necessary to meet the requirements hereinafter specified, and shall consist of durable coarse aggregate particles mixed with approved binding materials. A. Gravel shall consist of durable particles mixed with approved binding material,and shall be free from thin or elongated pieces, lumps of clay,soil, loam or vegetable matter. Material containing gravel or conglomerate over two(2) inches in their largest dimensions shall be broken up and uniformly mixed with the remainder of the material. B. Crushed Stone shall be composed of crushed or broken stone, and shall consist of durable particles of stone mixed with approved binding material. The material shall be screened,or partially screened or otherwise manipulated,in order that all soil, clay and other objectionable material will be removed before crushing. C. Iron Ore shall consist of hematite, hydrated hematite, or limonite ore.occurring with or without sand,as found at or near the surface,which,when loaded from the material pit,shall not contain an excess of free clay. The material shall be approved by the Engineer. Material containing gravel or hard pieces of ore exceeding 2-1/2"In their largest dimension shall be broken up and uniformly mixed with the remainder of the material. D. Binder. Material passing the No.40 sieve, of either gravel or crushed stone,shall be known as "soil binder"and shall meet the requirements as listed in Item (e) below. E. Grading of Material. Minimum compressive strength,psi:35 at 0 psi lateral pressure and 175 at 15 psi lateral pressure. 106 - 1of2 SPI SCHAUMBURG F. POLK, ITEM 106 - ACCESS / CONSTRUCTION/ UTILITY ROADS Retained on Sq. Sieve Percent Gravel: 1-3/4" 0-10 No. 4 30-75 No. 40 70-85 Max L.L. 35 Max P.I. 12 Stone: 1-3/4" 0-10 No. 4 45-75 No. 40 60-85 Max L.L. 40 Max P.I. 12 Iron Ore: 2-1/2" 0 No. 40 50-85 Max L.L. 35 Max P.I. 12 The material source shall be approved by the Engineer. 106.05 -COMPACTION Road base material shall be placed in a minimum of two layers and totaling not less than 6"thick or as indicated on the plans when thoroughly compacted and shaped to grade and cross section. The material shall be treated and worked so as to be damp but not wet. Compaction must be such that no creeping or weaving appears ahead of the roller. 106.06 - MAINTENANCE Finished work shall be drained and maintained in accordance with the plans until final acceptance. Roads shall be dampened when required or as directed by the Engineer to control dust. If Contractor so desires,at no extra cost to the Owner, he may elect to use a road oil for dust control. Any material to be used must have prior approval of the Engineer. Any damage which occurs to existing roads, during construction shall be fully repaired prior to acceptance of the project. The existing access road and all existing site roads (excluding those roads scheduled for abandonment)shall be maintained during construction in a condition at least equal to their existing condition. These roads shall be restored at least to their existing condition prior to acceptance of the project. 106.07 - RESTORATION Upon completion of all work and prior to final acceptance, all construction, access or utility roads designated as temporary roads or installed for the explicit use of the Contractor,will be restored as follows: The road bed and slopes shall be plowed or scarified to a depth of not less than 4 inches. The surface of the ground shall be bladed or otherwise restored to approximately its original contours. Contractor shall refill or dress any areas as the areas are to be seeded as directed in Technical Specification Item 104, "Fine Grading and Seeding." 106.08-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. 106 2of2 SCHAUMBURG 6 POLK,."". ITEM 110 - EXISTING UTILITIES 110.01 - DESCRIPTION In general, the Contractor shall be responsible for locating and protecting all utility lines during the construction and for support and maintenance in position of all ducts and conduits, except for those specifically shown to be relocated or removed by others. Contractor shall be responsible for any damage to existing utilities and shall promptly repair same, or make arrangements for such repair with the Owner of the utility involved. 110.02 -CONSTRUCTION METHOD In all cases the Contractor shall co-ordinate his work with the Owners of the various utilities and shall notify their proper representative not less than forty-eight (48) hours in advance of any work which might damage, interfere with or require adjustments to utilities along or adjacent to the work. All utility adjustment other than those shown on the plans to be done by the Contractor, shall be the responsibility of the Owners of the utilities and if in the opinion of the Engineer adjustment is required, the Contractor will be responsible for notifying the respective owner. 110.03- PAYMENT Payment for this item will be subsidiary to other items. 3FI SCHAUMBURG POIK.i; 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. 130 - 1of3 r SCHAUMBURG POLK,. 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 wilt 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 fitter 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 D-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 120°F. 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. The 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 SCHAUMBURG c, 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 90Q 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. 130 - 3of3 SCHAUMBURG POU<,it ITEM 200 -STRUCTURAL CONCRETE 200.01 - DESCRIPTION This item governs materials, proportioning and mixing, testing, placing, finishing and curing of all plain and reinforced cast-in-place concrete, fibermesh reinforced concrete and prestressed concrete. The concrete shall be composed of Portland or other hydraulic cement,fine and coarse aggregate, fibermesh, and water,with or without admixtures,conforming to the design and test requirements of this specification. This item excludes lightweight aggregate concrete. 200.02-QUALITY ASSURANCE 1. Materials and work shall conform to the requirements of all standards, codes and recommended practices required in this section, In conflicts between standards, required standards and this specification, or this specification and the local building code, the more stringent requirement shall govern. 2. Contractor shall provide at least one person, when requested by the Engineer,who shall be present at all times during execution of this portion of the work and who shall be thoroughly trained and experienced in placing the type of concrete specified and who shall direct all work performed under this section. 200.03- MATERIALS Ready mix concrete conforming to ASTM C-94 or site-mixed concrete(dry weight 145-150 pounds per cubic foot.) 1. All cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Only one brand shall be used for exposed concrete. a. Portland Cement shall conform to ASTM C-150. b. Blended Hydraulic Cement shall conform to ASTM C-595, excluding Type S and Type SA. c. Expansive Hydraulic Cement, Type E-1 shall conform to ASTM C-845-76T. 200 - 1of11 461 EIMEJ Fr I . SCHAUMBURG POLK, ITEM 200- STRUCTURAL CONCRETE CLASSIFICATION TABLE Min, Comp. Max.Water Min. Cement Strength(psi) Content(1.8) Per C,Y. Class - Type lbs. of Gallons Slump Range Total Air yp of (in.) * Content(%) 7-day 28-day W'ber/ Water/ Lbs. Bags Cement Bae Cement 1 A- Structural 2,000 3,000 0.55 6.25 494 5.25 2-1/2 to 4-1/2 2-1/2 to 4- 1 1/2 Asp-Structural tut 2,000 3,000 0.50 5.65 423 4.50 7 to 10t1t 3 to 5 B - Slope Protection 1,200 2,000 0.75 8.50 400 4.25 2-1/2 to 4 2-1/2 C - Pipe Blocking _ --- 1,500 0.97 11.00 282 3.00 3 to 5 3 to 6 D - Seal Slab --- --- --- --- 376 4.00 6 to 8 as needed E-Monolithic Sewer 2,000 3,000 0.55 6.25 564 6.00 4 to 6 3 to 5 F - Prestressedt't --- 5,000 0.51 5.75 635 6.75 2 to 3 as needed G - Prestressed(5) --- 6,000 0.49 5.50 658 7.00 2 to 3 as needed K- Structural") 2,800 4,000 0.45 5.65 564 6.00 3-1/2 to 5 2-1/2 to 4- 1/2 Ksp- Structural tat 2,800 4,000 0.45 5.00 517 5.50 7 to 10t4► 3 to 5 P- Paving 3,500 4,400 0.45 5.00 564 6.00 3 to 5 2-1/2 to 4- 650(r) 1/2 ' All Slump Ranges+1/2 inch Tolerance. (I) Include in maximum water,free water in aggregate minus absorption of aggregate based on a 30-minute absorption period. (2) For concrete placed under water,minimum cement per cubic yard shall be 611 pounds(6.5 bags). (3) A. and Ks,,to contain approved High Range Water Reducing(FQkWR)Admixture. (4) Maximum 2-inch slump before additional HRWP.Admixture. (5) For pre-stressed concrete,water reducing admixture may be used as needed. (6) Use approved water-reducing and retarding admixnires. i'tl Minimum flexural strength at 28 days. SPI ,_ , , 200 -2of 11 SCHAUMBURG S PCLK, ITEM 200 - STRUCTURAL CONCRETE 2. Water used in mixing concrete shall be clean and free from injurious amounts of oils, acids, alkalis,salts, organic materials,or other substances that may be deleterious to concrete or reinforcement. 3. Aggregate shall conform to ASTM C-33. Nominal maximum size of coarse aggregate shall not be larger than: (1) 1/5 the narrowest dimension between sides of forms, nor (2) 1/3 the depth of slabs, nor (3) 3/4 the minimum clear spacing between individual or bundles or reinforcing bars. 4. Fibermesh Reinforcement. As directed by Engineer,shall be 100 percent virgin polypropyline, fibrillated fibers containing no reprocessed olefin materials and specifically manufactured for use as concrete secondary reinforcement. Volume per cubic yard shall equal a minimum of 0.1% (1.5 pounds). 5. Admixtures(requiring prior approval of the Engineer)to be used in concrete shall be produced and serviced by established, reputable manufacturers and used in compliance with manufacturer's recommendations. a. Air-entraining Admixture shall conform to ASTM C-260,and when requested,certification attesting to compliance shall be furnished by the manufacturer. b. Water-reducing, Set Controlling Admixture shall conform to ASTM C-494 and when requested, a qualified concrete technician employed by the manufacturer shall be available to advise and assist in the use, proportioning and adjustment of concrete mix. c. Fly-ash or Other Pozzolans used as admixtures shall conform to ASTM C-618. 200.04-CONCRETE PROPORTIONING The Contractor shall be responsible for the design of concrete mixtures. Concrete shall be proportioned and produced to provide an average compressive strength as provided for herein.(re= specified compressive strength of concrete). 1. Proportioning of concrete for the required fc shall be based on 28-day compressive test performed on laboratory trial batches by an independent testing laboratory meeting the requirements of ASTM E-329 and approved by the Engineer, and/or on the basis of field experience, both as set forth in ACI 318-Latest Edition and this specification. The average compressive strength used as a basis for selecting the proportions shall exceed the specified F'c as required by ACI 318. 2. Proportions of materials for concrete shall conform to minimum cement content and maximum water content for various classes as shown on Classification Table. 3. Where different materials are to be used for different portions of the work, each combination shall be evaluated separately. 4. Concrete proportions, including water-cement ratio, shall be established on the basis of field experience, or laboratory trial batches,with materials to be employed, as r-•uired herein. 200 - 3of 11 spi SCHAUMBURG e' POt�C, ITEM 200 -STRUCTURAL CONCRETE 5. 1.5 lbs of fiber mesh per cubic yard of concrete,where noted for use on plans, shall be added to the mixer before placement. Fibermesh is required in all sidewalks. 6. Average Strength Reduction After sufficient test data become available from the job, methods of"Recommended Practice for Evaluation of Compression Test Results of Concrete(ACI 214-65)"may be used to reduce the amount by which the average strength must exceed f. (1) Probable frequency of strength tests more than 500 psi below fcwill not exceed 1 in 100; (2) Probable frequency of an average of three consecutive strength tests below fc will not exceed 1 in 100, and; (3) Concrete Classification Requirements Table are met. 8. Evaluation and Acceptance of Concrete a. Frequency of Testing. Samples for strength tests of each class of concrete placed each day shall be taken not less than once a day, nor less than once for each 150 cubic yard of concrete, nor less than once for each 5000 sq. ft. of surface area for slabs or walls. On a given project, if total volume of concrete is such that frequency of testing required would provide less than five strength tests for a given class of concrete,tests shall be made from at least five randomly selected batches or from each batch if fewer than five batches are used. When total quantity of a given class of concrete is less than 50 cubic yards,strength tests may be waived by the Engineer if in his judgment adequate evidence of satisfactory strength is provided. Average strength of two cylinders from the same sample, tested at 28 days or the specified earlier age, is required for each strength test. b. Tests of Cured Specimens. Samples for strength tests shall be taken in accordance with "Method of Sampling Fresh Concrete" (ASTM C-172). Cylinders for strength tests shall be molded and laboratory-cured in accordance with "Method of Making and Curing Concrete Test Specimens in the Field"(ASTM C-31)and tested in accordance with "Method of Test for Compressive Strength of Cylindrical Concrete Specimens" (ASTM C-39). Strength level of an individual class of concrete shall be considered satisfactory if both of the following requirements are met: (1) The average of all sets of three consecutive strength tests equal or exceed required fc. (2) No individual strength test(average of two cylinders)falls below required fc by more than 500 psi. War200 -4of 11 SCHAUMBURG;: POLK.. ITEM 200- STRUCTURAL CONCRETE c. Investigation of Low-Strenath Test Results. If any strength test of cured cylinders falls below required f, by more than 500 psi or if test indicate deficiencies in protection and curing, steps shall be taken to assure that load-carrying capacity of the structure is not jeopardized. If the likelihood of low-strength concrete is confirmed and computations indicate that load-carrying capacity may have been significantly reduced, tests of cores drilled from the area in question may be required in accordance with "Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete"(ASTM C-42).In such case,three cores shall be taken for each strength test more than 500 psi below required fc. If concrete in the structure will be dry under service conditions, cores shall be air dried (temperature 600 to 800 F, relative humidity less than sixty(60%) percent)for seven (7) days before test and shall be tested dry. If concrete in the structure will be more than superficially wet under service conditions, cores shall be immersed in water for at least 48 hours and be tested wet. Concrete in an area represented by core tests shall be considered structurally adequate if the average of three cores is equal to at least eighty-five (85%)percent of 1'c and If no single core is less than seventy-five (75%) percent of f,. To check testing accuracy, locations represented by erratic core strengths may be retested. If criteria above are not met, and if structural adequacy remains in doubt,the Engineer may order load tests for the questionable portion of the structure, or take other action appropriate to the circumstances. 200.05-MIXING AND PLACING CONCRETE 1. Preparation Preparation before concrete placement shall include the following: (1) All equipment for mixing and transporting concrete shall be clean. (2) All debris shall be removed from spaces to be occupied by concrete. (3) Forms shall be properly coated. (4) Masonry filler units that will be in contact with concrete shall be well drenched. (5) Reinforcement shall be thoroughly clean of all deleterious coatings. (6) Water shall be removed from place of deposit before concrete in placed unless a tremie is to be used or unless otherwise permitted by the Engineer. (7) All laitance and other unsound material shall be removed before additional concrete is placed against hardened concrete. 200 5 of 11 EiIDI _ SCHAUMBURG POLK, ITEM 200 -STRUCTURAL CONCRETE 2. Mixing All concrete shall be mixed until there is a uniform distribution of materials and shall be discharged completely before mixer is recharged. Ready-mixed concrete shall be mixed and delivered in accordance with requirements set forth in "Specification for Ready-Mixed Concrete"(ASTM C-94). Job-mixed concrete shall be mixed in accordance with the following: (1) Mixing shall be done in a batch mixer of approved type. (2) Mixer shall be rotated at a speed recommended by the manufacturer. (3) Mixing shall be continued for at least 1-1/2 minutes after all materials are in the drum, unless a shorter time is shown to be satisfactory by the mixing uniformity tests of "Specification for Ready-Mixed Concrete"(ASTM C-94). 3. Conveying Concrete shall be conveyed from mixer to place of final deposit by methods that will prevent separation or loss of materials. Conveying equipment shall be capable of providing a supply of concrete at site of placement without separation of ingredients and without interruptions sufficient to permit loss of plasticity between successive increments. 4. De DOS itinq Concrete shall be deposited as nearly as practicable in its final position to avoid segregation due to rehandling or flowing. Concreting shall be carried on at such a rate that concrete is at all times plastic and flows readily into spaces between reinforcement. Concrete that has partially hardened or been contaminated by foreign materials shall not be deposited in the structure. Retempered concrete or concrete that has been remixed after initial set shall not be used unless approved by the Engineer. After concreting is started, it shall be carried on as a continuous operation until placing of a panel or section,as defined by its boundaries or predetermined joints,is completed except as permitted or prohibited by Item 200.07.4. Top surface of vertically formed lifts shall be generally level. When construction joints are required,joints shall be made in accordance with item 200.07.4. 200 -6of 11 MUT SCHAUMBURG POLK, ITEM 200 -STRUCTURAL CONCRETE All concrete shall be thoroughly consolidated by suitable means during placement and shall be thoroughly worked around reinforcement and embedded fixtures and into corners of forms. 200.06 CURING 1. Concrete (other than high-early-strength) shall be maintained above 50° F and in a moist condition for at least the first seven (7)days after placement,except when cured in accordance with 200.06.3. 2. High-early strength concrete shall be maintained above 50° F and in a moist condition for at least the first three (3) days, except when cured in accordance with 200.06.3. 3. Accelerated Curing a. Curing by high pressure steam, steam at atmospheric pressure, heat and moisture, or other accepted process,may be employed to accelerate strength gain and reduce time of curing, with prior approval of the Engineer. b. Accelerated curing shall provide a compressive strength of the concrete at the load stage considered at least equal to required design strength at that load stage. c. Curing process shall be such as to produce concrete with a curability at least equivalent to the curing method of 200.06.1 or 200.06.2. d. Supplementary strength tests may be required to assure that curing is satisfactory. The Engineer may require strength tests of cylinders cured under field conditions to check adequacy of curing and protection of concrete in the structure. 4. Cold Weather Reouirements a. Adequate equipment shall be provided for heating concrete materials and protecting concrete during freezing or near-freezing weather. b. All concrete materials and all reinforcement,forms fillers,and ground with which concrete is to come in contact shall be free form frost. c. Frozen materials or materials containing ice shall not be used. 5. Hot Weather Requirements During hot weather, proper attention shall be given to ingredients, production methods, handling, placing,protection,and curing to prevent excessive concrete temperatures or water evaporation that may impair required strength or serviceability of the member or structure. 200.07- FORMWORK AND CONSTRUCTION JOINTS 1. Design-Contractor shall be solely responsible for the form design for the anticipated work. a. Forms shall result in a final structure that conforms to shapes, lines, and dimensions of the members as required by the design drawings and specifications. b. Forms shall be substantial and sufficient) '•ht to •revent leakage • • •• 1 200 - 7 of 1 , SPI SCHAUMBLFG s. POLK, ITEM 200-STRUCTURAL CONCRETE c. Forms shall be properly braced or tied together to maintain position and shape. d. Forms and their supports shall be designed so as not to damage previously placed structure. e. Design of formwork shall include consideration of the following factors: (1) Rate and method of placing concrete; (2) Construction loads, including vertical, horizontal, and impact loads; (3) Special form requirements for construction of shells, folded plates, domes, architectural concrete, or similar types of elements. f. Forms for prestressed concrete members shall be designed and constructed to permit movement of the member without damage during application of prestressing force. 2. Removal of Forms a. No construction loads shall be supported on, nor any shoring removed from any part of the structure under construction except when that portion of the structure(in combination with remaining fomming and shoring system) has sufficient strength to support safely its weight and loads placed thereon. Sufficient strength may be demonstrated by field-cured test cylinders and by a structural analysis considering proposed loads in relation to field-cured cylinder strengths and strength of the forming and shoring system. Such analysis and strength test data shall be furnished by the Contractor to the Engineer when so required. b. No construction loads exceeding combination of superimposed dead load plus specified live load shall be supported on any unshored portion of the structure under construction, unless analysis indicates adequate strength to support such additional loads. c. Forms shall be removed in such manner as not to impair safety and serviceability of the structure. All concrete to be exposed by form removal shall have sufficient strength not to be damaged thereby. d. Form supports for prestressed concrete members may be removed when sufficient prestressing has been applied to enable prestressed members to carry their dead load and anticipated construction loads. e. Forms will remain in place a minimum of 72 hours for all conditions except in the following case: Concrete subject to high bending stress and wholly(or almost wholly)reliant on forms for vertical support. Examples: Roof or floor slabs and beams; undersides of sloping surfaces (flatter than 1:1); walkways and platforms; bridge decks and girders. Forms will remain in place a minimum of 4-1/2 days in those areas where no immediate superimposed loading will occur and a minimum of 10 days at all of - Mindi SCHAUMBURG POIX, ITEM 200 - STRUCTURAL CONCRETE f. The early removal of forms (except as noted above) to facilitate the normal progress of work will be permitted only be approval of the Engineer, and in no case less than 24 hours. 3. Conduits and Pipes Embedded in Concrete a. Conduits,pipes and sleeves of any material not harmful to concrete may be embedded in concrete with approval of the Engineer, provided they are not considered to replace structurally the displaced concrete. b. Except when plans for conduits and pipes are approved by the Structural Engineer, conduits and pipes embedded within a slab, wall, or beam (other than those merely passing through) shall satisfy the following: (1) They shall not be larger in outside dimension than 1/3 the overall thickness of slab, wall, or beam in which they are embedded. (2) They shall not be spaced closer than 3 diameters or widths on center. (3) They shall not Impair significantly the strength of the construction. (4) Concrete cover for pipes and fittings shall not be less than one and one-half(1-1/2") inches for concrete exposed to earth or weather, nor three-fourths(3/4")inches for concrete not exposed to weather or in contact with ground. 1 4. Construction Joints a. Where a construction joint is to be made, the surface of concrete shall be thoroughly cleaned and all laitance and standing water removed. b. Vertical construction joints shall be thoroughly wetted and coated with neat cement grout immediately before new concrete placement. c. Construction joints not indicated on the design drawings shall be so made and located as not to impair significantly the strength of the structure. d. Construction joints in floors shall be located near the middle of spans of slabs,beams,or girders, unless a beam intersects a girder at the middle location, in which case joints in the girders shall be offset a distance equal to twice the width of the beam. Provision shall be made for transfer of shear and other forces through construction joints. e. Beams,girders,or slabs supported by columns or walls shall not be cast or erected until concrete in the vertical support members is no longer plastic. f. Beams, girders, column capitals, and haunches shall be considered as part of a slab system and shall be placed monolithically therewith. g. Structures containing liquids shall have all exterior walls and bottom slab joints constructed with water stops and/or seals. When prevention of co t•u i• • •i•.• 200 -9 of 11 S pi SCHAUMBURG v. POLK, ITEM 200 -STRUCTURAL CONCRETE control of leakage is necessary at exterior or interior wall/slab,water stops and/or seals shall be provided at joints. h. Horizontal joints in walls less than twelve feet high are not to be located for contraction or expansion, but for construction only. Such horizontal wall joints shall be minimal and as approved by the Engineer only. Triangular fillet seals should be made on liquid-face when leakage control is necessary. i. Vertical joints in walls shall be located at points of no shear. Joints shall be constructed with water-stops and fillet seals where control of leakage is required. j. Where slabs are cast in two separate lifts, joints are to be staggered. All joints shall be located at positions of no shear. k. Longitudinal keys at least one and one-half(1-1/2")inches deep shall be provided in all joints in walls and between walls and slabs or footings. I. When joints are not indicated on plans, Contractor shall supply shop drawings clearly indicating all joints in any part of the structures, sequence of pours and time lapse for control of shrinking,for approval by the Engineer. No intermediate joints will be allowed other than those on the approved shop drawings without the express approval of the Engineer. 200.08- PATCHING AND SURFACE FINISH After forms are removed,the Contractor shall remove all concrete fins, projections and form ties. All surfaces which will remain exposed will be inspected by the Engineer and all voids,stone pockets, tie holes, honeycombed and defective areas shall be patched as directed. The patching mortar shall be sand-cement grout with sufficient white Portland Cement added to effect a match with the concrete surfaces. Areas to be patched shall be clean,free of loose material and dampened before applying grout. The patched areas shall be rubbed before the grout is set hard to blend into adjacent areas. Rub-Finish exposed vertical and battered surfaces from 6-inches below ground surface or from 6- inches below normal water level to top, except for small plinths and similar structures which extend less than 12 inches above finished grade. 200.09 -DEFECTIVE WORK The following defects shall be cause for rejection of placed concrete: 1. Voids, rock pockets,honeycombing, and spelled areas which, in the opinion of the Engineer, cannot be satisfactorily repaired,will affect the strength of the structure materially,or will limit the life of the reinforcement. 2. Uneven or bulged surfaces resulting from shifting of the forms during placement or curing. 3. Concrete found structurally inadequate after thorough investigation according to Item 200.04.8, Subsections a through c. 200- 10 of 11 MMaPM SCHAUMBURG E POLK • ITEM 200 -STRUCTURAL CONCRETE Upon discovery of any of these defects,the Engineer may declare the structure defective and require the Contractor to remove and replace the portion of the structure affected, at the Contractor's expense. RAPII IZ Fr ' SCHAUMBURG C POLK. - ITEM 201 -REINFORCEMENT STEEL 201.01 - GENERAL This item shall govern deformed reinforcement; plain reinforcement; prestressing tendons; and reinforcement consisting of structural steel, steel pipe, or steel tubing as specified herein. Reinforcement to be welded is indicated on the drawings. Reinforcement of the specified ASTM steel, except for ASTM A-706, shall require a report of material properties conforming to "Reinforcing Steel Welding Code" (AWS D12.1) of the American Welding Society. 201.02-MATERIALS 1. Deformed Reinforcement a. Deformed reinforcing bars shall conform to one of the following specifications, except as provided in Section 1.b below. (1) "Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement" (ASTM A-615), Grade 60. (2) "Specification for Rail-Steel Deformed and Plain Bars for Concrete Reinforcement" (ASTM A-616), Grade 60. (3) "Specification for Axle-Steel Deformed and Plain Bars for Concrete Reinforcement" (ASTM A-617), Grade 60. (4) "Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement" (ASTM A-706). b, Deformed reinforcing bars shall conform to the following exceptions to the ASTM specifications listed in Section 1.a. above. (1) For ASTM A-615, and A-617, yield strength shall correspond to that determined by tests on full size bars. (2) For ASTM A-615, A-616, and A-617, bend test requirements for all bar sizes #3 through #11 shall be based upon 180 deg. bends of full-size bars around pins with diameters specified in Table 1. If #14 or #18 bars meeting these specifications are to be bent, full-size bar specimens shall be bend tested 90 deg. at a minimum temperature of 60° F around a 9db pin without cracking of the bar. However, if#14 and #18 bars as used in the structure are required to have bends exceeding 90 deg., specimens shall be bend tested 180 deg. with other criteria the same as for 90 deg. TABLE 1 BEND TEST REQUIREMENTS Bar Designation Pin Diameter for Bend Test #3, #4, and#5 3-1/2db #6, #7, and#8 5db #9, #10, and#11 7db 201 -1of5 MST SCHAUMBURG POLK, ITEM 201 - REINFORCEMENT STEEL #9, #10, and#11 5db (of Grade 40) c. Bar and rod mats for concrete reinforcement shall conform to "Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement" (ASTM A-184). d. Deformed wire for concrete reinforcement shall conform to "Specification for Deformed Steel Wire for Concrete Reinforcement" (ASTM A-496). e. Welded deformed wire fabric for concrete reinforcement shall conform to "Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement" (ASTM A-497). 2. Plain Reinforcement a. Plain bars for spiral reinforcement shall conform to the specification listed in Section 1.a. (1), (2), or(3) including additional requirements of Section 1.b. b. Smooth wire for spiral reinforcement shall conform to "Specification for Cold-Drawn Steel Wire for Concrete Reinforcement"ASTM A-82). c. Welded smooth wire fabric for concrete reinforcement shall conform to "Specification for Welded Steel Wire Fabric for Concrete Reinforcement" (ASTM A-185), 3. Prestressing Tendons a. Wire, strands, and bars for tendons in prestressed concrete shall conform to one of the following specifications: (1) "Specification for Uncoated Stress-Relieved Wire for Prestressed Concrete" (ASTM A-421). (2) "Specification for Uncoated Seven-Wire Stress-Relieved Strand for Prestressed Concrete" (ASTM A-416). (3) "Specification for Uncoated High-Strength Steel Bar for Prestressing Concrete" (ASTM A-722). b. Wire, strands, and bars not specifically listed in ASTM A-421, A-416, or A-722 may be used provided they conform to minimum requirements of these specifications and do not have properties that make them less satisfactory than those listed in ASTM A-421, A-416, or A-722. 4. Structural Steel, Steel Pipe,or Tubing a. Structural steel shall conform to one of the following specifications: (1) "Specification for Structural Steel"(ASTM A-36). (2) "Specification for High-Strength Low-Alloy Structural Steel" (ASTM A-242). (3) "Specification for High-Strength Low-Alloy Structural Manganese Vanadium Steel" (ASTM A-441). (4) "Specification for High-Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality" (ASTM A-572), Grade 60. (5) "Specification for High-Strength Low-Alloy Structural Steel with 50,000 psi 4 Minimum Yield Point to 4 in. Thick" (ASTM A-588). rj201 -2 of 5 • SCHAUMBURG r• POLK,,• ITEM 201 - REINFORCEMENT STEEL b. Steel pipe or tubing shall conform to one of the following specifications: (1) Grade B of "Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless" (ASTM A-53). (2) "Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes" (ASTM A-500), Grade B. (3) "Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing" (ASTM A-501). 201.03-SIZES AND WEIGHTS The nominal sizes and areas, and the theoretical weights of deformed bars shall not be less than the current standard of the Concrete Reinforcing Steel Institute. 201.04-BENDING Reinforcement bars shall be bent cold to the shapes indicated on the plans. All bending of hard grade new billet and rail steel bars shall be done in the shop; other grades shall preferably be bent in the shop. Bends shall be made around pins; the diameter of pins shall be not less than four (4) times the minimum thickness of the bar. Heating for bending shall be employed only when authorized specifically. 201.05-STORAGE Reinforcement shall be stored above the ground surface upon skids, platforms, or other supports, and shall be protected from mechanical injury and from deterioration by exposure to the weather. When placed In the work, the reinforcement shall be free from dirt, loose rust, scale, paint, oil, or other foreign material. 201.06-SPLICES No splices of bars, except when shown on the plans, will be permitted except upon the written approval of the Engineer. Splices which are permitted shall have a length of not less than that required by the ACI Code, and shall be well distributed or else located at points of low tensile stress. The spacing between bars shall meet the recommendation of the ACI Code for anchorage bond and placing concrete. Where welded splices may be required, they shall conform to AWS D 12.1 "Recommended Practices for Welding Reinforcing Steel, Metal Inserts and Connections in Reinforced Concrete Construction." Welded splices shall develop in tension at least 125% percent of the specified yield strength of the reinforcing bar. Splices shall transfer the entire computed stress from bar to bar without exceeding three-fourths of the permissible bond. Welded wire fabric shall be lapped not less than two mesh, i.e., the length of the lap shall be at least equal to the spacing of wires parallel to the lap. Bars shall be rigidly clamped or wired at all splices in a manner approved by the Engineer. 201.07- REJECTION Reinforcement may be rejected for failure to meet any of the requirements of this specification on account of any of the following: 1. Reinforcement exceeding the allowable variations in size or weight. 2. Reinforcement with bends not in conformity with the details. ?_01 -3of5 SCHAUMBURG r, POU<.,.. ITEM 201 - REINFORCEMENT STEEL 3. Reinforcement with a coating of dirt, loose rust, scale, paint, oil, or other foreign substance at time of placing in the work. 4. Twisted bars. 201.08-DETAILING 1. The bars shall be supplied in lengths which will allow them to be conveniently placed in the work and provide sufficient lap at joints. Dowels of proper length, size, and shape shall be provided for tying walls, beams, floors, and the like together where shown, specified, or ordered. 2. Steel reinforcement shall be of the type and size, cut to lengths, and bent to shape as indicated on the plans. Where dimensions of hooks are not shown, the diameter of the hook shall equal six (6) times the bar diameter for bar sizes #3 through #8 and 8 times for #9, #10 and #11, with a straight length of bar at the end of the hook equal to four (4) times the bar diameter, or 2-1/2"minimum, whichever is greater. 201.09-PLACING REINFORCEMENT Reinforcement, before being placed, shall be thoroughly cleaned of mill and rust scale and of coatings that will destroy or reduce the bond with the concrete. When there is a delay in concreting operations and the reinforcement has been in place in excess of two (2) days, it shall be reinspected and, when necessary, cleaned. Metal reinforcement shall be accurately positioned and dimensioned in accordance with the plans and specifications. The bars and mesh shall be tightly secured against displacement by using annealed wire of not less than No. 16 gauge and suitable clips at intersections. The reinforcement shall be supported in a manner that will keep all metal away from the interior surfaces of forms, or the surface against which the concrete is placed, in accordance with the "clear" dimensions as shown on the plans or as specified single layer reinforcement in slabs shall be placed at mid-depth unless otherwise dimensioned in plans. Nails shall not be driven into the outside forms to support reinforcement, nor shall any other device for this purpose come in contact with outside form, except that wood strips shall be inserted between the reinforcement and the forms at intervals to maintain the required clear distances between the reinforcement and the outside surfaces of the concrete. These wood strips shall be pulled up and removed as the level of the concrete rises in the forms. In the case of slabs and beams, metal chairs, spacers, and other metal accessories necessary to provide the required clear distances and proper alignment and spacing between bars shall be used subject to the approval of the Engineer. Precast concrete blocks wired to the reinforcing bars will not be permitted as supports or spacers. 201.10-CONCRETE PROTECTION FOR REINFORCEMENT Steel reinforcement shall be placed and held in position so that the concrete cover as measured from the surface of the bar, shall be the following, except as otherwise shown, specified, or directed: Slabs: 3/4 inch, in general, top and bottom; 1-1/2 inches at surfaces troweled as floor finish,walkway, or driveway; 1-1/2 inches at bottom for slabs over water; 201 -4of5 mej , SCHAUMBURG POLK, ITEM 201 - REINFORCEMENT STEEL Footings: 3-1/2 inches at top of footings; 3 inches at bottom, sides, and end of footings; Walls: 2 inches on surfaces against earth; 1 inch on interior surfaces; 1-1/2 inches on interior surfaces contacting water; 3 inches at top surface; Beams and Girders: 1-1/2 inch minimum for stirrup steel, top and bottom; 2 inch minimum to main longitudinal steel; Columns: 2 inches, in general to main vertical reinforcement. War SCHAUMBURG 6. FOLK, ITEM 311 - FIBERGLASS GRATE 311.01 - DESCRIPTION Furnish, fabricate, and install fiberglass grating, complete in place, at locations shown on plans. 311.02-MANUFACTURER Saf-T-Span as manufactured by Fibergrate or equal. 311.02 - SUBMITTALS Submit the following in accordance with the Contract Documents. A. Product data for materials used, including table showing uniform load and deflection for varying spans. B. Complete shop drawings showing sizes,fabrication,anchorage, metal gauges,reinforcement, finishes, and other pertinent data. C. After fabrication and finishing and prior to shipment, manufacturer to show field layout of grating and accessories to assure proper fit, alignment, and bundling in sequence of erection. 311.03- PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver grating and accessories to jobsite with sufficient protection, bracing, etc. to ensure arrival in acceptable and undamaged condition. B. Store in original bundles on level supports and protect to prevent damage. 311.04-MATERIALS A. Pultruded bar type grating constructed of vinyl ester resin system with a tested flame spread of 25 or less. B. Coarse grit surface securely bonded to walking surface. C. Provide saddle-type clips of stainless steel, supplied by grating manufacturer. 311.05- INSTALLATION A. Install grating as indicated on plans, in accordance with manufacturer's recommendations. 8. Install stainless steel clips at manufacturer's recommended spacing. Field-drill holes for bolts in accordance with these recommendations. 311.06-MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for work of which this is a component part. ti',tS13f`d31d5,Das1$PEC,Sample SpPcS`.2018 Spey MD 4W± 311 -1of1 SCHAUMBURG Ic. POLK,r a: ITEM 400 - UNDERGROUND PIPING CONSTRUCTION 400.01 --DESCRIPTION This item shall govern the construction of water mains, sanitary sewers, and under drains, complete in place. This item provides for all clearing and grubbing, excavation, tunneling, sheeting, bracing, embedment, connecting to new or old work, laying, jointing, excluding water, backfilling, tamping, and removal and replacement of street surfaces; and the furnishing of all materials, equipment, tools, labor, and incidentals for complete line construction. Point repairs to existing water or sewer lines are excluded from work under this item, except insofar as the items providing for point repairs may refer to this item. 400.02-MATERIALS As specified elsewhere in the Technical Specifications. 400.03-SEQUENCE OF WORK All gravity sewer lines shall be laid beginning at the downstream connection to existing facilities. When construction involves a main trunk having lateral or tributary lines, the latter shall not be started until the main trunk has been built to the point of their junction unless otherwise approved by the Engineer. Ali appurtenances shall be constructed as soon as the pipeline they serve is constructed to their location, rather than constructing them in advance or postponing construction. However, if construction reaches a point requiring installation of an appurtenance for which the materials are not immediately available, upon approval of the Engineer, the Contractor shall provide sufficient space for installation at a later time. The open ends of pipe shall be properly sealed and backfilled. The Contractor shall excavate the trench to finish grade fifty (50') feet to one hundred (100') feet ahead of the end of the completed pipeline. No excavation shall be performed farther than three hundred (300') feet beyond the completed pipeline, except for isolated excavations which may be required to locate existing utilities. These limitations shall not apply to tunnel installations. Each tunnel required by the plans and specifications shall be excavated, lined, and back packed for its entire length before laying pipe through the tunnel. For any tunnels constructed at the Contractor's option, the work sequence shall be as approved by the Engineer. 400.04-PUBLIC CONVIENIENCE AND SAFETY Materials stored about the work shall be so placed, and the work shall at all times be so conducted as to cause no greater obstruction to the traveling public than is considered necessary by the Engineer. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials or plant used in the construction of the work shall be placed so as not to endanger the work, or prevent free access to all fire hydrants; water and gas valves; manholes for telephone, telegraph, signal, or electric conduits; sanitary or storm sewers; and fire alarm or police call boxes In the vicinity. The Contractor shall make provisions by bridges or otherwise at all cross streets, highways, sidewalks, and private driveways for the free passage of pedestrians and vehicles. Where bridging is impractical or unnecessary In the opinion of the Engineer, the Contractor may make 400- 1 of 12 SCHAUMBURG POU(, fr ITEM 400-UNDERGROUND PIPING CONSTRUCTION arrangements satisfactory to the Engineer for the diversion of traffic and shall, at his own expense, provide all material and perform all work necessary for the construction and maintenance of roadways and bridges for the diversion of traffic. At no time shall more than two (2) blocks be closed to traffic. Where practical, the Contractor shall leave at least two (2) access routes open to any residential or commercial area. If pipe line construction or construction traffic creates a need for dust control, as along dirt streets, the Contractor shall at his own expense perform all necessary sprinkling as directed by the Engineer. The Owner reserves the right to remedy any neglect on the part of the Contractor regarding public convenience and safety which may come to its attention, after twenty-four (24) hours notice in writing to the Contractor. In cases or emergency, the Owner shall have the right to remedy any neglect without notice. In either case, the cost of such work done by the Owner shall be deducted from monies due or to become due the Contractor. The Contractor shall notify the Engineer and the local street or road department forty-eight (48) hours in advance (excluding Saturdays, Sundays, and holidays) of the closing or obstruction of any street. Where the Contractor is required to construct temporary bridges or make other arrangements for crossings over ditches or streams, his responsibility for accidents shall include the roadway approaches as well as the structures of such crossings. 400.05-BARRACADES, LIGHTS,AND WATCHMEN Where the work is being performed in or adjacent to any street, alley, or public place, the Contractor shall, at his own cost and expense, furnish and erect such barricades, fences, lights, and danger signals; shall provide such watchmen; and shall take such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall be recently painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain adequate lights at each barricade. A sufficient number of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in sufficient numbers to protect the work at all times from vandalism or related instances. The Contractor shall be held responsible for all damage to the work due to failure of barricades, signs, lights, and watchmen to protect it. Whenever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen, shall not cease until the project has been accepted by the Owner. 400.06-SHOP AND WORKING DRAWINGS The Contractor shall not enter upon private property for any purpose without previously obtaining permission from the property owner. The Contractor shall notify the proper representative of any public utility, corporation, company, or individual not less than forty-eight (48) hours in advance of any work which might damage or interfere with the operation of their facilities along or adjacent to the work. The Contractor shall be responsible for the preservation of all public and private property along or adjacent to the work, including trees, shrubbery, plants, lawns, fences, culverts, bridges, Mrar400-2 of 12 SCHAUMBURG« POUC, ITEM 400-UNDERGROUND PIPING CONSTRUCTION pavement, driveways, sidewalks, etc.; drainage facilities; and all underground or above ground utilities. Any pavement or sidewalks which must be removed shall be replaced according to Sections 400.16 and 400.17. The Contractor shall be responsible for all direct or Indirect damage to property of any character resulting from any act, omission, or negligence in execution of the work; from non-execution of the work; or from defective work or materials. When any such damage occurs, the Contractor shall restore the affected property to a condition at least equal to its condition prior to the damage, or shall fully compensate the property owner. Such restoration shall be at the Contractor's expense, except for any items specifically designated in the plans and specifications. The Owner may, upon forty-eight(48) hours written notice (or without notice when a nuisance or hazardous condition occurs), proceed to restore any property damage which the Engineer deems necessary. The cost of such restoration will be deducted from any monies due or to become due the Contractor under this contract. If the Contractor discovers that existing utilities present obstructions to construction of lines or appurtenances, he shall immediately notify the Engineer. The Engineer will determine without delay whether existing improvements should be relocated, or whether the grade and/or alignment of the line should be changed. When necessary to move services, poles, guy wires, pipelines, or other obstructions, the Contractor will make necessary arrangements with the owner-operator of utilities. The Owner will not be liable for damages on account of delays due to changes made by owner-operator of privately owned utilities which hinder progress of work. The Owner will not be liable for cost incurred in relocating utility service poles, services, and appurtenances (unless specifically designated for payment). 400.07-CLEARING AND GRUBBING All trees, stumps, brush, roots, logs, rubbish, and other objectionable material in the path of the storm sewer, water line or sewer line shall be removed and disposed of In a manner satisfactory to the Engineer,without any extra compensation to the Contractor. 400.08-TEMPORARY SEWER AND DRAIN CONNECTIONS When existing sewers or drains have to be taken up or removed, the Contractor shall take care of all sewage or drainage from these facilities. For this purpose the Contractor shall provide and maintain, at his own expense. all necessary temporary connections, outlets, diversions, and pumping facilities, The Contractor shall dispose of all drainage and sewage from these facilities until the permanent connections are built and put into use, unless otherwise provided for in these specifications or as directed by the Engineer. All water or sewage shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. 400.09-TRENCH EXCAVATION A. General. 400 -3of12 ripj r: SCHAUMBURG r, POLK, ITEM 400-UNDERGROUND PIPING CONSTRUCTION The Contractor shall excavate the trench to finish grade at least fifty (50') feet ahead of pipe laying unless physical conditions make this impractical. Bell holes shall be excavated in advance of pipe laying. If a trenching machine (not a backhoe) is used to excavate the trench for a water line, with Engineers approval, selected loose, fine excavated material may be used in lieu of sand embedment around the pipe. B. Sewers. The ground shall be excavated by the open trench method to the required depth, line, and grade as indicated on the drawings. Excavated material shall not be removed from the site of work until backfilling is completed, except by permission of the Engineer. The sides of the trench shall be vertical to a point not less than twelve (12") inches above the top of the sewer pipe. The sides of the trench shall be between six (6") and eight (8") inches outside the pipe for pipe sizes ten (10") inches or less; and between eight (8") inches and twelve (12") inches outside the pipe for sizes larger than ten (10") inches. The bottom of the trench shall be excavated a minimum of four (4") inches below required grade and refilled to grade with thoroughly compacted select material bedding. C, Water Mains. Trench requirements for water mains shall be the same as for sewer D. Other Trench Desiq_ns. If the specifications for the type of pipe being used contain special trench requirements, those requirements shall be followed in lieu of Subsection 2 or 3 above. E. Unstable Soils. If unstable material is encountered at the bottom of the trench, the Contractor shall undercut and stabilize the trench with suitable materials such as shell or cement stabilized sand (one (1) sack cement per ton, or Class I embedment material in accordance with Item 500 and at the direction of the Engineer. F. Locating Intersecting Pipes Before laying a segment of line, the Contractor shall attempt to locate all utilities which might Interfere with the proposed alignment and grade. He shall locate and excavate in advance all water lines, sewer lines, service lines, and appurtenances to which the proposed line will be connected, so that the Engineer can make any necessary adjustments in alignment or grade. The owners of all utilities crossing or closely paralleling the proposed alignment shall be notified in advance of construction. G. Dewaterinq 400-4 of 12 311 SCHAUMBURG V. POLK, ITEM 400-UNDERGROUND PIPING CONSTRUCTION A. Under no circumstances shall surface water be allowed to flow in the trench. When ground water exists in the trench, the Contractor shall make attempts to drain it away from the pipe laying area or pump it out of the trench. Where necessary in the opinion of the Engineer, the Contractor shall dewater the trench by the well point method. The Contractor may also use well pointing at his option In other locations. If quicksand or water sand conditions appear in the trench bottom, the Contractor shall undercut the trench and replace it with Class I embedment as follows: Angular, 1/4 to 1-1/2 inch graded stone including crushed stone, crushed shells, slag, cinders, etc. B. Trench Dewaterinq. Trench dewatering is sufficient removal of groundwater to keep an excavation reasonably dry. This means dry enough to eliminate the need for any special bedding and insure safe installation of the carrier pipe. The groundwater table shall be kept a minimum of two feet (2') below the bottom of the excavation. a) Well Points. Where well points are used to dewater the trench the maximum allowable spacing shall be six feet (6') center to center. The minimum allowable depth of well points shall be equal to the depth of the excavation plus five feet (5'). Well points shall be set deeper if necessary to draw the groundwater down below the bottom of the excavation. Well points shall have metal well screens a minimum of two inches (2") in diameter and three feet (3') long. The well screens and riser shall be surrounded by filter sand up to the water table and the space above shall be sealed with clay. Two Inch (2") diameter piezometers shall be installed at 250 foot centers to establish the extent that dewatering Is necessary. At least one volume of water shall be ejected from the piezometer and then allowed to recharge prior to each groundwater measurement taken. b) Deep Wells. Deep wells may be used as a means of trench dewatering provided the following information Is submitted to the Engineer for his approval. 1) A certified well draw down curve prepared by a registered professional geotechnical engineer. Information to be submitted with the draw down curve shall include the type and classification of the soil to be dewatered, permeability of soil, and all information necessary for preparing curve. 2) Proposed well construction details including size of casing, type of pump, depth of well, filter material, screen details, and all other details necessary for well construction. 3) The rate of draw down of the groundwater table. Two inch (2") piezometers shall also be installed in the same manner as for well points to measure the groundwater table. The Engineer will use the draw down curve submitted above along with the groundwater table elevations to determine the maximum allowable spacing of the deep wells. 400-5of12 6111.14 rilik17 I SCHAUMBURG = POU<. ITEM 400-UNDERGROUND PIPING CONSTRUCTION 4) Other Methods. Other methods of trench dewatering may be used provided prior approval has been obtained from the Engineer. H. Dewaterina of Tunnels. All tunnels and access pits shall be kept free of groundwater and surface water at all times. Method to be used shall be as approved by Engineer. Any cost incurred for dewatering of tunnels and access pits shall be included in the cost of installing the tunnel liner with no extra compensation. I. Settlement. Prior to performing any dewatering, the Contractor shall take all necessary precautions to insure that the dewatering operation does not cause structures near the excavation to settle. 400.10-SHEETING AND BEDDING The Contractor shall provide all sheeting and bracing necessary for the protection of the work, employees, or any existing utilities or structures. No such sheeting shall be removed from below the spring line of the pipe after the pipe has been backfilled to this level. In the event the soil conditions are such that the Contractor should desire to leave such sheeting above the spring line in place, he shall secure the permission of the Engineer to do so. The cost of any necessary sheeting or bracing, whether left in place or removed, shall be included in the unit price of the pipe being laid. 400,11 -LAYING PIPE The Engineer will establish such general reference points and construction stakes as in his judgment will enable the Contractor to proceed with the work. The Contractor will be responsible for the layout of the work from these stakes and will protect and preserve the established reference points and construction stakes and will make no changes or relocations without prior written approval. He will report to the Engineer whenever any reference point or construction stake is lost or destroyed or requires relocation because of necessary changes in grades or locations. The Contractor will replace and accurately relocate all reference points and construction stakes so lost, destroyed, or moved. All pipe lines must be laid in a straight line, unless otherwise shown on the drawings, and with the flow line of the pipe accurately placed to the grade and alignment fixed by the Engineer. A joint shall be located within two (2) pipe diameters (thirty (30") inches maximum) outside the walls of each proposed manhole or junction box, both upstream and downstream. Joints shall also be placed near other rigid connections, or near the ends of pipe casings, when recommended by the manufacturer or by the appropriate ASTM specification. No variation from true and even grade, alignment, and invert will be permitted except to avoid existing underground main service lines of utilities, and then only upon the written permission of the Engineer, signed by him personally, should he find such deviation to be desirable and not detrimental to the pipe line. Wry400 6 of 12 SCHAUMBURG t POt K,m; ITEM 400 - UNDERGROUND PIPING CONSTRUCTION All pipes shall be laid with the spigot-end or tongue end downstream entering the bell or groove to full depth. Care shall be taken in placing pipe to prevent any earth being dragged into or left in the annular space for sealing of the joints. After the trench has been carefully graded and all bell holes excavated, the trench must receive the approval of the Inspector before any pipe Is placed therein. Each piece of pipe shall be examined for defects and cut to the correct lengths. The interior surface and the bell and spigot shall be thoroughly cleaned of all foreign material prior to placing same in the trench in an approved manner. The pipe, valves, fittings, etc., shall be adjusted so as to be at their proper locations and then each spigot properly fitted into position. Each length of pipe shall rest on the bottom of the trench throughout its entire length. Joints shall be as specified in the 500 series material technical specifications as provided herein. Instructions for jointing pipes with special couplings shall be in strict conformity with the Manufacturer's printed instructions. If a defective piece of pipe furnished and placed by the Contractor should collapse, the Contractor shall furnish at his expense all labor and materials required for removing and replacing the defective pipe and restoring the street or other surface to its condition prior to the failure of the pipe. All pressure piping shall have thrust blocks installed as designated on the drawings. 400.12-PLUGGING ENDS Before leaving the work for the night, or at any time, any openings in the pipeline shall be securely closed with a tight fitting plug. Cost of plugging pipe ends shall be included with the cost of installing the pipe. 400.13-PROTECTIVE COATING All metal, bolts, and nuts shall receive a protective coating with an asphaltic compound acceptable to the Engineer before backfilling. Surface preparation shall be in accordance with the coating manufacturer's recommendations. 400.14-TIME OF BACKFILLING Backfilling shall begin as soon as the joints have been completed and all protective coating applied. All open trenches shall be completely backfilled before the work day ends, unless otherwise directed by the Engineer. 400.15-BACKFILLING OF TRENCH A. Lower Portion of Trench (initial backfill). Care shall be taken to see that no dirt clods or trench sides are allowed to fall and/or rest against the pipe prior to completion of the sand encasement. 1. Sewer Lines. Six (6") inches of sand bedding shall be provided in the bottom of the trench (trench having been cut six (6") inches below grade), prior to laying the pipe and making up the joints. After the pipe has been placed, the backfill around and to a point twelve inches (12") above the top of the pipe shall be made in accordance with the installation specifications for the pipe material being installed as outlined in the 500 series material technical specifications provided herein. 400-7 of 12 SCHAUMBURG r. POLK. ITEM 400-UNDERGROUND PIPING CONSTRUCTION 2. Water Lines. Six (6") inches of sand bedding shall be provided in the bottom of the trench (trench having been cut six (6") inches below grade), prior to laying the pipe and making up the joints. After the pipe has been placed, the backfill around and to a point six inches (6") above the top of the pipe shall be made in accordance with the installation specifications for the pipe material being Installed as outlined in the 500 series material technical specifications provided herein. B. Upper Portion of Trench (final backfill). From the six (6") or twelve (12") inches above the top of the pipe upward, the type of backfill for various locations shall be as follows: 1. Concrete or Asphalt Pavement. The trench shall be filled to two (2") inches below the bottom of the existing flexible base (or concrete pavement) with a mixture of clean sand and 1-1/2 sacks of cement per cubic yard.This material shall be placed in layers not more than six (6") inches thick and thoroughly tamped by mechanical or hand tamping, as directed by the Engineer. The Contractor may use, with prior approval from the Engineer, select native material in lieu of the sand-cement mixture. The select native material must be compacted to 90% density as measured by the Standard Proctor Density Test. Cost of testing shall be borne by the Owner. No further backfill is required for concrete pavement. Flexible base shall be replaced to the bottom of the pavement with a compacted base material, consisting of crushed limestone, iron ore gravel, or a sand-shell mixture. This requirement shall apply to all trenches running underneath surfaced streets, whether crossing the pavement or running along the street. 2. Unsurfaced Streets. The trench shall be backfilled with selected loose, fine excavated material by means of water tamping or power tamping. The Engineer may require power tamping for heavily traveled streets. In using water tamping, the trench shall be filled to ten (10") inches below the surface with the loose fine material in even layers not exceeding eighteen (18") inches in thickness of loose material and immediately flooded to complete saturation and left undisturbed for three (3) days. The trench shall then be refilled and flooded again using poles to insure penetration of water to full depth of the trench. This flooding shall continue until there is no further settlement. Power tamping will be permitted only where the trench and backfill material are dry enough to permit satisfactory compaction. Backfill shall be placed in the trench in layers not exceeding twelve (12") inches in thickness. The top ten (10") inches of the trench shall be backfilled with shell or crushed limestone. On completion of the tamping, all of the excavated material shall be substantially replaced in the trench deducting the space occupied by the pipe, bedding, and shell or limestone. Compaction in all levels from six (6") inches or twelve (12") inches above the top of pipe to ten (10") inches below grade shall be not less than ninety (90%) percent of the maximum density value as determined by the "Standard Laboratory Method for Compaction and Density of Soil, AASHTO Designation T-99". 400-8 of 12 WEJFin SCHAUMBURG> POLK. ITEM 400-UNDERGROUND PIPING CONSTRUCTION The above procedure for unsurfaced streets shall apply in trenches running in and parallel to and running across the normally maintained portion of the road or street right-of-way. 3. Trench Within Richt-of-Way, but Outside Pavement. Trenches within the right-of-way of a surfaced street shall be backfilled according to the procedure for an unsurfaced street, except that the shell or crushed limestone in the top ten (10") inches of the trench shall be placed only in driveway crossings, roadway shoulders, and other areas where there will be light traffic. Where the shell is omitted the ground shall be restored to its original condition by the replacement of grass or any other improvement which existed before the construction or which are shown on the plans to be constructed. 4. Trenches Away from Streets. Whenever the trench is not in a street but in an easement or plant area, which is not traveled, the backfill procedure shall be the same as for an unsurfaced street, except that the top ten (10") inches of shell or crushed limestone shall be omitted. 400.16 - REMOVAL AND REPLACEMENT OF STREET OR DRIVEWAY SURFACES OR SIDEWALKS AND INSTALLATION OF NEW SIDEWALKS When any portion of a street, driveway, or parking lot surface must be removed for the installation of lines or appurtenances, the Contractor shall remove and replace the pavement as specified below. A. Concrete Pavement (with or without asphalt overlay). The pavement shall be removed to a distance not less than twelve inches (12") back from a firm bank of the trench excavation. The Contractor shall not use equipment to cut trenches in existing pavements which will strike a heavier blow than is usual with a hand pavement breaker operated from an air compressor. The edges of the cut shall be trimmed so as to leave a vertical face of sound, unfractured pavement. If concrete pavement without overlay is encountered, the top three(3") inches shall be saw cut. Replacement of concrete pavement shall be according to the details in the plans. Unless otherwise specified, concrete pavement shall be replaced to its original depth plus two inches. All replaced pavement shall be finished in a neat and workmanlike manner and protected and cured as its nature may require. Any asphalt overlay shall be replaced with asphaltic concrete so as to make a smooth joint with adjacent pavement. B. Flexible Base Asphalt Pavement. The pavement and flexible base shall be removed to a distance not less than twelve (12") inches back from a firm bank of the trench excavation. The edges of the cut shall be smooth and vertical. The base shall be replaced to Its original depth plus two (2") inches. The surface shall be replaced with asphaltic concrete so as to make a smooth joint with adjacent pavement. C. Curb and Gutter. If the Contractor removes any curb and gutter in order to install lines or appurtenances, he shall replace it at his own expense. The replacement curb and gutter shall be similar to that removed, and shall be at least equal in quality. 400-9 of 12 SCHAUMBURG POLK, ITEM 400- UNDERGROUND PIPING CONSTRUCTION D. Concrete Sidewalks. The Contractor shall replace at his own expense any concrete sidewalk removed or damaged during line construction. The replacement sidewalk shall be of the same width and thickness as that removed,and shall be at least equal in quality. New sidewalks shall be of the same width, thickness and quality as adjacent sections of replacement sidewalk. E. Time of Replacement. The Contractor may replace concrete or asphaltic pavement immediately after completion of trench backfilling, or he may wait until the line has passed an exfiltration test. If pavement replacement is not made within seventy-two (72) hours after backfilling, the Contractor shall restore and maintain the roadway at his own expense until the time of replacement. For this purpose he shall provide enough temporary base material and/or surfacing to bring the roadway up to grade. Curbs, gutters, and sidewalks shall be replaced without undue delay. 400.17-SPECIAL CROSSING A. Major Streets 1. General. Crossings of major streets shall be made by the open-cut method. The Contractor shall notify the street superintendent for the Owner at least two (2) days prior to beginning construction of crossings. The Contractor shall maintain all necessary barricades, signs, flares and flagmen for traffic protection, and shall restore the site to its original condition. 2. Construction MethQcls. The Contractor shall saw cut the existing asphalt surface full depth a minimum 12" outside the required trench width of the size pipe being installed prior to excavation. After installation of the proposed line, the contractor shall backfill the trench with cement stabilized sand containing 1 1/2 sacks of cement per cubic yard compacted in place. Replacement of asphalt shall be in accordance with Item 400.17. B. Stream Beds. Where shown on the plans or designated by the Engineer, the Contractor shall encase the line in quick-set concrete as specified in Item 200 (3000 psi, 2" max. aggregate size). The encasement shall extend a minimum of six (6") inches outside the pipe in all directions. The trench shall be dewatered if necessary, and the trench bottom shall be firm enough to prevent settlement of the concrete. C. Streams and Ditches. Water and sewer lines which cross streams or ditches above the flow line shall be constructed according to the plans, or as directed by the Engineer. D. Crossings (or Parallel Construction) of Water and Sewer Lines. All crossings or parallel construction of water and sewer lines shall conform to section 290.44 Water Distribution,of Chapter 290, Rules and Regulations for Public Water Systems as adopted by the Texas Water Commission, effective March 1, 1993. These requirements shall apply whether the water line, the sewer line, or both are new construction. E. Casino Section. Casings shall be steel pipe, coated on the outside with coal tar epoxy (20 mil minimum thickness). Minimum thickness shall be '/4' for I.D. less than 24", 5/16" for inam =Jr400 10 of 12 SCHAUMBURG z POLK. ITEM 400- UNDERGROUND PIPING CONSTRUCTION I.D. 24" and larger. The diameter (if not specified in plans and specifications) shall be sufficient to allow installation of the carrier pipe (including joints). Any joints in casing shall be welded. Casing may be installed by trenching except where boring is specified. Boring shall be in accordance with the latest Texas State Department of Highways Standard Specifications, unless otherwise specified. 400.18-EXCESS EXCAVATION Excess excavation shall be hauled to and placed on properties designated by the Owner. Once each week the Contractor shall spread the deposited excavation at the site as directed by the Owner. If no site is designated by the Owner, then it shall be the responsibility of the Contractor to dispose of this material in a safe and legal manner. 400.19-INFILTRATION AND/OR EXFILTRATION AND TESTING Infiltration and/or exfiltration in gravity sanitary sewer lines shall not exceed two hundred (200) gallons per inch of diameter per day per mile of pipe. Sewer lines shall be tested for exfiltration according to Item 450 of these specifications. Water lines shall be sterilized and tested in accordance with applicable specifications. 400.20-CLEAN-UP The Contractor shall remove from the work site all temporary structures, rubbish, and waste material including all excess excavated materials. The completed clean up shall not be greater than one thousand (1000') feet behind the pipe laying operation. Pipe laying operations will be suspended temporarily if completed clean up is further behind than one thousand(1000')feet. Clean-up requirements shall also apply to any public or private property used by the Contractor for constructing the project, such as temporary storage or field office sites. 400.21 - PAYMENT Pipe will be measured by the linear foot of pipe complete in place. Such measurement will be made between the ends of the pipe barrel along the center axis as installed. The cost of connecting bands or couplings, as in the case of asbestos cement pipe, shall be included in the unit price of pipe. Special fittings, such as tees, bends, etc., which have unit cost set up in the Bid Proposal shall be deducted from the total length of pipe. When pipe is to be paid for according to depth, the depth will be measured from natural ground to the invert of the pipe. Measurements will be taken at 200-foot intervals, or more often if the terrain requires it. Those materials, i.e. sand, 60/40 mix and cement stabilized material used In the bedding and backfill and which are required by Item 400, Item 500 or by the specifications of the pipe manufacturer will not be pay items. The cost of materials and installation will be included in the price bid per linear foot for pipe. 400 11 of 12 M F SCHAUMBURG r', POLK, ITEM 400-UNDERGROUND PIPING CONSTRUCTION All special embedment materials as described in 400.9.7 if ordered by the Engineer shall be paid for at the unit price bid per cubic yard based on quantities taken from truck tickets. Pipe construction will be paid for according to the applicable unit bid prices as follows: Water or sewerline (general) Linear foot of specified size, type and depth or other classification. Water or sewerline embedded in concrete Same as general, embedment will be separate pay item. Pipe laid in tunnels and casing Unit price for pipe per linear foot in tunnel or casing. The following items will be paid for at the appropriate unit price, where shown on the bid proposal. Otherwise no separate payment shall be made. Tunnel or casing installation Unit price bid per lineal foot for tunnel or casing. Dewatering of trenches by well point Unit price bid per linear foot of trench if Engineer gives prior approval. No separate payment for other dewatering methods. Replacement of sidewalks, driveway cuts Unit price bid per linear foot. and placement of new sidewalks Replacement of street surfacing Unit price bid per linear foot for type of street. Manholes and prefabricated bends Unit price bid per each. Bends will be included with pipe footage and will not be a separate pay item. No separate payment shall be made for the following work in connection with tunneling and casing. Access pits for tunnels, shoring of pits, furnishing and installing of liner or casing, backpacking, grouting, lighting, ventilation, and disposal of excavated material. Irj400 12 of 12 SCHAUMBURG POLK, ITEM 403 - CASING 403.01 - DESCRIPTION Furnish casing pipe and fittings of size(s) shown on Plans. 403.02- MATERIALS The casing pipe shall be of the type and strength as specified in these specifications, as follows: A. Steel Casing Pipe. Steel casing used for underground construction shall be new and unused steel pipe of the size and thickness as shown on the plans and in the specifications.The exterior of the casing pipe shall have a minimum of 20 mil. DFT of coal tar epoxy (3 coats) applied after surface preparation meeting SSPC-SP10-85 to a near-white condition,using an abrasive blast material. During boring and jacking operations,care shall be taken to protect the epoxy coating and to repair any damaged areas.The Contractor shall mechanical brush and repaint all welded joints or damaged areas during the boring operation using a quick cure coal tar epoxy paint and allow the newly painted areas to dry to touch prior to jacking the casing pipe into the excavation. The proposed carrier pipe with bell/spigot joints shall have spacers to center the pipe consisting of RACI casing spacers as manufactured by Public Works Marketing, Inc.or prior approved equivalent. Both ends of the casing shall be sealed water tight after inserting the carrier pipe, with rubber end sealed. B. Exposed Steel Casing Pipe. Steel casing used for creek crossing construction shall be new and unused steel pipe of the size and thickness shown on the plans and in the specifications. The exterior of the casing pipe surface preparation shall be SSPC-SP10 near-white blast cleaned and primed with Tnemec Series 66 Hi-Build Epoxoline consisting of a minimum dry film thickness of 4.0 mils, or an approved equal. Finish coat shall be Tnemec Series 69 Hi-Build Epoxoline II consisting of a minimum dry film thickness of 8.0 mils, or an approved equal. The color of the finish coat shall be "Tank White". The proposed carrier pipe with bell and spigot joints shall have spacers as described in section a. above. Both ends of the casing shall be sealed water tight after inserting the carrier pipe, with rubber end sealed. 403.03-SUBMIT-TALS . Before beginning construction or furnishing any materials, the Contractor shall submit three (3) copies of all shop drawings, bulletins, cuts, and design data necessary. 403.04- MEASUREMENTS AND PAYMENTS 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. The Contractor shall only be paid for the limits as shown on the plans. Any overrun, except as approved by the Owner shall be at the Contractor's expense. G'Pcn Arthu13618-SH365LS Force Main\Contract Documenis\Combined FMBLS Contract Dccs\Spec carans\403-Casing.doc 403- 1 of 1 War SCHAUMBURG & POLK `. ITEM 404A-BORING 404.01 - DESCRIPTION This specification shall govern for the construction of underground conduit by advancing underground excavations or with a boring machine and jacking carrier and casing pipes into the excavation. The work shall be accomplished in accordance with these specifications and the applicable recommendations of the latest edition of the National Utility Contractors Association's "Horizontal Earth Boring and Pipe Jacking Manual". All trenches and excavations required for Boring shall meet the requirements of Technical Specification Items 400, 500, and 2010, as they apply. 404.02 - BORING A. Materials. The carrier or casing pipe shall be of the type and strength as specified in these specifications, as follows: 1. Steel Casing Pipe.Steel casing used for underground construction shall be new and unused steel pipe of the size and thickness as shown on the plans and in the specifications. The exterior of the casing pipe shall have a minimum of 20 mil. DFT of coal tar epoxy(3 coats) applied after surface preparation meeting SSPC-SP10-85 to a near-white condition, using an abrasive blast material. During boring and jacking operations, care shall be taken to protect the epoxy coating and to repair any damaged areas. The Contractor shall mechanical brush and repaint all welded joints or damaged areas during the boring operation using a quick cure coal tar epoxy paint and allow the newly painted areas to dry to touch prior to jacking the casing pipe into the excavation. The proposed carrier pipe with bell/spigot joints shall have spacers to center the pipe consisting of RACI casing spacers as manufactured by Public Works Marketing, Inc.or prior approved equivalent. Both ends of the casing shall be sealed water tight after inserting the carrier pipe, with rubber end sealed. 2. Exposed Steel Casing Pipe.Steel casing used for creek crossing construction shall be new and unused steel pipe of the size and thickness shown on the plans and in the specifications. The exterior of the casing pipe surface preparation shall be SSPC-SP10 near-white blast cleaned and primed with Tnemec Series 66 Hi-Build Epoxoline consisting of a minimum dry film thickness of 4.0 mils, or an approved equal. Finish coat shall be Tnemec Series 69 Hi-Build Epoxoline II consisting of a minimum dry film thickness of 8.0 mils, or an approved equal. The color of the finish coat shall be "Tank White". The proposed carrier pipe with bell and spicket joints shall have spacers similar to section a. above. B. Construction Methods. Boring of casing pipe or carrier pipe shall meet or exceed the requirements, as follows: 1. General. Where carrier pipe or casing pipe is required to be installed by boring under railroads,highways,streets, pipelines or other facilities by these methods,construction shall be made in a manner that shall not interfere with the operation of the railroad, highway or other facility; and shall not weaken or damage any embankment or structure. During construction operations,barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained as directed by the Owner,until such time as the backfill has been completed, and then shall be removed from the site. The Contractor shall take proper precautions to avoid excavating beyond the limits of excavation needed to install the conduit. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the Contractor at his own expense. 2. Advancing the Excavation. Suitable pits shall be excavated for the purpose of conducting the excavation and placing the pipe. The excavation shall not be carried to a greater depth than is required for placing the equipment, guide, and jacking base. 404A- 1 of 3 SCHAUMBURG S. POLK,i . ITEM 404A- BORING At the other end of the pipe, an exit trench shall be excavated accurately to line and grade. All open trenches and pits shall be braced and shored or their walls sloped in accordance with the approved Trench Safety Plan as required by Technical Spec. Item 2010 and in such a manner as shall adequately prevent caving or sliding of the walls into the open trench or pit, and as required to ensure the workers safety. The hole shall be advanced with a mechanical boring device designed to produce a smooth, straight shaft and so operated that the completed shaft shall be at the established line and grade. The boring device shall enable line and grade corrections at the cutting face during the boring operation and shall be guided for line and grade with a laser beam or an approved water leveling device. The size of the bored hole shall be of such diameter to provide ample clearance for bells or other joints. a. For Dry Bores the opening shall be made in a manner and to such dimensions which shall permit immediate placement of the casing pipe by jacking to protect the excavation. The excavation diameter shall be such as to allow insertion of casing pipes by jacking without exceeding the jacking load capacity of the pipe. Overcuts to allow for passage of pipe bells and other overcuts greater than 1-inch shall be filled with portland cement grout placed under pressure. b. For Wet Bores the opening shall be made in a manner and to such dimensions which shall permit placement of the carrier pipe by jacking after the entire length of bore has been completed and residual excavated materials removed. The excavation diameter shall be such as to allow insertion of the carrier pipe by jacking without exceeding the jacking load capacity of the pipe. Overcuts to allow for passage of the pipe bells and overcuts greater than 1 inch (total)shall be filled with portland cement grout placed under pressure. During the process of wet boring, should the soil conditions become unstable and not conducive to this wet boring method, the Contractor shall discontinue his operations immediately and notify the Owner for remedial alternatives. The Contractor shall take the proper precautions to avoid excavating beyond the limits of excavation shown on the plans. All damages by excavating, to either surface or subsurface structures, shall be repaired or replaced by the Contractor at his own expense. Adequate provisions shall be made for safety and health of the workers, meeting the requirements of OSHA. 3. Inserting Pipe by Jacking. Casing pipes shall be placed in borings by jacking. Heavy duty jacks suitable for forcing the pipe through the excavation shall be provided. In operating jacks,even pressure shall be applied to all jacks used.A suitable jacking head not less than six (6) inches larger than the outside diameter of the pipe and suitable bracing between jacks and jacking head shall be provided, so that pressure shall be applied to the pipe uniformly around the ring of the pipe. The jacking head shall be of such weight and dimensions that it shall not bend or deflect when full pressure is applied at the jack. The jacking head shall be provided with an opening for the removal of excavated material as the jacking proceeds without inflicting damage to surfaces of the casing pipe. A suitable jacking frame or backstop shall be provided in the pit. The frame or backstop shall be constructed perpendicular to the specified line and grade of the conduit to insure proper alignment of the boring and jacking operations. The frame or backstop shall be constructed to transmit the thrust of all boring and jacking operations to undisturbed soil without distorting or damaging any portion of the work. The pipe to be jacked shall be set on guides which are parallel to the specified line and grade of the conduit and which are securely braced together in such manner as to support the section of the pipe and to direct it in the proper line and grade. All timber, steel, concrete, 404A 2 of 3 SPI SCHAUMBURG POLK,rx. ITEM 404A- BORING and other materials used in the jacking operation shall be of such quality and dimensions that they shall withstand all stresses to which they are subject in such a manner as to insure even pressures on the pipe during jacking operations.The whole jacking assembly shall be placed so as to line up with the direction and grade of the pipe. When jacking of pipe is once begun, the operation shall be carried on without interruption, insofar as practicable, to prevent the pipe from becoming set in the bore. Any pipe damaged in the boring and/or jacking operations shall be removed and replaced by the Contractor at his entire expense. Voids greater than 1 inch between the pipe and the earth shall be filled with grout per ASTM C-476. The grouting shall follow immediately upon completion of the jacking operation. Grout shall be placed by use of a tremie pipe inserted along the outside barrel of the pipe. Pits and trenches excavated to facilitate boring and jacking operations shall be filled immediately after the pipe jacking, the grouting operations and the carrier pipe have been completed. 404.03 - MEASUREMENTS AND PAYMENTS Boring, and jacking, shall be measured for payment in linear feet along the centerline from end to end of the pipe specified to be placed therein. Boring and jacking shall be paid for at the contract unit price per linear foot; complete in place, as provided in the proposal and Contract. The contract unit price shall be the total compensation for furnishing the placing all materials including encasement pipe, if required;carrier pipe(if bored and jacked);grout;backfill;for all jacking,boring, excavation and backfill; for all bore pits, dewatering, and drainage; for disposal of all surplus materials;and for all labor, tools, equipment, materials, and incidentals necessary to complete the work, all in accordance with the plans and these specifications. The Contractor shall only be paid for the limits as shown on the plans. Any overrun, except as approved by the Owner shall be at the Contractor's expense. Cost for trench safety systems for either trenches or excavations,where bore construction is used, or for miscellaneous structures and appurtenances shall be incidental to other pay items as provided for in the bid proposal. 404A - 3 of 3 SCHAUMBURG?'. POLK,' ITEM 411 -SEWER FLOW CONTROL 411.01 - GENERAL When sewer line flows at the upstream manhole of the section being worked are above the maximum allowable requirement for sewer line cleaning the flows shall be reduced to the levels shown indicated by manual operation of pump stations, plugging/blocking of the flows, or by pumping/bypassing of flows, as specified. 411.02 - MAXIMUM SEWAGE FLOWS Sewer flows shall not exceed those shown below for the respective line sizes as measured in the manhole when performing television inspection. Maximum Line Flows Television Inspection 6" - 10" Pipe 20% of pipe diameter 12" - 24" Pipe 25% of pipe diameter Over 24" Pipe 30% of pipe diameter 411.03 - PLUGGING OR BLOCKING A sewer line plug shall be inserted into the line at a manhole upstream from the section being inspected. The plug shall be so designed that all or any portion of the sewage flows can be released. During the inspection, testing or connecting portion of the operation, flows shall be shut off or reduced to within the maximum flow limits specified in 411.02. After the work tasks have been completed, flows shall be restored to normal. 411.04- PUMPING AND BYPASSING When pumping/bypassing is required, the Contractor shall supply the necessary pumps, conduits, and other equipment to divert the flow of sewage around the manhole section in which work is to be performed. The bypass system shall be of sufficient capacity to handle existing flows plus additional flows that may occur during rain storms. The Contractor will be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypassing system. If pumping is required on a 24-hour basis, all engines shall be equipped in a manner to keep the pump noise at a minimum. 411.05- FLOW CONTROL PRECAUTIONS Whenever flows in a sewer line are blocked, plugged, or bypassed, sufficient precautions must be taken to protect the sewer lines from damage that might be inflicted by excessive sewer surcharging. Further, precautions must be taken to ensure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. 411.06 - PAYMENT No separate payment for work performed under this item unless otherwise indicated in the bid items. Include cost of same in contract price bid for work of which this is a component part. 411 - 1of1 6—I SCHAUMBURG r, POLK. .• ITEM 429- MANHOLES, JUNCTION BOXES, AND WET WELLS 429.01 -GENERAL All manholes,junction boxes, and wet wells shall be constructed at the locations and shall be of the types shown on the plans. They shall consist of all excavation,castings, backfilling, and furnishing all materials or other items necessary for installation thereof. Manholes shall be constructed of precast reinforced concrete or fiberglass at the option of the Contractor. Wet wells shall be constructed of precast reinforced concrete pipe or boxes with gasketed joints, where precast units of indicated sizing are available. Precast units shall be specifically designed for vertical installation were used. Where wet well size exceeds available precast box sizing or where specifically indicated on the plans,cast-in-place structures are required. It is the intent of this specification to provide for watertight construction of all manholes and junction boxes, including watertight covers if necessary. 429.02 - EXCAVATION AND BACKFILL The Contractor shall excavate to the required depth and size for each manhole and wet well. The Engineer may require the Contractor to undercut for a maximum of twelve (12") inches below the manhole base and backfill with stabilized material where necessary. Backfill from the base to a point not less than twelve (12") inches below ground level shall be as follows: A. Precast Concrete Manholes and Wet Wells. Backfill shall consist of (a) select soil from the excavation, compacted to a minimum of ninety-five (95%) percent density; or(b) well-tamped sand-cement Itwo (2) sacks of cement per cubic yard). B. Other Manholes. Backfill material shall be approved by the Engineer. 429.03 - CONSTRUCTION OF MANHOLES A. Main Lines 32 Inches or Smaller. Manholes (including bases)shall be constructed around main line sewer pipes after pipe laying. Other sewer pipes shall be built in and trimmed with a minimum of six (6") inches intrusion inside the manhole wall. The base of the manhole shall consist of reinforced concrete as shown on the attached sketches.The concrete may be precast according to ASTM C-478,or cast in place,at the option of the Contractor. A concrete or grout invert shall be formed according to the sketches. The manhole wall shall consist of precast concrete, or other approved material (Sections .04 thru .06),with no built-in steps or ladder rungs permitted. The top of the manhole shall consist of a cast iron ring and cover, finished to natural ground (or to the grade designated on the plans or by the Engineer). B. Main Lines 36 Inches Through 40 Inches. Manholes shall be similar to the stack manholes in Subsection 2 above, except the manhole shall be 60" diameter. If using precast sections, the base section maybe 60"diameter,and reduce to a 48"riser. Construction shall be according to the plan details. C. Main Lines 42 Inches to 54 inches. Manholes shall be similar to the stack manholes in Subsection 2 above, except the manhole shall be 72" diameter. If using precast sections, the base section maybe 72"diameter,and reduce to a 48"riser. Construction shall be according to the plan details. The top of the manhole shall consist of a cast iron ring and cover, finished to natural ground(or other designated grade). 429- 1of3 SF' SCHAUMBURG `' POLK,IN ITEM 429- MANHOLES, JUNCTION BOXES, AND WET WELLS 429.04- PRECAST CONCRETE MANHOLE AND WET WELLS The walls shall consist of risers,cones,and grade rings conforming to ASTM C-478. Joints shall be watertight and of the tongue and groove type,gasketed.Concrete pipe for manholes shall consist of risers,cones, and grade rings conforming to ASTM C-478. Concrete pipe or boxes for wet wells to be as noted on Plans. 429.05 - PROTECTIVE LININGS The walls and inverts shall be coated as per Item 602 - Prior to installation. 429.06 -FIBERGLASS MANHOLES The walls and cone shall consist of fiberglass construction conforming to ASTM D3753. The wall and cone shall consist of a single manufactured unit extended from the base to within eighteen inches of final grade. One or more concrete grade rings shall be placed between the fiberglass manhole and the cast iron ring and cover.The complete manhole shall be designed for a wheel load of 40,000 pounds. 429.07 -OTHER TYPES MANHOLES Other materials may be used in manholes upon the approval of the Engineer.The Contractor shall submit to the Engineer in writing any proposals for alternate construction materials, including material specifications and structural details. 429.08 -DROP INLETS A. Manholes (Other than Stack). When an incoming line is two (2') feet or more above the flow line of the outgoing line,a drop inlet shall be constructed just outside the manhole as detailed in the attached sketches. B. Stack Manholes. A drop inlet shall be constructed for any incoming line more than eighteen (18") inches above the crown of the main line. 429.09 -JUNCTION BOXES All junction boxes shall be constructed at the locations and shall be sized in accordance with plans accompanying these specifications. The boxes shall be constructed of reinforced concrete, complete with cast iron ring and covers. All sewer pipe entering the box shall be built in and placed flush with the inner wall of the box. 429.10 -CONCRETE Cast-in-place concrete shall conform to Item 200,with minimum 28-day f'c of 2000 psi for manhole bases and 3000 psi for junction boxes. All manhole bases shall be poured monolithically.The floor of a junction box may be poured separately with proper keyways, waterstops, and dowels for the walls. 429.11 - REINFORCING STEEL All reinforcing steel shall conform to Item 201, with billet steel required for manhole and wet well bases and junction boxes. 429 -2of3 SCHAUMBURG E. POLK,INC. ITEM 429- MANHOLES, JUNCTION BOXES, AND WET WELLS 429.12 - CASTINGS FOR MANHOLES, JUNCTION BOXES AND WET WELLS All iron castings shall be of first quality and shall conform to ASTM A-48, Class 35. Rings and covers shall conform to the standard patterns of Mabry Foundry,Vulcan Foundry,Neenah Foundry, or prior approved equivalent. Rings and covers shall be of a heavy traffic type,machine seated,and designed not to rock. The bearing surfaces of rings and covers shall be carefully machine-finished so that the cover will have an even bearing on the frame for its entire periphery. Rings and covers shall be sized with a thirty-two(32")inch cover diameter,unless shown differently in the plans. Each ring and cover shall consist of one of the following types,as designated on the plans or by the Engineer. A. Perforated. The cover shall fit the ring smoothly, but need not be gasketed. The cover shall contain a minimum of four(4) holes of approximately three-fourths (3/4") inch diameter. B. Self-Sealing. The cover shall be solid with concealed pick holes. The bottom of the cover shall contain a precisely machined groove fitted with a continuous gasket. The gasket material shall be of special composition, with good sealing qualities, abrasion resistance, and low compression set. C. Self-Sealing Vented. The cover shall be similar to the self-sealing cover above, and shall contain a vent hole of 1 On diameter located in the center of the cover. An inflow prevention device shall be installed to minimize inflow. See Item 429.13 below. 429.13- INFLOW PREVENTION FOR VENTED COVERS The inflow prevention device shall be designed to minimize inflow into the sanitary sewer manhole. The device shall be load tested to withstand 800 pounds outside of traffic areas and 3000 lbs within traffic areas. The inflow prevention device shall be stainless steel insert equal to the"Rainstopper" as manufactured by Southwestern Packing and Seals, Inc. The device shall include gasket, relief valve and handle. The handle shall be designed to withstand a minimum 500 Ibs of force before failure. 429.14-WATERSTOP GASKETS Waterstop gaskets shall comply with ASTM F-477, having a cross-section of a minimum of three (3") inches in nominal width, and shall be secured in place with a stainless steel strap clamp. Waterstop gaskets shall be placed around all sewer lines at manhole joints. The securing clamp shall be made tight with gasket and clamp completely,enclosed in place, using an expansive grout at thickness of six (6") inches all around. Grout shall be metallic base non-shrink equal to Sika Chemical"Kemox", Gifford Hill"Gilco",or Master Builders"Embecco",or prior approved equivalent. 429.15-TESTING All completed manholes shall be tested according to Item 450. Any manhole which fails the test 4 shall be repaired and retested. 429.16- PAYMENT Payment for manholes,junction boxes, or wet wells shall be as shown in the bid proposal. 429 - 3of3 � ILIV SCHAUMBURG& POLK,INC ITEM 450-TESTING SANITARY SEWER LINES 450.01 - GENERAL This specification shall provide for inspection and testing of all newly constructed sanitary sewer lines and manholes for watertight construction and for excessive deflection. 450.02-WATERTIGHT CONSTRUCTION TESTING New sewer lines shall be tested by either a low pressure air test,an infiltration test,or an exfiltration test. The Contractor shall select one of these procedures for each new line, according to ground water conditions, subject to the approval of the Engineer. (Air testing is required for vitrified clay sewer lines). Leakage testing is not required for partial replacement of existing manhole segments. All new manholes shall be tested as described in Item 450.08 below. 450.03-GROUND WATER LEVEL Before conducting an air, exfiltration,or infiltration test on one or more adjacent line segments(the test section), the Contractor shall determine the ground water level at 400 foot intervals within the test section. Each interval shall have a two (2") inch vertical pipe set in the ground it for this purpose. Some existing manholes may have this device or another device previously installed for this purpose. Before testing the sewer lines, the Contractor shall insert a small rod into each two (2") inch pipe along the test section to determine the level of ground water in the pipe. If an existing manhole along the test section contains a nipple or other device for this purpose, the Contractor shall determine the ground water level by means of this device if practical. All ground water measurements shall be converted to depth of ground water above the pipe invert of the test section. The ground water depth for the test section shall be taken as the greatest depth so calculated. If no reliable measurement can be made,the ground water depth shall be taken as the greatest line depth along the test section. 450.04 -AIR TEST (PIPE OTHER THAN VCP) (Allowed for Lines Smaller Than 36"Only) When air testing is selected (for sewers other than vitrified clay), the Contractor shall conduct the test as follows. A. Conduct the test between two(2)consecutive manholes, as directed by the Engineer. B. Plug the test section at each end. One of the plugs used at the manhole shall be tapped and equipped for the air inlet connection for filling the line from an air compressor. C. Make sure that all plugs are properly braced against the internal pressure to prevent air leakage by slippage and blowouts. D. Connect air hose to tapped plug selected for the air inlet. Then connect the other end of the air hose to the portable air control equipment which consists of valves and pressure gauges used (a)to control the air entry rate to the test section,and (b) to monitor the air pressure in the pipe line. More specifically,the air control equipment shall Include a shut-off valve,a pressure regulating valve, a pressure reduction valve, and a monitoring pressure gauge having a pressure range from zero (0) to fifteen (15) psi. The gauge shall have a minimum division of 0.10 psi and an accuracy of+0.04 psi. E. Connect another air hose between the air compressor and the air control equipment. MIX450 - 1of6 SCHAUMBURG - POLK. ITEM 450-TESTING SANITARY SEWER LINES F. Supply air to the test section slowly, filling the pipe line to a constant pressure of 3.5 psig plus 0.433 psi for each foot of ground water depth above the invert of the pipe. The air pressure must be regulated to prevent the pressure Inside the pipe from exceeding 15.0 psig. G. When constant pressure of 3.5 psig plus ground water pressure adjustment(GWP)is reached, throttle the air supply to maintain the internal pressure above 3.0 psig plus GWP for at least five (5) minutes. If leakage is detected at any cap or plug, release the pressure in the line and tighten or repair the faulty plug. A new five (5) minute interval must be allowed after the pipe line has been refilled. H. After the stabilization period, adjust the alr pressure to 3.75 psig plus GWP and shut off or disconnect the air supply. Commence timing when the air pressure reaches 3.5 psig + GWP with a stopwatch which is allowed to run until the line pressure drops to 2.5 psig plus GWP, at which time the stopwatch is slopped. The time required, as shown on the stopwatch, for a pressure loss from 3.5 psig to 2.5 psig is used to compute the air loss. I. if the time, in minutes and seconds, for the air pressure to drop 0.5 psig is greater than that calculated using the equation below, the test section shall have passed. J. If the time is less than calculated using the equation below, the test section shall not have passed and adequate repairs must be made. T= 0.0850(D)(K)/(Q) T =Time for pressure to drop 1.0 psig in seconds K = 0.000419 DL, but not less than one D =Average inside diameter of pipe(inches) L= Length of line of same pipe size in feet Q = Rate of loss, assume 0.0015 ft3/min/ft2 of Internal surface 450.05-AIR TEST(VITRIFIED CLAY PIPE) Air testing of new sewer lines constructed of vitrified clay shall be conducted according to ASTM C- 828. 450,06-INFILTRATION TEST PROCEDURES (SEWER LINES) When infiltration testing is selected, the Contractor shall conduct the test as follows: A. Conduct the test between two (2) or more adjacent manholes, as directed by the Engineer. B. The length of the test section shall be determined by field measurement by the Engineer. C. Plug all Inlets and outlets at upstream manhole except the one for the line being tested. D. Cap or plug all service laterals,stubs, and fittings into the test section, so as to prevent ground water from coming in at these connections. E. When the test section consists of more than one manhole sections,plug all connecting sewer lines from intermediate manholes (unless the tributary lines are part of the test section). F. Place V-notch weir into the upstream pipe in the downstream manhole where the measurement will be recorded.The weir shall be installed so as to maintain a watertight seal between the weir and the interior surface of the pipe to prevent water bypassing the V-notch weir. G. V-notch weirs shall be constructed to a high degree of accuracy to avoid erroneous measurements. All weirs used for testing shall be approved by the Engineer. 450 -2of6 MAZT SCHAUMBURG fi. POLK, ITEM 450-TESTING SANITARY SEWER LINES H. After V-notch weir has been installed, allow sufficient time for the infiltrating water to build up and level off behind the weir, until a steady, uniform flow passes over the V-notch weir. I. Measurements can be taken after steady flow occurs over the V-notch weir. Leakage shall be determined from the readings,either directly or by converting the readings of the flow into terms of gallons/(inch diam.--mile--day). Caution shall be taken in recording the readings due to possible variations in flow resulting from local conditions. All weir readings shall be made under the direction of the Engineer's representative. J. Repair and retest any test section exceeding the infiltration limits prescribed in Item 450.10 below. 450.07- EXFILTRATION TEST PROCEDURES (SEWER LINES) When exfiltration testing is selected,the Contractor shall conduct the test as follows: A. Conduct the test between two (2) or more adjacent manholes, as directed by the Engineer. B. The length of the test section shall be determined by the Engineer. C. All service laterals, stubs,and fittings into the sewer line being tested shall be properly capped or plugged, and carefully braced to resist the thrust actions developed by the internal water pressure. D. Insert and tighten a tapped plug in each of the following locations: 1. Inlet pipe of downstream manhole,for connecting the water supply for filling the sewer. 2. Outlet pipe of upstream manhole, for connection to standpipe. E. Place the standpipe in the upper manhole and connect it to the tapped plug. The standpipe shall be capable of handling from ten (10') feet to twenty-five (25') feet of water head to determine the tightness and soundness of the sewer line, as specified and directed by the Engineer. F. Introduce water into the line through the downstream manhole until the standpipe in the upstream manhole has been completely filled. G. Allow the line to stand for several hours after filling with water,before beginning the test. During this time some water absorption into the manhole structures and sewer pipe will take place. After the water absorption has stabilized,check the water level in the standpipe and add water if necessary. H. The test is now ready to begin. Measure and record the drop in the standpipe over a fifteen(15) minute period. To verify the first results, conduct a second fifteen (15) minute test. I. Convert the measured drops in the standpipe to leakage in terms of gallons/(inch diameter-- mile--day). J. Repair and retest any test section exceeding the infiltration limits prescribed in Item 450.10 below. 450.08-TEST PROCEDURES (MANHOLES) The Contractor shall test each new manhole by an exfiltration test, as required by the following TCEQ Regulations. Contractor shall be required to pre test all manholes to check for leaks and failures prior to final test witnessed by the Engineer. Contractor shall make all necessary repairs to allow for proper testing. Any manhole that fails the final test witnessed by the Engineer shall be charged$500.00 each per test in liquidated damages to cover costs to witness the retest. 450 - 3of6 SCHAUMBURG i FOLK, • ITEM 450-TESTING SANITARY SEWER LINES A. Hydrostatic Testing. Manholes shall be tested for leakage separately and independently of the wastewater lines by hydrostatic exfiltration testing,vacuum testing,or other methods acceptable to the commission. if a manhole fails a leakage test,the manhole must be made water tight and retested.The maximum leakage for hydrostatic testing shall be 0.025 gallons per foot diameter per foot of manhole depth per hour. Alternative test methods must ensure compliance with the above allowable leakage. Hydrostatic exfiltration testing shall be performed as follows: all wastewater lines coming into the manhole shall be sealed with an internal pipe plug, then the manhole shall be filled with water and maintained full for at least one hour. For concrete manholes a wetting period of 24 hours may be used prior to testing in order to allow saturation of the concrete. B. Vacuum Testing. To perform a vacuum test, on the owner shall plug all lift holes and exterior joints with a non-shrink grout and plug all pipes entering the manhole. No grout must be placed in horizontal joints before testing. Stub-outs, manhole boots,and pipe plugs must be secured to prevent movement while the vacuum is drawn. The owner shall use a minimum 60-inch /lb torque wrench to tighten the external clamps that secure the test cover to the top of the manhole. The test head must be placed at the inside of the top of the cone section,and the seal inflated in accordance with the manufacturer's recommendations. There must be a vacuum of 10 inches(4.912 psi)of mercury inside the manhole to perform a valid test. The test does not begin until after the vacuum pump is off. The manhole passes the test if after 2 minutes and with all valves closed, the vacuum is at least 9 inches (4.421 psi) of mercury. 450.09-TEST RESULTS The Contractor shall furnish the test results in triplicate following the format of the form at the end of this section. Testing shall be performed as soon as practical after completing a section of sewer line. No more than 3000 feet of sewer may be laid without testing having been completed up to and including the last manhole in the line. 450.10-INFILTRATION/EXFILTRATION LIMITS The maximum allowable infiltration/exfiltration rate shall be fifty(50)gallons/(inch diameter--mile-- day). 450,11 -DEFLECTION TESTING Deflection test shall be performed on all flexible and semi-rigid pipe. The test shall be conducted after the final backfill has been in place at least thirty(30)days. No pipe shall exceed a deflection of five percent (5%). If the deflection test is to be run using a rigid ball or mandrel, it shall have a diameter equal to ninety-five percent(95%) of the inside diameter of the pipe. The test shall be performed without mechanical pulling devices. 450.12-PAYMENT No separate payment shall be made for testing of sewer lines and manholes. This work shall be included in the unit prices bid for the lines and manholes. 64:1 450 -4of6 � SCHAUMBURG u POLK, ITEM 450-TESTING SANITARY SEWER LINES OWNER: DATE: PROJECT: WEATHER: CONTRACTOR: CONTRACTOR: EQUIPMENT ON JOB: ENGINEER: STATIONS: DIAMETER: PIPE TYPE: LENGTH: AIR TESTING ALLOWABLE TIME FOR 1/2 POUND DROP: TIME: PRESSURE: END: START: START: END: TOTAL: DROP: INFILTRATION/EXFILTRATION ALLOWABLE INFLTRATION/EXFILTRATION: 50 GALS./INCH DIA./MILE/DAY EXFILTRATION TEST: TIME: WATER LEVEL STANDPIPE: END: START: START: END: TOTAL: DROP: FT. 450 - 5of6 SPI SCHAUMBURG t POLK,'.. ITEM 450-TESTING SANITARY SEWER LINES COMPUTED EXFILTRATION: INFILTRATION TEST: TIME: WEIR MEASUREMENTS (G.P.M.): END: 3 MIN, 9 MIN. 15 MIN. START: 6 MIN, 12 MIN. TOTAL: TOTAL: GALLONS COMPUTED INFILTRATION: OWNER'S REPRESENTATIVE CONTRACTOR'S REPRESENTATIVE 141J SCHAUMBURG " POLK, ITEM 452 - PRESSURE TESTING OF LINES 452.01 - GENERAL This specification shall provide for inspection and testing of all newly constructed pressure pipe for sanitary sewer. 452.02-PRESSURE TEST A. Pressure test shall be 50 psi greater than normal operating pressure, or 100 psi, (whichever is greater). B. Procedure.After backfilling or partial backfilling of all newly laid pipe,the Contractor shall slowly fill the lines with water, expelling all air. The Contractor shall use all available outlets to accomplish this,such as hydrants,air relief valves, and taps when specified. Should additional taps be needed to vent the air from high points in the line, they shall be installed by the Contractor at his own expense. The Contractor shall install certified gauges on the line being tested at spacing not to exceed 2000 feet and at the end of the test section. A test pressure,as indicated,shall be applied to valved or blinded sections by means of a hand pump or small power pump. A manifold consisting of a flow meter, pressure gauge, check valve, and ball valve (isolation valve) shall be furnished to measure the amount of water entering the pipe line during the test as required to maintain the test pressure,for a period of 4 hours. Upon initial pressurization of the system to the test pressure,the Contractor shall wait at least 15 minutes before starting the time to allow the system to stabilize. After the system has stabilized, the flow meter reading and pressure shall be recorded. The Contractor shall check the pressure gauge at a minimum of 15 minute interval (or as required to maintain the test pressure) for the first two hours of the test, If the system is maintaining pressure without regular addition of water,the Contractor may increase the interval to 30 minutes. The allowable leakage RATE shall not exceed 10 gallons per inch diameter per mile of pipe per day. See formula: Total Leakage(gal) = D X 10 X L X 4hr 5,280 h/mie X 24 hr/doy D= Pipe Diameter(inches) L = Length of section (ft.) The Contractor shall furnish,install,and operate at his own expense the necessary connections, pumps, meters, and gauges in filling the line and making the test. 452.03-PAYMENT No separate payment shall be made for testing of sewer lines and manholes. This work shall be included in the unit prices bid for the lines and manholes. iiaM reil r , SCIIAUMOURG r'OLK, . ITEM 500S-DUCTILE IRON PIPE FOR PRESSURE SERVICE 500.01 - GENERAL Furnish ductile iron pipe and fittings of size(s) shown on the Plans. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in sanitary sewer force mains. 500.02- MATERIALS A. Pipe. Manufactured and tested in accordance with AWWA C151/ANSI A21.51. Unless otherwise noted on Plans, pipe shall be Pressure Class 250. 8. Fittings. Fittings shall be manufactured and tested in accordance with AWWA C110/ANSI A21.10. C. Joints. Joints shall be one of the following types or as shown on the plans: 1. Bell and spigot with confined elastomeric gasket (AWWA C-111/ANSI A21.11). 2. Mechanical joint(AWWA C-111/ANSI 21.11). 3. Flanged joint(AWWA C-115). D. Restrained Joints. Use one of three restraint methods. 1. Use mechanical joints at fittings. The mechanical joint restraint device shall be designed to fit standard mechanical joint bells with standard T head bolts conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21.53 of latest revision. Glands shall be manufactured of ductile iron conforming to ASTM A 536-80 grade 60-42-10. 2. Manufactured restrained joint such as American Ductile Iron Pipe "Flex-Ring" or "Lok- Ring"joints. 3. Mechanical restraint system such as Megalug manufactured by EBAA Iron Sales, Inc. or equal. Joint restraint ring and its wedging components shall be made of grade 60-42-10 ductile iron conforming to ASTM A536-84. Wedges to be ductile iron heat treated to a minimum hardness of 370 BHN. Set screws shall be of hardened ductile iron and require the same torque in all sizes. Steel set screws are not permitted. E. Lining. The material used for lining the pipe and fittings must have a successful history of protecting pipe lines in sewer service. Lining to be one of the types specified below. Ceramic Epoxy. A high build multi-component Amine cured Novalac Epoxy lining. The standard of quality if Protector 401 Ceramic Epoxy. Any request for substitution must meet the following criteria and be accompanied. By 1. The permeability rating when tested according to Method A of ASTM E-99-66, Procedure A with a test duration of 42 days as reported by an independent laboratory. 2. A statement from the manufacture of the submitted material attesting to the fact that at least 20%of the volume of the lining contains ceramic quartz pigment. 3. A laboratory report containing test date for Immersion in Acids, Bases and Deionized Water at temperatures using ASTM-0 714-56 (1974) for the rating method. The report should also contain data ASTM D-4794 Direct Impact and ASTM-G 53-77 Moisture and Ultraviolet Light Exposure. 4. A statement concerning recoatability and repair to the lining. G'.S tanda ds'•E.x SPEC,San-p le Specs'2018 Specs 500S -1 of 2 SCHAUMBURG& POLK,.�c ITEM 500S -DUCTILE IRON PIPE FOR PRESSURE SERVICE 5. Liquid applied polyurethane coating. The standard of quality is Corropipe II Wasteliner as manufactured by Madison Chemical Industries, Inc. Any request for substitution must supply data showing results or following test: a. Adhesion to steel (Elometer), Hardness (ASTM D2240) b. Adhesion to Ductile Iron (Elometer) c. Hardness(ASTM D-2240) d. Flexibility (ASTM D-522 e. Abrasion Resistance(ASTM D-4060 Taber CS-17) f. Permeability (ASTM E-963 @ 15 mils g. Resistance to Cathodic Disbondment (ASTM G8 (STP)) h. Chemical Resistance (ASTM D-543) i. Ultraviolet Resistance(Q.U.V.) 6. High Build Epoxy Liner with ceramic filler. The standard of quality is Perma-Sheild PL Series 431 as manufactured by TNEMEC. Any request for substitution must supply data showing results or following test: a. Adhesion (ASTM D4541) b. Adhesion to Ductile Iron (Elometer) c. Hardness(ASTM D-2240) d. Abrasion Resistance (ASTM D-4060 Taber CS-17) e. Resistance to Cathodic Disbondment (ASTM G8) f. Chemical Resistance(NACE TM 01-74:2002) F. Coating Below Grade: Exterior of pipe shall be bituminous coating in accordance with ASTM A746. Provide polyethylene encasement, for burial installation, minimum of eight (8) mil thickness in accordance with AWWA C105. Above Grade: Exterior of pipe shall be shop primed and prepared to receive paint system per Item 600. 500.03 - INSTALLATION, A. Trenching_ To be in accordance with Item "Underground Construction". B. Pipe Zone Bedding. Provide Type 1, Type 2, Type 3 and Type 4 or Type 5 bedding as illustrated in this specification. C. Backfill Above Pipe Zone. To be in accordance with Item "Underground Construction". 500.04- MEASUREMENT AND PAYMENT Measurement and payment to be in accordance with bid items. Include cost in contract price bid for work of which this is a component part. G.1Slandards+Doc+SPEC`.Sample Specs+2.018 Specs 500S-2 of 2 SP I r ? SCHAUMBURG F. POLK, ITEM 503 - PRESSURE RATED PVC PIPE 503.01 -GENERAL Furnish PVC pipe and fittings of size(s) indicated. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in water transmission and sanitary sewer force main. 503.02- MATERIALS A. Pipe and Fittings_ Pipe and fittings shall be manufactured to the dimensions and minimum design criteria as set forth in ASTM D-2241 using PVC compound meeting cell classification of 12454-B or 12454-C as described in ASTM D1784. Pipe shall have a minimum SDR of twenty six (26) Class PR 160. Pipe and fittings for use as potable water lines must bear the National Sanitation Foundation (NSF) seal of approval. B. Joints. Joints shall be of the bell and spigot type conforming to ASTM D3139 with a confined elastomeric gasket (ASTM F-477) with installation in accordance with the manufacture's recommendation. 503.03 - INSTALLATION A. Trenching. To be in accordance with applicable underground piping technical specification contained herein. B. Pipe Zone Bedding. Install in accordance with ASTM 0-2774, using well rounded sand or gravel with a maximum particle size of 1/2 inch. Hand tamp bedding material around haunches to a point twelve (12) inches above the top of pipe. C. Backfill Above Pipe Zone. To be in accordance with applicable underground piping technical specification contained herein. 503.04 -MEASUREMENT AND PAYMENT No separate payment. • 503 - 1 of 1 SCHAUMBURG r, POLK,r•-, ITEM 508- HIGH DENSITY POLYETHYLENE PIPE 508.01 -GENERAL Furnish High Density Polyethylene pipe and fittings of size(s) shown on plans. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in sanitary sewer force mains. 508.02- MATERIALS A. Polyethylene pipe having an SDR rating of 17. B. Polyethylene pipe meeting ASTM F714 and manufactured from a high density, high molecular weight, polyethylene resin which conforms to ASTM D-1248 and meets the requirements for Type III, Class C, Grade P34, Category 5, polyethylene compound and has PPI rating of PE 3408. The pipe produced from this resin shall have a minimum cell classification of PE 4543C per ASTM D3350. C. Before beginning work, the Contractor shall submit to the Engineer for approval, the vendor's specific technical data with complete physical properties of pipe and pipe dimensions pertinent to this job. HDPE pipe to be as manufactured by Driscopipe Prisma 4200, or equal. D. Butt fusion and extrusion welding of HDPE pipe and fittings shall be accomplished with proper equipment and operated in a thoroughly workman manner, in conformance with ASTM D3261. Equipment shall be in good repair. Contractor shall have fusion machine manufacturer's written instructions on site during fusion operations. Contractor shall employ only skilled welders capable of meeting the qualifications set by the manufacturer's specifications for an acceptable welded joint. Submit samples of fused joints using materials that are intended to be incorporated into the work for Consultant's review and acceptance prior to commencement of pipeline fusing. A qualified factory designated representative of the HDPE pipe shall be on site when Contractor begins butt fusion of the HDPE pipe, to provide direction and assistance for acceptable fusion of the HDPE, minimum of one day. E. Fittings to be fitted or fabricated. Fabricated fittings to have SDR rating equivalent to pipe. Fittings to be fusion welded to pipe, except mechanical jointing will be allowed at elbows for the purpose of minimizing stress to the pipe during installation. Mechanical joints shall include flange adapters fused to the polyethylene pipe and convoluted stainless steel or ductile iron back-up flanges rated for a nominal non-shock operating pressure of 200 psig. Ductile iron flanges to be wrapped in 8 mil polyethylene film to prevent contact with backfill soils. Bolts and nuts to also be of stainless steel. At constructed dead end of pipe, install back-up flange and flanged reducer and blind flanged end piece. Flanges to be capable of mating with 24-inch ductile iron ANSI B16.1 fitting standard with a minimum working pressure of 150 psi. 508.03- INSTALLATION A. Trenching - To be in accordance with applicable underground piping technical specification contained herein. Excavate trench to a point 4 inches below the bottom of pipe. B. Pipe Zone Bedding - Install in accordance with ASTM D-2774. Hand tamp bedding material around haunches to a point twelve (12) inches above the top of pipe. Bedding and initial backfill material to be Class II Or III as defined by ASTM D2321. Class II materials are defined as coarse sand or gravels with a maximum size of 1-1/2 inches and have Unified Soil Classification system (USCS) designation of GW, CP, SW and SP. Class II materials G:'.Pcrt A,it,u:'3St3 SN3C,SLS Force . inl(7,entract DocumemislCcr:bined FA48LS Conir,ct Docs.Sp cfcaiicnsV)P,Kgti Den>;tv P„ t .e dcw 508- 1 of 2 SCHAUMBURG POLK. ITEM 508- HIGH DENSITY POLYETHYLENE PIPE can be installed in loose state achieved by dumping. Class Ill materials are find sands, sand-clay mixtures and clayey gravels with USCS designations of GM, GC, SM and SC. Compact Class Ill bedding materials to a minimum of 85% of the maximum density achieved when tested in accordance with ASTM D698 (Standard Proctor). Place bedding material to a point four inches (4") below pipe and twelve inches (12") above the top of pipe. C. Backfill Above Pipe Zone - To be in accordance with applicable underground piping technical specification contained herein. 508.05 - MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with applicable underground piping technical specification contained herein. 4 G`Port Anhur13618-SH365LS Force Main\Contract Documents?Combined FOALS Conuxt DocstSpeciticadons 508.High Density P_ 508-2 of 2 SCHAUMBURG& POU<, N ITEM 512A-LARGE DIAMETER PVC GRAVITY PIPE 512.01 -GENERAL Furnish large diameter PVC pipe and fittings of size(s) shown on the PLANS. This item governs materials, fittings, and incidentals required for the joining and bedding of pipe type for use in gravity sanitary sewer. 512.02- MATERIALS This specifications covers large diameter, eighteen inches (18")to thirty-six inches (36") inside diameter, PVC (Poly Vinyl Chloride) pipe to be used as a gravity sewer line for domestic wastes. A. Pipe and Fittinas. Pipe and fittings shall be manufactured to the dimensions and minimum design criteria as set forth in ASTM F-679, with an allowable cell classification of 12454 or 12364 as defined in Specification D-1784. Pipe shall have a minimum pipe stiffness of 115 p.s.i. when tested in accordance with ASTM D-3412. B. Joints. Joints shall be of the bell and spigot type with elastomeric seals and conform to the requirements of ASTM D-3212. Gaskets shall be factory installed and chemically bonded to the bell end of the pipe.Gasket material shall conform to the requirements of ASTM F-477. 512.03- INSTALLATION A. Trenchina. To be in accordance with Item 400 Underground Piping Construction. B. Pipe Zone Bedding. Large diameter P.V.C. gravity pipe shall be installed in accordance with ASTM D-2321. Class Ill embedment material shall extend from 12" below the pipe to 12" above the pipe and from wall to wall of the trench. C. Backfill Above Pipe Zone. To be in accordance with Item 400 Underground Piping Construction. 512.04- MEASUREMENT & PAYMENT No Separate Payment. 512A-1 of 1 MEAT' SCHAUMBURG : POLK, - ITEM 600- PAINTING 600.01 - GENERAL A. This specification covers surface preparation, performance, and completion of painting and finishing of all exterior and interior surfaces as required by the drawings and as specified herein. B. All materials delivered to the job site shall be in original sealed and labeled containers of the paint manufacturer. C. Coatings shall be applied during good painting weather. Air and surface temperatures shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. 600.02- MATERIALS A. All Materials provided for herein shall be as manufactured by one or more of the following: The Sherwin-Williams Company, Ohio; Tnemec Co., Missouri; Glidden Division of SCM Corp., Ohio; Rust-Oleum Corp., Illinois; International Paint LLC, Houston; or Carboline, St. Louis, MO.. B. Equivalent materials of other manufacturers may be submitted for pre- approval of the Engineer. Requests for substitution shall include manufacturer's literature for each product giving the name, generic type, descriptive information, solids by volume, and recommended dry film thickness. No request for substitution shall be considered that would decrease film thickness and/or number of coats or offers a change in the general type of coating specified. C. Colors, where not specified, shall be selected by the Owner. D. All coats of paint for any particular surface shall be from the same manufacturer 600.03-SUBMITTALS A. After award of the contract, and before delivery of any paint materials to the job site, the Contractor shall submit to the Engineer a complete list of all materials proposed to be furnished and installed under this portion of the work. This shall in no way be construed as permitting substitution of materials for those specified or approved for this work by the Engineer. B. The Contractor shall submit to the Engineer two copies of the full range of colors available in each of the proposed products. C. When required by the Engineer, the Contractor shall prepare and deliver to the Engineer two identical sets of samples of the selected colors painted into 8-1/2 inch x 11-inch pieces of material. Whenever possible, the material for samples shall be the same material as that which the coating will be applied to in the work. 600.04- SURFACE PREPARATION A. All surfaces to be painted shall have all contaminants removed that will interfere with the full development of adhesion of the coating system. B. The method of surface preparation shall be as indicated below, depending upon the type and concentration of contaminants and the specific requirements of the coating system being used. 600- 1 of RV Mg SCHAUMBURG& POLK,IN,- ITEM 600- PAINTING 1. Ferrous Metal a. Submerged Surfaces - Shop and/or Field Cleaning: SP-10 Near-White Blast Cleaning b. Non-Submerged Surfaces: Shop and/or Field Cleaning: SP-6 Commercial Blast Clean; SP-1 and SP-2 Solvent and Hand Tool Clean 2. Non-Ferrous and Galvanized Metal -Shop and/or Field Cleaning;SP-1 Solvent Cleaning 3. Masonry Surfaces a. Submerged: SP-6 Commercial Blast Clean b. Non-Submerged: SP-6 Commercial Blast Clean, SP-1 Solvent Clean, and/or SP-2 Hand Tool Clean c. Moderate Exposures: SP-7 Brush-Off Blast Clean, SP-1 Solvent Clean, and/or SP-2 Hand Tool Clean d. Concrete Floors: SP-13 Surface Preparation of Concrete 600.05-APPLICATION A. Materials shall be mixed, thinned, and applied according to the manufacturer's printed instructions. B. Each coat shall be allowed to dry as prescribed in the manufacturer's technical data sheet prior to application of the succeeding coat. C. All work shall be cut in neatly, and finish coats shall be uniform in color and texture without streaks, laps, heavy build-ups, runs, sags, or missed areas. 600.06- SHOP PAINTING A. It is the intent of this item of the specifications that all metal work is properly painted whether or not specific mention is made of each individual part of the work. B. All structural steel, miscellaneous iron, ornamental iron, equipment, hollow metal doors, louvers, etc. shall receive one (1) shop coat of a primer compatible with the field coat specified. 600.07 FIELD PAINTING A. All painting at the site of the work is hereby defined as field painting and shall be under the direction of the Engineer to the extent that he shall determine where and when painting may be done. All surfaces to be painted shall have their readiness for painting approved by the Engineer before work is started. Surfaces of exposed members inaccessible after erection shall be cleaned and painted prior to erection. B. Before final acceptance of the project, any damaged paint surfaces shall be touched up or repainted, as directed by the Engineer. 600.08- DRY FILM THICKNESS - (OFT') A. The Contractor shall apply all coatings to the dry film thickness indicated in Item 600.09 below. 600-2of3 � `F SCHAUMBURG & ITEM 600- PAINTING B. The contractor shall provide and make available to the Engineer a dry film thickness gauge to prove the dry film thickness of the paint applied. 600.09- PAINTING SCHEDULE A. Exterior Steel - Structural, Tanks, Piping, and Equipment- Non-Immersion 1. Zinc/Epoxy/Urethane 1s'Coat: Inorganic Zinc Primer 3.0- 5.0 mils OFT 2"d Coat: Epoxy Primer 4.0- 6.0 mils OFT 3rd Coat: Polyurethane 3.0-6.0 mils DFT 2. Epoxy/Urethane 1S1 Coat: Polyamide Epoxy 4.0-6.0 mils DFT 2"d Coat: Polyurethane 3.0-6.0 mils DFT Epoxy/ Urethane- Below 50F 151 Coat: Phenalkamine Epoxy 4.0-8.0 mils DFT 2nd Coat: Polyurethane 3.0 - 6.0 mils DFT 3. Waterborne Acrylic System 1 S'Coat: Acrylic Primer 2.0 - 4.0 mils DFT 2"d Coat: High Performance Acrylic 2.5-4.0 mils DFT 3'd Coat: High Performance Acrylic 2.5 -4.0 mils OFT B. Interior Steel - Non-Immersion Epoxy/Epoxy 1S1 Coat: Polyamide Epoxy 4.0 - 6.0 mils OFT 2nd Coat: High-Solids Epoxy 2.5 -4.0 mils DFT C. Severe Exposure - Immersion 1. Coal Tar Epoxy 151 Coat: Coal Tar Epoxy 8.0- 16.0 mils DFT 2"d Coat: Coal Tar Epoxy 8.0- 16.0 mils OFT 2. Ultra High Solids Epoxy 151 Coat: U.N.S. Epoxy 10 - 12 mils DFT 2"d Coat: U.H.S. Epoxy 10 - 12 mils DFT 600.10- PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for work of which this is a component part. 600-3of3 SCHAUMBURG '. POLK, °u; ITEM 602-PROTECTIVE LININGS FOR MANHOLES, BOXES, AND WET WELLS 602,01 -GENERAL This item shall govern protective linings for new and existing concrete manholes; junction boxes and wet wells. This item shall govern all materials, surface preparation, application, and testing required for these linings. 602.02 - MATERIALS Lining shall be a 100% solids, high build premium epoxy coating, designed for internal steel and concrete. The product shall be a two component system consisting of a hardener and resin. Lining shall be Carboline - Plasite 4550S; International Paint - Ceilcote 663 SG; TNEMEC Series 436 Perma-Sheild FR, or equivalent. Materials shall be delivered to the job site or plant in sealed unopened containers plainly marked with the manufacturer's name, brand, and number. 602.03 -SURFACE PREPARATION AND APPLICATION A. Contractor shall prepare surfaces to receive coatings in strict accordance with the latest edition of the manufacturer's specifications governing the type of surface to be coated. B. New pre-cast manholes and new junction boxes shall be coated as specified by the coating manufacturer at the plant or in the field. Product shall be applied, with not less than 20 mils dry thickness total. C. Existing wet wells where modifications are scheduled shall be addressed as follows: 1. All or most internal equipment to be removed replaced, and/or structural modifications to wet well: Wash out interior with high pressure hose; coat interior and piping according to subsection 03.5 below. 2. Pumps to be removed/replaced, other components to remain in service: No epoxy coating except for any new piping components. D. When new sewer lines are to be tied into existing concrete manholes, the existing manholes shall be prepared and coated as specified by the coating manufacturer. The Engineer may waive this requirement for specific manholes where the lining is found unnecessary. E. The entire interior of new wet wells, including all piping inside the wet well, shall be prepared and coated as specified by the coating manufacturer. Coating shall be applied to obtain a dry mil thickness of not less than 60 mils. 602.04 - FIELD APPLICATIONS Field applications and/or patching and touch up shall be performed in strict accordance with manufacturer's latest printed recommendations. 602.05-JOINTING The Contractor shall make up all joints in conformance with the manufacturer's printed instructions. 602 1 of 2 SFI SCHAUMBURG `'• POLK, ITEM 602- PROTECTIVE LININGS FOR MANHOLES, BOXES, AND WET WELLS 602.06 - INSPECTION AND TESTING A. Each section of plant coated pipe and manhole shall have the coating tested by the manufacturer before the delivery to the job site. The manufacturer shall submit a written affidavit for each shipment certifying that the coatings meets the specifications herein. Pipe coatings which have been damaged in transit and cannot be adequately repaired shall be rejected and shall not be installed. B. All field-applied lining shall be inspected according to the manufacturer's recommendations. 602.07 - PAYMENT No separate payment shall be made for furnishing and applying protective lining according to this specification. Payment shall be included in the unit prices bid for the lines and manholes. Payment for lining an existing structure shall be included in the bid price for the new sewer line tying into the structure. SPI SCHAUMBURG : POLK. ITEM 708 -CHECK VALVES 708.01 -GENERAL The work to be performed under this item of the Specifications shall consist of furnishing and installing all check valves shown on the Plans and specified. In general, unless otherwise stated, check valves shall be of the types for the services indicated: A. Swing Check Valve. Sewage service, plant water, potable water, hot and cold water service. B. Tilting Disc Check Valve. Potable Water. C. Wafer Tyoe Check Valve, Dual Plate: Air and potable water. D. Rubber Lined Swing Check Valve. Carbon Slurry. E. Ball Check Valve. Acids and Chlorine. F. Slanting Disc,Cushion Check Valve G. Resilient Seated Check Valve. Sewage service, plant water, potable water 708.02-SUBMITTALS The following information shall be provided for all valves for installation on the project. Each valve shall be clearly identified with mark, size, type, location, quantity, etc. as required to facilitate review of the submittal. Three copies of instructions, parts manual, spare parts list, maintenance procedures and shop drawings showing dimensions, weight and material specifications of each size and type of valve shall be submitted for approval by the Engineer. 708.03- MANUFACTURER A. Swing check Valve. Crane, Mueller, Dresser, Stackham, or equal. B. Tilting Disc Check Valve. Val-Matic, APCO or equal. C. Wafer Type Check Valve.Dual Plate. Val-Matic, TRW, APCO or equal. D. Rubber Lined Swing Check Valve. American Darling or approved equivalent. E. Ball Check Valve. F. Slanting Disc, Cushioned Check Valves. Slanting disc cushioned check valve shall be valve body, made of cast iron (ASTM A48 Class 30) and disc shall be made of centrifugally cast bronze seat and disc rings. Valve shall have centrifugally cast aluminum pivot pins (ASTM B148-9D) having a Brinell hardness of 200, used in conjunction with centrifugally cast aluminum bronze bushing (ASTM B-143-9C) having a Brinell hardness of 159 to insure maximum wear resistance and prevent galling. The valve shall have bottom mounted buffer used for water filled cylinder. The valve shall have free opening non-slam closing control equipment. G. Resilient Seated Check Valve. Body shall be ductile iron per ASTM A-536, and rated for 250 psi working pressure. Disc shall be ductile iron fully encapsulated with rubber with nylon reinforcement and stainless steel shaft. Disc shall travel to closure no more than 35 degrees and shall seat drip tight at pressures above 5 psi. Valves shall be fusion bonded epoxy coated on all internal and external surfaces. Outside lever and spring NOT ALLOWED. Valve shall be equipped with external open/closed indicator. American Flow Control, Mueller, or approved equal. 708 -1 of i SCHAUMBURG 1,FOLK, ITEM 708 -CHECK VALVES 708.04- PROTECTIVE COATINGS All valves shall be painted in conformance with AWWA C-508 Section 3.11, or latest revision, and Item 600 of specifications. All interior coatings for valves for potable water contact shall be in accordance with ANSI/NSF Standard 61. 708.05- INSTALLATION Valves shall be installed with proper support and shall not carry the weight of adjacent piping. Dashpots and weights shall be adjusted for proper operation. All shaft seal shall be checked for leakage and adjusted as required. 709.06-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. Wry SCHAUMBURG tv POLK, ITEM 709-RESILIENT SEAT GATE VALVES 709.01 - GENERAL Gate valves shall conform strictly to the requirements of American Water Works Association Standard for Resilient Seat Gate Valves for Water Supply Service, C515, latest revision, including changes and additions specifically stated Gate valves shall be of the single-disc design, in which the disc is lowered into the valve body and seats against the body through a resilient seat. The seat may be attached to the disc or to the body, and shall be firmly bonded or mechanically attached. The disc shall be fitted at the top with a heavy bronze or corrosion resisting stem nut, threaded to accept the value stem. 709.02- SUBMITTALS The following information shall be provided for all valves for installation on the project. Each valve shall be clearly identified with mark, size, type, location, quantity, etc. as required to facilitate review of the submittal. Three copies of instructions, parts manual, spare parts list, maintenance procedures and ship drawings showing dimensions, weight and material specifications of each size and type of valve shall be submitted for approval by the Engineer. 709.03- MANUFACTURER Valves furnished under these specifications shall be American Flow Control AFC - 2500 or approved equivalent. 709.04 -TESTING AND OPERATING PROCEDURES All parts of the gate valve shall be designed to withstand safely and without permanent deformation the following stresses: A. Internal test pressure of 500 psi, with valve open. B. Combination of following stresses occurring simultaneously: 1. Internal Pressure of 250 psi; and 2. Moving of the gate under fully unbalanced service pressure from the fully closed position to the fully open position and back again, using flows from either direction successively. Further, the valve body and the internal parts of ail valves shall be so constructed as to develop full strength of the valve to the point of failure, in moving the valve gate in either direction from the fully open position to the fully closed position under full service pressure, without rupture or permanent deformation of any other part. The gate valve shall show no measurable leakage in the fully closed position in the 200 psi test. 709.05-VALVE CONSTRUCTION A. Valves shall open counterclockwise with stationary non-rising stem, and shall be designed for opening with a portable wrench. Above grade valves shall contain a handwheel, below grade shall be square nut operators. B. Operating nut shall be two (2") inches square, with required operating torque of not over 200 ft.-lb for 3" and 4" valves, or 300 ft.-lb for 6"thru 12"valves. C. Stem shall be made of bronze with yield strength of not less than 32,000 psi and an elongation of not less than fifteen (15%) percent. The stem collar shall be integral with the stem. 709 - 1of2 3FI SCHAUMBURG & POLK, ITEM 709-RESILIENT SEAT GATE VALVES D. The waterway through the valve shall be not less than the nominal valve diameter. E. All valves shall be manufactured with mechanical joints, flanged joints, or push on joints as specified in plans. F. The body, bonnet, gate, wrench nut, and other parts specified shall be cast from ductile iron. G. Valve stems, stem collars, and stem nuts shall be cast or forged from manganese bronze, or low Zinc material with the following minimum properties: Yield Strength Bronze 32,000 psi Zinc 40,000 psi H. The bronze alloy used for seat rings and other miscellaneous parts shall have a yield strength of at least 14,000 psi and an elongation of not less than fifteen (15%) percent. I. Gaskets shall be non-corrosive. J. Elastomers shall be resistant to deterioration from biological organisms, ozone, and copper. K. The manufacturer shall supply certified reports stating that the materials used in the gate valves conform to this Specification and the latest AWWA C-515 Specification. L. Packing may be conventional stuffing box or"O" ring stuffing box. M. All parts of valves shall be interchangeable with valves of like make previously manufactured. N. Valves shall not contain gears. O. Body of valves shall have minimum shell per AWWA C515. P. The direction in which the operating nut is turned for opening shall be cast into the bonnet or bonnet cover. The operating nut shall be color coded black for counterclockwise opening or red for clockwise opening. O. Tapping valves shall meet the same specifications as ordinary gate valves of the same size. R. All necessary bolts, glands, and gaskets for complete installation of each valve shall be supplied with each valve and shall conform to AWWA Standard Specifications C-111. They shall be shipped and stored in such a manner as to prevent rusting or damage before installation. S. Minimum number of turns required to move gate from fully open to fully closed position shall be three turns per inch of nominal diameter. 709.06-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. 709 - 2of2 SPI i SCHAUMBURG.`'. POLK,r•: ITEM 716- SEWAGE AIR VALVE 716.01 - GENERAL The Contractor shall furnish all equipment and materials and perform all operations necessary for furnishing and installing sewage air valves complete with all fittings and manholes as shown on the plans and herein specified for a complete automatic system. 716.02- DESIGN The sewage air release valve shall be of the type that automatically releases air, gas, or vapor under pressure during system operation.The valve shall have a 2-inch Inlet and a 1 inch outlet with a 3/16 inch venting orifice for a maximum working pressure of 150 psi. The sewage air valve body shall be constructed of gray cast iron conforming to ASTM A.126,Class 8 with a removable bonnet bolted to the body. Bolts, studs, and nuts shall be cadmium plated (ASTM A165,Type NS)or stainless steel(ASTM A.276,Types 302,303,or 304).Valve bodies shall be coated inside and out with a corrosion-resistant coating or other anticorrosion treatment as approved by the Engineer.The inlet shall be(2)inch pipe thread conforming to ANSI 82.1,and the outlet shall be one(1) inch pipe thread. The valve shall be fitted with additional one (1) inch pipe thread openings at the top and bottom to allow for purging. These openings shall be fitted with plugs. The operating mechanism shall be bronze with stainless steel lever pins.The seat shall be bronze and the needle shall be Buna-N.The valve shall be fitted with an adjustable orifice button.The float shall be fabricated from stainless disc gate valve. 716.03- INSTALLATION The sewage air valve shall be located on the top of the pipe at locations as indicated on the plans. The sewage air valve shall be connected to the pipe using a tapped pipe saddle. The 2 inch gate valve shall be installed between the pipe saddle and the sewage air valve. The completed unit shall be located within a manhole as detailed on the plans. 716.04-MANUFACTURER The sewage air valve shall be as manufactured by Val-Matic Valve and Manufacturing Corp., APCO, or approved equal. SPI SCI IAUMBURG POLK, : ITEM 738-ALUMINUM ACCESS HATCHES 738.01 -GENERAL The equipment provided under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions and recommendations of the equipment manufacturer. Hatches shall be supplied with all the necessary parts and accessories indicated on the drawings, specified, or otherwise required for a complete, properly operating installation, and shall be the latest standard product of a manufacturer regularly engaged in the production of access hatches. 738.02-APPROVED MANUFACTURERS Hatches supplied under this section shall be as manufactured by Halliday Products; USF Fabrication, Inc; or prior-approved equivalent. 738.03-SUBMITTALS The manufacturer shall submit for approval drawings showing the principal dimensions, general construction and materials used. 738.04- MATERIALS AND CONSTRUCTION General Design. Hatches shall be single or double leaf design as indicated per plans. Size shall be indicated per plans, and shall be nominal clear open place dimensions required. All hatches shall be factory assembled, and shipped as complete unit. A. Cover Leaf. '/,"aluminum diamond plate. B. Channel Frame. '/." aluminum with continuous anchor flange and a 1 '/a" (38mm) drainage coupling located in the front left corner of frame. C. Frame Coating. Bituminous coating where in contact with concrete. D. Load Rating. 300 lbs. psi uniform live load with a maximum allowable deflection of 1/150 of the span. E. Locking System. Type 316 stainless steel slam lock with removable key F. Cover equipped with the following stainless steel features: spring assists, T-316 heavy duty hinges, T-316 tamper proof attaching hardware, automatic T-316 hold open arm with aluminum latch. G. Built-in Neoprene gasket to limit the transmission of odors. H. Safety Net: 1. Safety net manufactured from high strength polyester netting that has been tested and certified to meet the current OSHA standard 1926.502 (c) (4) (i) drop test (or latest version). 2. All stainless steel 316 hardware, hooks, and anchors. 3. A permanently attached metal tag with the following Information; net manufacturer's name, identification of net material, date of manufacture, date of prototype test, name of testing agency, and serial number. 783.05- EXECUTIQN A. Handling,Transportation and Storage Contractor shall exercise the following precautions with Hatches. 1. Handling: Avoid bending, scraping or overstressing. R1619 I= Ir : SCHAUMBURG t. POLK,„. ITEM 738-ALUMINUM ACCESS HATCHES 2. Transportation: Loading, transporting and unloading of the hatches shall be conducted such that the units are kept clean and free from damage. 3. Protection: Provide sheltered onsite storage. Provide blocking, platforms, or skids to protect the units from contact with the ground. Protect the units from damage from construction activities or equipment. 738.06- PAYMENT No separate payment-include cost in contract price for work which this is a component part. SPI / 1 SCHAU BURG POLK,trdr SPECIAL PROVISION NO. 1 TO ITEM NO. 764 The following information is provided as referenced in paragraph 764.03 INSTALLATION. 1. The performance for the proposed pumps shall be shall be as indicated herein. Pump No. Duty Point Secondary Duty RPM Impeller Maximum (Note 2) Points (Note 2) Size Motor Hp (Note 2) (inches) (Note 3) PI &P2 2250 gpm @ 1600 gpm @ 72 ftTDH 1150 15"x14" 60 63 ft TDH 3000 gpm @ 49 ft TDH 2. Each pump & motor shall be suitable for operation by a variable frequency drive (VFD) to allow for speed adjustments. Supplier shall furnish pumps to meet the Duty Point condition, and best fit to the Secondary Duty Points conditions indicated. 3. Maximum motor horsepower is based on design of electrical systems. Pump manufacturer can supply smaller meeting conditions of specifications. 4. Acceptable manufacturers shall be Hydromatic Pumps (Model S8L) or prior approved equivalent. 5. The manufacturer shall warrant the pumps being supplied to the Owner against defects in workmanship and materials for a period of 5 years under normal use and operation. Manufacturer warrants that the pump or components shall be replaced if damaged or defective in the normal use of the equipment (including labor and material costs). The warranty shall be supplied to the owner, in writing, during the submittal process. 6. The manufacturer must provide assurance to the owner that service personnel will respond and provide service within 24 hours of a pump malfunction notification. This assurance must be submitted to the owner, in writing, during the submittal process. ITEM 764 - SUBMERSIBLE NON-CLOG CENTRIFUGAL SEWAGE PUMPS 764.01 - GENERAL A. Scope of Work. This item shall govern the furnishing and/or installation of submersible non- clog centrifugal pumps for handling wastewater, sludge, or other liquids. Pump shall be of the types, sizes, designs, and performance ratings, and installed in the locations specified herein, in the Scope of Work, and/or in the construction plans. The submersible pumps shall be capable of handling raw, unscreened sewage. The pumps shall be automatically connected to the discharge connection elbow when lowered into place, and shall be easily removed for inspection or service without entering the wetwell. Each submersible pump shall be fitted with a stainless steel chain of adequate strength and length to permit raising the pump along its guide rails for inspection and removal. The Contractor shall furnish all equipment and materials, and shall perform all operations necessary for furnishing and installing the complete system including pumps, guide rails, discharge piping,valves, fittings, electrical controls, and all appurtenances. B. Submittals. 1. General. Prior to purchase, delivery, or custom manufacture of equipment, the contractor shall submit eight (8) sets of detail drawings, cuts, bulletins, performance curves, material standards, and installation details for all pumps. motors, and accessories. 2. Special. Additional submittals may be required for specific items or classes of equipment. The Contractor shall submit eight (8) sets of any additional data required by the specifications governing such equipment. 3. Approval. No work shall be performed on any pumping unit, or equipment furnished for that unit, until all submittals for that unit have been approved by the Engineer. 764.02-SUBMERSIBLE PUMP CONSTRUCTION A. Stator Casing. Casings and lifting cover shall be grey iron casting ASTM A48 Class 30. B. Volute Casing. Volute casing shall be grey iron construction ASTM A48 Class 30 - All nuts, bolts, washers and other fastening devices exposed to or in contact with liquid pump shall be 18-8 type 304 or 316 stainless steel. C. Impeller. Impeller shall be single or double vane, enclosed, single construction, non- clogging smooth rounded passages without acute angles, capable of passing three inch solids, fibrous material or heavy sludge, constructed from gray iron ASTM A48 Class 30. The impeller shall be statically, dynamically, and hydraulically balanced and shall be secured to the shaft in a manner to prevent impeller rotation relative to the shaft. Pump shall have provisions for adjustment of axial clearance. D. Wear Ring. Wear ring shall be abrasion resistance, replaceable, and constructed of ASTM B62 bronze, stainless steel, encapsulated steel or hardened cast iron. E. Pump Shaft. Shaft shall be stainless steel, 18-8 type 303. F. Mechanical Seals. Each pump shall be provided with a tandem double mechanical seal running in an oil reservoir, composed of two separate lapped face seals. Each pair held in contract by separate springs. Seals composed of tungsten carbide, carbon and/or silicon carbide. No cartridge type seals G. Pump motor. The motor shall be housed in an oil-filled water tight casing and shall have Class F insulated windings which shall be moisture resistant. The motor shall be NEMA Design B rated 155QC maximum. Pump motors shall have cooling characteristics suitable to 640 W 764 - 1 of 3 rj , SCHAUMBURG& POLK,uvc. ITEM 764 - SUBMERSIBLE NON-CLOG CENTRIFUGAL SEWAGE PUMPS permit continuous operation, in a totally, partially, or non-submerged condition. The pump shall be capable of running dry continuously in a non-submerged condition for a period of twenty-four (24) hours without injurious damages. Motors shall be sized (1) to operate at design conditions without exceeding 87% of service factor rating, and (2) to be non- overloading for maximum driven equipment requirements. H. Thermal and Moisture sensors shall be provided for stator temperature and moisture in seal area. I. Cable Sealing. The pump-motor unit shall have a separate entry compartment with external mechanical clamp and internal separate compartment sealed from above and below to prevent migration of moisture and sewer gas through conductors. J. Pump Motor Cable installed in one continuous length from pumping unit to pump motor cable terminal box at lift station, and suitable for submersible pump application. Conduit shall be sealed immediately upon installation of cable to prevent corrosive gases from entering the control panel. K. Sliding guide bracket shall be an integral part of the pumping unit and the pump casing shall have a machined connecting flange to connect with the cast iron discharge connection, which shall be bolted to the floor of the sump and so designed as to receive the pump connecting flange without the need of any bolts or nuts. L. Connection with Discharge Piping. The pump casing shall have a machined connection flange to match the discharge piping. The discharge pipe and the connecting flange shall be designed to fit together without the need for bolts or nuts. Sealing of the pumping unit to the discharge connection shall be accomplished by a simple linear downward motion of the pump with the entire weight of the pumping unit pressing tightly against the discharge connection; no portion of the pump shall bear directly on the floor of the sump. M. Guide Rails Stainless steel guide rails of adequate size and strength shall be installed to guide the pumps into the discharge base connection. The pump base connection shall securely hold the guide rails in place. 764.03- INSTALLATION Pumps, motors and accessories as specified shall be furnished and installed in the locations and to the details shown on the plans and as specified herein, The Contractor shall furnish all necessary foundation bolts of the size and type recommended by the pump manufacturer. The bolts shall be carefully set by means of a jig or template. They shall be accurately located and all exposed concrete surfaces shall receive a rubbed finish which will be smooth and uniform free from all form marks. In handling pumps and motors, piping, or other heavy equipment, all the floor area where the equipment may be landed, stored, or moved shall be protected against damage by dunnage. The base of the unit shall be shimmed or wedged to level position in all directions on the foundation blocks. Pump alignment shall be checked under the supervision of the pump manufacturer's representative and the Engineer before grouting. 764.04- PAINTING All painting of metal parts shall conform to Item 600 "Painting". All existing pumps and piping to be painted after relocation. 764 -2of3 SCHAUMBURG POLK,IN_ ITEM 764 - SUBMERSIBLE NON-CLOG CENTRIFUGAL SEWAGE PUMPS 764.05- FIELD SERVICE The manufacturer's field engineer or representative shall inspect and check the installation after erection and be on hand for initial start-up of the new equipment. 764.06-TESTING Before placing installation into service the submersible pumps shall be run continuously with the motor not submerged for 30 minutes under full load current with no damage resulting to the pump motor. The pumps shall during this test produce the designed GPM and TDH conditions and shall experience a heat rise of no more than 45° C above ambient temperature. 764.07-PAYMENT No separate payment. Include cost in price for which this work is an integral part. 764 - 3of3 spi SCHAUMBURG POLK, ITEM 863 - CRANES AND HOISTS 863.01 -GENERAL The equipment to be furnished and installed under this Section of the specifications shall consist of: A. Jib Crane with minimum lifting capacity of 500 pounds and a horizontal reach capable of accessing the entire wet well. The crane and foundation shall be required to fit in the allotted space and location while meeting the manufacturer's recommendations for installation. All equipment shall be furnished by the same manufacturer and shall include the cranes, trolleys, hoists, bus bars,festoons,and any other equipment,accessories,and appurtenances necessary for a complete and operable system. 863.02 - MANUFACTURER Gaffey, Kranco, Yale or prior approved equal. 863.03 -SUBMITTALS. All submittals shall be in accordance with Item 1300. The Contractor shall submit to the Engineer, for approval, submittals showing full details of equipment to be provided. The submittals shall be supported by such notes or written directions as may be necessary. The submission shall be made as soon as feasible after award of the Contract, and in any event, shall be submitted and approval obtained before beginning installation of the equipment. The information required on the submittals shall include, but not necessarily be limited to the following: A. Full and complete Specifications covering the equipment proposed to be furnished. B. Detail drawings showing plan and elevation dimensions of the equipment proposed to be furnished. C. Such weights of the equipment as necessary including the heaviest piece to be handled during construction. D. Nearest location of factory maintenance and service facilities that will be available to service the equipment offered. E. Assembly, installation, and adjustment instructions to include support and track layout, splices, and connections. F. Failure to submit the above data shall be cause for rejection of the equipment offered for installation. 863.04 - MATERIALS A. Reference Specifications. All materials and design of bridge cranes, trolleys, and hoists shall comply with all requirements of the Crane Manufacture Association of American (CMMA) and the Hoist Manufacturer's Institute (HMI). B. Hoists: Chain to be used as lifting medium. Each hoist/motorized trolley shall be furnished with chain container and locking latch hook. C. Trolley. Manual. 863- 1 of 2 SCHAUMBURG POLK,Isr. ITEM 863 - CRANES AND HOISTS D. Installation. The Contractor shall install the bridge cranes and hoist in the positions shown on the drawings in accordance with the manufacturer's recommendations. E. Painting. If required (equipment not factory coated) painting shall be as specified in Item 600 - Painting of these specifications. F. Warranty. The manufacturer shall guarantee for one (1) year from the date of the Certificate of Acceptance that all cranes and hoists will be free from defects in design, materials,and workmanship.A full written replacement type warranty shall be provided for this one (1) year time period. 863.04- MEASUREMENT AND 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. in i 863 -2 of 2 all SCHAUMBURG ti POLK. 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 shags 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 submittal 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. 1300- 1 of 4 SCHAUMBURG t POLK,INC,,. 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/Englneer'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. 1300-2 of 4 MEW.. SCHAUMBURG F PflLK,,. 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 1 acceptable to ArchitecUEngineer, 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 illustrations, 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. w! 1300-3of4 isej , SrHALIMRI IRG CA 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. 1300-4of4 SCHAUMBURG 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 to 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. 2000 1 of 3 FL � , SCHAUMBURG POLK, • 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 - 2 of 3 SCHAI JMBURG POLK, 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 shalt 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. Logil SCHAUMBURG t=. POLK, .• 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 FIV CI plir?, - SCHAUMBURG . POU<.in 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. .9 la r . SCHAUMBURG& POLK, ITEM 4015A-PLUGGING ABANDON SEWERS 4015A.01 - INTENT It is the intent of this specification to provide for the plugging of abandoned sewer lines, or the repair of existing plugs, at points indicated on the plans or designated by the Owner's Representative. 4015A,02-GENERAL. Each designated sewer line shall be plugged at its entrance into a manhole or junction box, or at such other point as may be designated,The Contractor may use a prefabricated plug of approximately the diameter of the pipe; Class B Concrete as specified by the Texas State Department of Highways and Public Transportation; or any other method acceptable to the Owner's Representative. The Contractor shall seal around the plug with an approved adhesive so as to make the entire plug permanently watertight. Where designated, the Contractor shall remove and replace existing plugs, or shall repair or seal them to make them watertight. 4015A.03-MATERIALS All material used for plugs or adhesives shall be impermeable and shall be resistant to chemicals, temperature cycles and wet-dry cycles.These materials shall not be brittle or biodegradable. 4015A,Q_4- PAYMENT No separate payment will be made for plugging abandoned sewers in the course of new sewer construction. This work shall be included in the applicable sewer and manhole costs. 4015A - 1 of 1 SPI : SCHAUMBURG F POLK INC TABLE OF CONTENTS ELECTRICAL No. of Section Title Pages DIVISION 16 - ELECTRICAL 26 05 19 600-Volt Power Cable 7 26 05 25 Instrumentation Cable 5 26 05 26 Grounding and Bonding 6 26 05 27 Grounding .6 26 05 30 Basic Materials and Methods 22 26 05 33 Raceways 6 26 05 34 Device, Pull,and Junction Boxes .2 26 05 35 Conduit, Fittings, and Bodies 7 26 05 43 Underground Duct Banks .3 26 05 44 Underground Ducts and Pull Boxes 5 26 05 53 Electrical Identification 7 26 20 10 Electrical Work 4 26 20 15 Electrical Demolition 3 26 20 20 Electric Service 2 26 22 13 Transformers .4 26 24 16 Panelboards .5 26 27 16 Cabinets and Enclosures 3 26 27 26 Wiring Devices ..3 26 28 00 Overcurrent Protection Devices 6 26 28 17 Disconnect Switches 3 26 28 20 Disconnects and Circuit Breakers ..3 5 • ' S 4 a THOMAS P. ARCHER d ®0 104886 • SS/.• ST • �® �� IL®ONAL 75.--4 4.0.1„24, 7/3//oz4/ ARCHER ENGINEERING,LLC SECTION 26 05 19 600-VOLT POWER CABLE PART 1 GENERAL 1.01 SECTION INCLUDES A. Specifications for 600-Volt power cable. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM B3: Soft or Annealed Copper Wires. 2. ASTM B8: Concentric-Lay-Stranded Copper Conductors, Hard, Medium Hard, Soft. 3. ASTM B33: Tinned Soft or Annealed Copper Wire for Electrical Purposes. B. Institute of Electrical and Electronics Engineers(IEEE), IEEE 383-2.5: IEEE Standard for Type Test of Class IE Electric Cables, Field Splices, and Connections for Nuclear Power Generating Stations. C. Insulated Cable Engineers Association (ICEA): 1. ICEA S-61-402: Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy (NEMA WC-5). 2. ICEA S-66-524: Cross-Linked-Thermosetting-Polyethylene-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy (NEMA WC-7). 3. ICEA S-68-516: Ethylene-Propylene-Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy (NEMA WC-8). D. Underwriters' Laboratories (UL): 1. UL 44: Rubber Insulated Wires and Cables. 2. UL 83: Thermoplastic Insulated Wire and Cables. E. National Fire Protection Association (NFPA), No. 70- National Electrical Code (NEC), Chapter No.3-Wiring Methods and Materials. 1.03 SUBMITTALS A. Submit six sets of the following required items,with each set being in a binder: 1. Completed engineer's data sheets 2. Completed manufacturer's data sheets 3. Manufacturer's cut sheets, catalog data 4. Installation, terminating and splicing procedure 5. Instruction for handling and storage 6. Dimensions and weight 7. Conformance certificate 260519 - 1 ARCHER ENCLNEERING,LLC 1.04 QUALITY ASSURANCE A. Tests: 1. Cable shall be tested at the factory to confirm that the cable complies with requirements of Part 6 of ICEA S-61-402, S-66-524 or S-68-516. Refer to data sheet for additional test requirements. 2. Where applicable, the cable shall meet the requirements of the vertical tray flame test as described in IEEE 383-2.5 1.05 DELIVERY STORAGE AND HANDLING A. Ship cable on manufacturer's standard reel sizes unless otherwise specified. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. Reels shall be of the type specified on the data sheets. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. Provide moisture protection by manufacturer's standard procedure or heat shrinkable self-sealing end caps applied to both ends of the cable. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURES A. American Insulated Wire Company B. Cablec Continental Cables Company C. General Cable Company D. Okonite Company E. Pirelli Cable Corporation F. Rome Cable Corporation G. Triangle Wire and Cable, Inc. 2.02 MATERIALS AND EQUIPMENT A. Design: Provide cable with the following design characteristic. Cable shall be UL 44 or UL 83 listed, rated 600 Volts and certified for continuous operation at the temperature as specified on the 600 Volt Power Cable Data Sheets while installed in underground duct, conduit, or cable tray. Cables shall be single-conductor or multi-conductor(with ground)as specified on the data sheets. B. Conductors: Provide conductors which are Class B, concentric stranded, annealed copper coated, unless otherwise specified on the data sheets, with physical and electrical properties conforming to ASTM B3, B8 or B33 and Part 2 of ICEA S-61-402, S-66-524, or S-68-516. The number and size of conductors supplied in each cable shall correspond to the quantities specified on the data sheets. C. Insulation: Insulate each conductor as specified on the 600 Volt Power Cable Data Sheets to meet the requirements of Part 3 of ICEA S-61-402, S-66-524 or S-68-516. The insulation thickness shall match the dimensions listed in Section 3.2,Table 3-1 of ICEA S-61-402, S-66-524 or S-68-516, as specified on the data sheets. D. Jacket: 260519 -2 ARCHER ENGINEERING,LLC 1. When power cables are to be enclosed in conduit, ducts or in other raceway systems, muSticonductor power cables shall be of the non-metallic type and shall be covered by an overall nonmetallic jacket as specified on the Data Sheets, which complies with the requirements of Section 4.4 of ICEA S-66-524 or S-68-516, Section 4.3 of ICEA S-61- 402, or Table 21-5 of Part 21 of UL 83. 2. Single-conductor cables shall have a jacket thickness which meets the requirements of Table 4-4 of Part 4 of ICEA S-66-524,Table 4-2 of Part 4 of ICEA S-68-516, or Table 4-2 or 4-6 of Part 4 of ICEA S-61-402. Multi-conductor cables shall have a jacket thickness, which complies with Table 4-7 of Part 4 of ICEA S-66-524, Table 4-2 of Part 4 of ICEA S- 68-516, Table 4-5 of Part 4 of ICEA S-68-516, or Table 4-6 of Part 4 of ICEA S-61-402, unless otherwise specified on the data sheets. E. Armor: When power cables are to be exposed in a cable tray, cable channel or other cable support systems, the multiconductor power cables shall be protected by an interlocked metal armor made of galvanized steel which meets the requirements of paragraph 4.5 of ICEA S-68- 516 or S-66-524 unless otherwise specified on the data sheets. An over-all jacket shall be provided as specified in the data sheets. F. Cable Marking: Print cable marking information on the overall cable jacket at 2-foot intervals. Use a permanent printing method color with a sharply contrasting the jacket color. Identify individual conductors as specified on the data sheets in conformance with Part 5 of ICEA S-61- 402, S-66-524, and S-68-516. PART 3 EXECUTION 3.01 PREPARATION A. Complete cable raceway systems, underground duct banks, and cable support systems before installing cables. B. Verify sizing of raceways and pullboxes to ensure proper accommodation for the cables. C. Check the length of the cable raceway system against the length of cable on the selected reel. D. Do not install or work on PVC insulated or jacketed cables in temperatures below 32 degrees F. 3.02 INSTALLATION A. Cable in Conduit and Duct bank: 1. Clean conduits of all foreign matter before cables are pulled. 2. Install cables in accordance with the manufacturer's instructions and the National Electrical Code (NEC), Chapter 3-Wiring Methods and Materials. Do not exceed maximum wire tension, maximum insulation pressure and minimum bending radius. 3. Pull cables into conduits using adequate lubrication to reduce friction. Lubricants must not be harmful to the conductor insulation. B. Cable in Tray: 1. Install medium voltage (5kV and 15kV) and 600V cables in separate trays or separated cables by a barrier in a single tray in accordance with NEC 318-6(f). 260519 -3 ARCHER ENGINEERING,LLC 2. Install cables in trays in a neat and orderly manner. Tie cables to the tray rungs at approximate 15-foot intervals by use of cable ties. 3. Only one layer of 3-conductor No. 4/0 AWG and larger 600-volt power cables are allowed in a cable tray per NEC 318-9(a). 4. Using cable ties, make a triplex of single conductors used for 3-phase systems. Install in cable tray in accordance with NEC 318-10. C. Preparation for Termination: 1. Make up 600-Volt power cable terminations and splices with heat shrinkable sleeves and seals. 2. Use crimp-on terminal lugs and connectors for all sizes of conductors 3. Use crimp-on lugs with long barrel and two-hole tongues, except in places where terminations space is limited. D. Tests: 1. Before connecting the cables, test insulation integrity. 2. Use a 500Vdc megohmmeter and perform the cable insulation test in accordance with the operating instructions. E. Termination: 1. After the 600-Volt cable has been tested with satisfactory results, terminate the cable at both ends to designated terminal points. 2. Tighten connection bolts with a torque wrench to specified torque levels. END OF SECTION 260519 -4 ARCHER ENGINEERING,LLC DATA SHEET 1 of 3 1. IDENTIFICATION 2. CLIENT - MANUFACTURER 3. PROJECT MODEL NO. 4. JOB NO. SIZE 5. PLANT LOCATION SERIAL NO. 6. ITEM NO. INQUIRY NO. 7 SERVICE P.O. NO. 8 QUANTITY REQUIRED 9 10. OPERATING DATA 111. VOLTAGE FREQUENCY AMBIENT TEMP (°C)_ 122. INSTALLATION ENVIRONMENT 133. 144. CONSTRUCTION 15. CONDUCTORS 16. SIZE(AWG or MCM): 177. ARRANGEMENT: SINGLE CONDUCTOR OTHER 18. MULTI-CONDUCTOR NO. OF CONDUCTORS 19. MATERIAL: COPPER ALUMINUM TINNED COPPER 18. JACKETED NON-JACKETED 191. GROUND WIRES IN INTERSTICES: _COPPER ALUMINUM 202. ASTM STANDARD: 213. SPECIAL REQUIREMENTS: 224. 235. _ 24. INSULATION 27. TYPE: CROSS-LINKED-THERMOSETTING-POLYETHYLENE CHLOROSULFONATED POLYETHYLENE 25. POLYVINYL CHLORIDE ETHYLENE-PROPYLENE RUBBER 29. POLYETHYLENE OTHER 260. COLOR: 271. TEMPERATURE RATING: 60°C -75°C (WET-DRY) 75°C- 90°C(WET-DRY) 282. 90°C (WET-DRY) OTHER 293. INSULATING RATING: 100%_ 133%_ 173% OTHER 304. ICEA STANDARD: 315. SPECIAL REQUIREMENTS: 326. 37. 33. JACKET 34. TYPE: POLYVINYL CHLORIDE POLYETHYLENE 35. HEAVY DUTY NEOPRENE CHLOROSULFONATED POLYETHYLENE 36. NYLON OTHER: 37. COLOR: BLACK OTHER: 38. ICEA STANDARD: 39. SPECIAL REQUIREMENTS: 40. ITEM NO. 260519 -5 ARCHER ENGINEERING,LLC DATA SHEET 2 of 3 1. ARMORING 2. TYPE: INTERLOCKED (POSITIVE) OTHER 3. MATERIAL: GALVANIZED STEEL ALUMINUM 4. OTHER 5. COVERING: POLYVINYL CHLORIDE OTHER 6. COLOR: BLACK OTHER 7. ICEA STANDARD: 8. SPECIAL REQUIREMENTS: 9. 10. MARKING 11. CONDUCTOR IDENTIFICATION 12. SINGLE CONDUCTOR: 13. MULTI-CONDUCTOR: 14. CABLE MARKING 15. REQUIRED: _ MANUFACTURER CONDUCTOR SIZE 16. NO. OF CONDUCTORS VOLTAGE RATING 17. _ UL LABEL NEC TYPE 18. TEMPERATURE RATING MO/YR OF MANUFACTURE 19. OTHER 20. 21. TESTING 22. PHYSICAL FLAME TESTS (PER IEEE 383-2.5) 23. 24. ELECTRICAL OTHER TESTS 25. MEGGER 26. OTHER 27. 28. 29. QUALITY ASSURANCE 30. NO ADDITIONAL REQUIREMENTS ATTACHED SPECIFICATION_ 31. 32. PACKAGING 32. DOMESTIC EXPORT 33. 34. SHIPPING 35. REEL TYPE: RETURNABLE NON-RETURNABLE LENGTH PER REEL_ 36. 37. ADDITIONAL REQUIREMENTS: 39. 38. 39. 40. 41. 42, 43. 44. 45. 46. 49. ITEM NO. 26 05 19 -6 ARCHER ENGINEERING,LLC DATA SHEET 3 of 3 1. MANUFACTURER DATA 2. CABLE DIMENSION (O.D. IN.) SHIPPING TIME 3. CABLE CROSS-SECTIONAL AREA OTHER 4. CABLE WEIGHT(LBS/FT) 5. CABLE MIN BENDING RADIUS 6. TENSILE STRENGTH 7. GROSS WEIGHT/REEL(LBS) 8. TOTAL CUBIC FEET/REEL 9. SHORT CIRCUIT WITHSTAND CURVES_ 10. 11. NOTES 12. 13.14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40, 41. 42. 43. 44. 45. 46. 47. 48. 49. ITEM NO. 260519 -7 ARCHER ENGINEERING,LLC SECTION 26 05 25 INSTRUMENTATION CABLE PART 1 GENERAL 1.01 SECTION INCLUDES A. Specifications for instrumentation cable. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM). 1. ASTM B3: Soft or Annealed Copper Wires. 2. ASTM B8: Concentric-Lay-Stranded Copper Conductors, Hard, Medium Hard, Soft. 3. ASTM B33: Tinned Soft or Annealed Copper Wire for Electrical Purposes. B. Institute of Electrical and Electronics Engineers (IEEE), IEEE 383-2.5: IEEE Standard for Type Test of Class IE Electric Cables, Field Splices, and Connections for Nuclear Power Generating Stations. C. Insulated Cable Engineers Association (ICEA): 1. ICEA S-61-402: Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy (NEMA WC-5). 2. ICEA S-66-524: Cross-Linked-Thermosetting-Polyethylene-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy (NEMA WC-7). 3. ICEA S-68-516: Ethylene-Propylene-Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy (NEMA WC-8). D. Underwriters' Laboratories (UL): 1. UL 44: Rubber Insulated Wires and Cables. 2. UL 83: Thermoplastic Insulated Wire and Cables. E. American National Standards Institute/National Fire Protection Association (ANSI/NFPA), NFPA No. 70- National Electrical Code (NEC), Chapter No. 3 -Wiring Methods and Materials, Article 725 -Class 1, Class 2, and Class 3 Remote Control, Signaling, and Power-Limited Circuits. 1.03 SUBMITTALS A. Submit six sets of the following required items,with each set being in a binder: 1. Completed engineer's data sheets from this specification or manufacturer's data sheets, cut sheets, and catalog data. 2. Installation, terminating and splicing procedure (including bending radius and pulling tension data). 260525 - 1 ARCHER ENGINEERING.LLC I 3. Instruction for handling and storage. 4. Dimensions and weight. 1.04 QUALITY ASSURANCE A. Tests: 1. Cable shall be tested at the factory to confirm that the cable complies with requirements of ICEA Section 7.7.9 of S-66-524 or 7.5.9 of S-68-516. Refer to data sheet for additional test requirements. 2. Where applicable, the cable shall meet the requirements of the vertical tray flame test as described in IEEE 383-2.5. 1.05 DELIVERY, STORAGE AND HANDLING A. Ship cable on manufacturer's standard reel sizes unless otherwise specified. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. Reels shall be of the type specified on the data sheets. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. Provide moisture protection by manufacturer's standard procedure or heat shrinkable self-sealing end caps applied to both ends of the cable. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Alpha Wire Corporation B. Belden Division, Cooper Industries, Inc. C. Cablec Continental Cables Company D General Cable Company E. Manhattan Electric Cable Corporation F. Okonite Company 2.02 MATERIALS AND EQUIPMENT A. Design: Provide cable with the following design characteristics. The cable shall consist of multiple conductors. The cable assembly shall be UL listed, flame, oil and sunlight resistant, and certified for continuous operation at the temperature specified on the Instrumentation Cable Data Sheets in wet or dry locations while installed in underground duct, conduit, or cable tray. The number and size of conductors supplied in each cable shall correspond to the quantities specified on the Instrumentation Cable Data Sheets. Each conductor shall be individually insulated. Pairs and triads shall have conductors,which are twisted together with a drain wire, shielded, and covered with a jacket. Multi-pair/triad cables shall consist of the required number of electrically isolated, shielded pairs or triads,which are bundled together and covered by an overall jacket as specified on the Instrumentation Cable Data Sheets. B. Conductors: Provide conductors which are Class B, concentric stranded, annealed tinned copper whose physical and electrical properties comply with ASTM B3, B8 or B33 and Part 2 of ICEA S- 61-402, S-66-524, or S-68-516, unless otherwise specified on the Instrumentation Cable Data Sheets. 260525 -2 ARCHER ENGINEERING,LLC C. Insulation: Each conductor shall be insulated as specified on the Instrumentation Cable Data Sheets in compliance the requirements of Part 3 of ICEA S-61-402, S-66-524, or S-68-516. The average insulation thickness shall not be less than the dimensions shown in Table 7-32 or 7.5.1 of 10EA S-66-524 or S-68-516 for 600-volt insulation unless otherwise specified on the Instrumentation Cable Data Sheets. The minimum insulation thickness shall not be less than 90 percent of the value given in the table. D. Drain Wire: Provide drain wire which is Class B, seven-stranded, tin-coated copper in accordance with ASTM B3, B8, or B33 and as specified on the Instrumentation Cable Data Sheets. The drain wire shall not be less than two AWG sizes smaller than the insulated conductor's size, except for multiple pair triad drain wires, which shall not be less than the insulated conductor size. E. Shielding: Provide shielding consisting of laminated, nonburning, mylar-backed aluminum tape applied helically around a twisted pair or triad with the aluminum side in continuous contact with the drain wire unless otherwise specified on the Instrumentation Cable Data Sheet. Wrap the tape around each twisted pair or triad with a 25 percent minimum overlap unless otherwise specified on the Instrumentation Cable Data Sheets. F. Jacket: The physical and electrical properties of the jacket used to cover single or multi-pair or triad cables shall meet the requirements of section 7.7.7 or ICEA S-66-524 or section 7.5.6 of ICEA S-68-516. Jacket material is specified on the Instrumentation Cable Data Sheets. The jacket thickness shall be equal to the dimensions shown in Table 7-33 or 7.5.2 of ICEA S-66-524 or S-68-516. The jacket material is specified on the Instrumentation Cable Data Sheets. The jacket thickness shall be equal to the dimensions shown in Table 7-33 or 7.5.2 of ICEA S-66-524 or S-68-516. G. Armor: Where requested, use instrumentation cables protected by an interlocked metal tape armor coating made of galvanized steel which meets the requirements of paragraph 4.5 of ICEA S-68-516 or S-66-524, unless otherwise specified on the Instrumentation Cable Data Sheets. H. Conductor Identification: Use individual conductors in single-pair and single-triad cables which are color coded black and white; and black,white and red, respectively. Multi-pair-triad cables shall have one conductor in each pair or triad colored white, and all other conductors are color coded in sequence according to Table L-2 of Appendix 2 of ICEA S-66-524, and as specified on the Instrumentation Cable Data Sheets. I. Cable Marking: Print cable-marking information on the jacket of each cable at 2-foot intervals. Use a permanent printing method with color sharply contrasting the jacket color. See the Instrumentation Cable Data Sheets for the minimum information required. PART 3 EXECUTION 3.01 PREPARATION A. Complete cable raceway systems, underground duct banks and cable support systems before installing cables. B. Verify sizing of raceways and pullboxes to ensure proper accommodation for the cables. I 260525 -3 ARCHER ENGINEERING,LLC C. Check the length of the cable raceway system against the length of cable on the selected reel. D. Do not install or work on PVC insulated or jacketed cables in temperatures below 32 degrees F. E. Clean conduits of foreign matter before cables are pulled. F. Provide at least 30 percent spare conductors or pairs. 3.02 INSTALLATION A. Cable in Conduit and Ductbank 1. Install cables in accordance with the manufacturer's instructions and NEC Article 725- Class 1, Class 2, and Class 3 Remote Control, Signaling and Power Limited Circuits. Do not exceed maximum wire tension, maximum insulation pressure and minimum bending radius. 2. Pull cables into conduits using adequate lubrication to reduce friction. Lubricants must not be harmful to the conductor insulation or cable jacket. 3. Conduits carrying low-level signal cables shall be PVC-coated rigid steel. B. Cable in Tray: Install instrument and signal cable in cable tray only when the tray is dedicated for this type cable and cables are approved for tray installation. C. Termination: 1. Do not splice conductors. For termination use crimp-on type ring tongue non-insulated tin-plated copper lugs. 2. For shielded control cable, terminate the shield and ground it at one end only, preferably at the control panel end for instrument and communication cable and at the supply end for electronic power cables. Shield on ungrounded cable end to be wrapped cylindrically around cable end and thoroughly insulated with Scotch 33 electrical tape. Grounded end to be of sufficient length to reach ground screw or terminal strip and insulated with transparent tubing. 3. If splicing is required, maintain shield continuity by jumpering the ground shield across connection point where it is broken at junction boxes, or other splice points. Insulate these points from ground. 4. Mark wiring on both ends with circuit numbers or loop tag numbers. Heat shrink wire markers after the ring tongue terminal has been installed. Extend the marker over the crimp or base of the terminal. D. Tests: 1. Before connecting the cables, test insulation integrity and conductor continuity. 2. Test shielded cable shields with an ohmmeter for continuity along the length of the cable and for shield continuity to ground. 26 05 25-4 ARCHER ENGINEERING,LLC 3. Connect shielded instrumentation cables to a calibrated 4-20 milliamp DC signal transmitter and receiver. Test at 4,12,and 20 milliamp transmitter settings. 4. Test each electrical circuit after permanent cables are in place to demonstrate that the circuit and connected equipment perform satisfactorily and that cables are free from improper grounds and short circuits. E. Termination: After the instrumentation cable has been tested with satisfactory results, the cable can be terminated at both ends to their designated terminal points. END OF SECTION 260525 - 5 ARCHER ENGINEERING,LLC I SECTION 26 05 26 GROUNDING AND BONDING PART 1 GENERAL 1.01 SECTION INCLUDES A. Grounding electrodes and conductors B. Equipment grounding conductors C. Bonding D. Power system grounding E. Communication system grounding F. Electrical equipment and raceway grounding and bonding G. Control equipment grounding 1,02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM B3: Soft or Annealed Copper Wires 2. ASTM B8: Concentric-Lay-Stranded Copper Conductors, Hard, Medium Hard, Soft 3. ASTM B33: Tinned Soft or Annealed Copper Wire for Electrical Purposes B. Institute of Electrical and Electronics Engineers(IEEE). 1. IEEE 142-82: Recommended Practice for Grounding of Industrial and Commercial Power Systems 2. IEEE 383-2.5: IEEE Standard for Type Test of Class IE Electric Cables, Field Splices, and Connections for Nuclear Power Generating Stations. C. Underwriters' Laboratories (UL): 1. UL 83: Thermoplastic Insulated Wire and Cables 2. UL 467: Grounding and Bonding Equipment D. National Fire Protection Association (NFPA), NFPA No. 70-National Electrical Code(NEC), Article No. 250 -Grounding. 1.03 SUBMITTALS A. Submit six sets of the following required items,with each set being in a binder: 1. Manufacturer's cut sheets and catalog data 2. Installation, terminating and splicing procedure 3. Instruction for handling and storage 4. Dimensions and weight 260526 - 1 ARCHER ENGINEERING,LLC 1.04 QUALITY ASSURANCE A. Tests: 1. Use insulated cable conforming to requirements of the vertical tray flame test as described in IEEE 383-2.5. 2. Test grounding system in the field in accordance with procedures outlined in Part 3 - Execution. 1.05 DELIVERY, STORAGE AND HANDLING A. Ship grounding cable on manufacturer's standard reel sizes unless otherwise specified. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. Pack and crate other materials specified to withstand normal abuse during shipping, handling and storage. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Cable: 1. American Insulated Wire Company 2. Cablec Continental Cables Company 3. General Cable Company 4. Okonite Company 5. Pirelli Cable Corporation 6. Rome Cable Corporation 7. Triangle Wire and Cable, Inc. B. Ground Rods and Connectors: 1. Blackburn 2. Copperweld 3. Thomas& Betts C. Exothermic Connections: 1. Burndy Corporation (Therm-O-Weld) 2. Erico Products (Cadweld) D. Grounding Connectors: 1. Burndy Corporation 2. O.Z. Gedney 3. Thomas& Betts 26 05 26 -2 ARCHER ENGINEERING,LLC 2.02 MATERIALS AND EQUIPMENT A. Design: 1. Provide grounding cable and materials with the following characteristics: a. Use a grounding system designed in accordance with NEC Article No. 250 - Grounding, and the IEEE 142-82 -Recommended Practice for Grounding of Industrial and Commercial Power Systems. B. Materials: 1. Use grounding conductors, bare or insulated,which are manufactured and tested in accordance with applicable standards ASTM B3, ASTM B8 and ASTM B33. 2. Provide a main ground loop of No. 4/0 AWG, Class C stranded, bare copper cable. Small groups of isolated equipment may be grounded by a No. 2 AWG minimum insulated conductor connected to the main loop. Generally, taps shall be sized as follows: a. Main ground loop or grid: #4/0 minimum b. Switchgear, motor control centers and power transformers: #4/0 c. Motors 200 hp and above: #4/0 d. Power panels-AC and DC: #2/0 e. Control panels and consoles: #2 f. Building columns: #4/0 g. Fencing posts: #2/0 3. Where single conductor insulated grounding conductors are called for, use 600-volt insulation. Use ground conductors identified with green insulation or green tape marking. 4. Supply identifying ribbon which is PVC tape, 3 inches wide, red color, permanently imprinted with"CAUTION BURIED ELECTRIC LINE BELOW' in black letters as specified in Section 26 05 53, Electrical Identification. 5. Utilize flexible copper braid across hinged chain link or fence gates to bond the movable portion to the grounded fence post. PART 3 EXECUTION 3.01 PREPARATION A. Complete site preparation and soil compaction before trenching and driving ground rods for the underground grid. B. Verify from Drawings the exact location of stub-up points for grounding of equipment, fences and building or steel structures. 260526 -3 ARO-11ER ENGINEERING,LLC 3.02 CONSTRUCTION CRITERIA A. Install the main ground loop at a depth of at least 30 inches below earth surface. Connect the ground loop to ground rods and to tap connections to form a complete system as indicated on the electrical Drawings, The Contractor shall give special attention to the grounding of service equipment, structures and fences to comply with the NEC, local authorities and the serving utility company. B. Electrical equipment, buildings, tanks, and other structures and equipment shall be grounded as indicated on the Drawings. Where ground rods are required, the rods shall be 10 feet long, 3/4- inch diameter, copper-clad steel ground rods. Rods shall be driven vertically, and the top of the rods shall be a minimum of 18 inches below finished grade, or as specified on the Drawings. C. Local pushbutton and selector switch stations, two-wire control devices, disconnect switches, lighting transformers, panelboards, operator panels, benchboards, and the enclosures of other electrical apparatus shall be grounded through and equipment grounding conductor run with the power supply or control circuit conductors or shall be grounded as shown on the Drawings. D. Ground medium voltage motors, in addition to the grounding conductors in the motor feeder cable, with a separate No. 4/0 AWG cable to motor frame. E. Motors having power supplied by multiconductor cable shall be grounded by a separate grounding conductor in the cable and where supplied by single conductor cable in conduit by a grounding conductor pulled in the conduit. Connect ground conductors to the ground bus in the motor control center and to the ground terminal provided in the motor conduit box. F. Do not ground the insulated bearing pedestals of large motors. G. Connect ladder-type cable trays to the grounding electrode system. H. Install a warning ribbon approximately 12 inches below finished grade directly above the ground grid. I. Connect fence posts of chain link and metal fences to the main ground loop at least every 50 feet. 3.03 INSTALLATION A. Equipment Grounding: 1. Make grounding connections to surfaces,which are dry and cleaned of paint, rust, oxides, scales, grease and dirt to ensure good conductivity. Clean copper and galvanized steel to remove oxide before making welds or connections. 2. Use the exothermic welding process for below-grade grounding connections, except at ground rods. Use mechanical connectors or thermal connections for above-grade grounding connections as shown on the Drawings. 3. Make grounding connections to electrical equipment, vessels, mechanical equipment and ground rods in accordance with the Drawings. 26 05 26 -4 ARCHER ENGINEERING,LLC 4. Ground tanks and vessels by making connections to integral structural supports or to existing grounding lugs or pads, and not to the body of the tank or vessel. 5. Leave ground connections to equipment visible for inspection. Protect them with PVC non-metallic conduit as indicated on the Drawings. 6. Make connections to motor frames and ground buses with lugs attached to the equipment by means of bolts. Do not use motor anchor bolts or equipment housing for fastening lugs of grounding cable. 7. Where the wiring for lighting systems consists of single conductor cables in conduit, provide each conduit with an equipment-grounding conductor. Use a grounding conductor with green colored insulation and ground equipment in the lighting system. B. Raceway and Support Systems Grounding: 1. Install raceway,cable rack or tray and conduit so that it is bonded together and permanently grounded to the equipment ground bus, according to the Drawings. Connection to conduit may be grounding bushing or ground clamp. 2. Install raceway at low voltage motor control centers or other low voltage control equipment so that it is bonded and grounded, except that any conduit which is effectively grounded to the sheet metal enclosure by bonding bushing or hubs need not be otherwise bonded. 3. Where a grounding conductor is run in or on a cable tray, bond the grounding conductor to each section of cable tray with a cable tray ground clamp. 4. Where only grounding conductor is installed in a metal conduit, bond both ends of the conduit to the grounding conductor. 5. Provide flexible"jumpers"around raceway expansion joints. Use copper bonding straps for steel conduit. Install jumpers across cable tray joints,which have been parted to allow for expansion and any hinged cable tray connections. C. Fences and Gates: 1. Ground fences, fence posts and gates to the underground grid as shown on the Drawings. D. Power System Grounding: 1. Solidly ground the secondary neutral of the main power supply transformer either to the ground grid or through an impedance. See Drawings for details. 2. Solidly ground the neutral of lighting, instrument and control transformers. 260526 -5 ARCHER ENGINEERING,1..0 E. Cable Armor and Shields: 1. For shielded control cable, terminate and ground the shield at one end only, preferably at the control panel end for instrument and communication cable and at the supply end for electronic power cables. Maintain shield continuity by jumpering the ground shield across connection point where it is broken at junction boxes, or other splice points. Insulate these points from ground. 2. Connect the ground wire in power cable assemblies at each terminal point to a ground bus, if available, or to the equipment enclosure. Do not carry these ground wires through a "doughnut" current transformer(CT) used for ground fault relaying; do carry ground leads from stress cones through CTs. Ground power cable armor and shield at each terminal point. F. Test Wells: 1. Provide access(test wells) for testing the ground grid system at one or several ground rod locations. Make test wells of a pipe surrounding the rod and connections with a cover placed on top at grade level. See Drawings for details. 2. Install a test well at the service entrance pole to serve as the service entrance-grounding electrode. G. Test: 1. Perform ground resistance tests after underground installation and connections to building steel are complete, unless otherwise noted on applicable Drawings. 2. Make tests at each ground test well using a"fall of potential" test method. Each ground test well shall not exceed a maximum resistance of 5 ohms. Where measured values exceed this figure, install additional ground rods as required to reduce the resistance to the specified limit. H. Inspection: 1. Inspection of the grounding system by the Engineer and the local Code Inspector must take place before the grid trenches are backfilled. END OF SECTION 260526 -6 ARCHER ENGINEERING,LLC SECTION 26 05 27 GROUNDING PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Solid grounding of electrical systems and equipment. 2. Basic requirements for grounding for protection of life, equipment, circuits, and systems. 3. Grounding requirements specified in this Section may be supplemented in other sections of these Specifications. 1.02 REFERENCES A. American Society for Testing and Materials(ASTM): 1. B3-90 -Standard Specification for Soft or Annealed Copper Wire. 2. B8-90 - Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft. 3. B33-91 - Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes. B. National Fire Protection Association (NFPA): 1. NFPA 78-89- Lightning Protection Code. C. Underwriter's Laboratories (UL) 1. 467 84 - UL Standard for Safety Grounding and Bonding Equipment. 1.03 SUBMITTALS A. Submit all products covered under this specification for Engineer's approval. B. Test Results: 1. Report of field tests and observations certified by Contractor. 1.04 QUALITY ASSURANCE A. Items provided under this section shall be listed OR labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term"NRTL"shall be as defined in OSHA Regulation 1910.7, 2. Terms"listed" and"labeled" shall be as defined in National Electrical Code, Article 100. 260527 - 1 ARCHER ENGINEERING,LLC B. Regulatory Requirements: 1. National Electrical Code (NEC): Components and installation shall comply with National Fire Protection Association (NFPA) 70. PART 2 PRODUCTS 2.01 GROUNDING AND BONDING PRODUCTS A. Products: Of types indicated and of sizes and ratings to comply with current NEC. Where types, sizes, ratings, and quantities indicated are in excess of current NEC requirements, more stringent requirements and greater size, rating, and quantity indications govern. B. Conductor Materials: Copper. 2.02 WIRE AND CABLE CONDUCTORS A. Comply with Section 16120. Conform to NEC Table 8, except as otherwise indicated, for conductor properties, including stranding. B. Equipment Grounding Conductor: Green insulated. C. Grounding Electrode Conductor: Stranded cable. D. Bare Copper Conductors: 1. Solid Conductors: ASTM B3. 2. Assembly of Stranded Conductors: ASTM B8. 3. Tinned Conductors: ASTM B33, 2.03 MISCELLANEOUS CONDUCTORS A. Ground Bus Bare annealed copper bars of rectangular cross section. B. Braided Bonding Jumpers: Copper tape, braided No. 30 gage bare copper wire, terminated with copper ferrules. C. Bonding Strap Conductor/Connectors: Soft copper, 0.05 in. thick and 2 in. wide, except as indicated. 2.04 CONNECTOR PRODUCTS A. General: Listed and labeled as grounding connectors for materials used. B. Pressure Connectors: High-conductivity-plated units. C. Bolted Clamps: Heavy-duty units listed for application. D. Exothermic Welded Connections: Provide in kit form and select for specific types, sizes, and combinations of conductors and other items to be connected. 260527-2 ARCHER ENGINEERING,LLC 2.05 GROUNDING ELECTRODES A. Ground Rods: Copper-clad steel with high-strength steel core and electrolytic-grade copper outer sheath, molten welded to core. 1. Size: 3/4 inch by 10 feet unless otherwise indicated. B. Plate Electrodes: Copper plates, minimum 0.10 in. thick, size as indicated. PART 3 EXECUTION 3.01 APPLICATION A. Equipment Grounding Conductor Application: Comply with NEC Article 250 for sizes and quantities of equipment grounding conductors, except where larger sizes or more conductors are indicated. 1. Install separate insulated equipment grounding conductors with circuit conductors. a. Raceway may be used as equipment ground conductor where feasible in non- hazardous areas and permitted by current NEC for lighting circuits and receptacle circuits. b. Install insulated equipment ground conductor in nonmetallic raceways unless designated for telephone or data cables. B. Underground Conductors: Bare, tinned, stranded copper except as otherwise indicted. C. Signal and Communications: For telephone, alarm, instrumentation and communication systems, provide #4 AWG minimum green insulated copper conductor in raceway from grounding electrode system to each terminal cabinet or central equipment location. D. Ground separately derived systems required by NEC to be grounded in accordance with NEC paragraph 250-26. E. Metal Poles Supporting Outdoor Lighting Fixtures: Ground pole to grounding electrode as indicated in addition to separate equipment grounding conductor run with supply branch circuit. 3.02 INSTALLATION A. General: Ground electrical systems and equipment in accordance with current NEC requirements except where Drawings or Specifications exceed NEC requirements. B. Ground Rods: 1. Locate minimum of one-rod length from each other and at least same distance from any other grounding electrode. 2. Interconnect ground rods with bare conductors buried at least 24 in. below grade. 3. Connect bare-cable ground conductors to ground rods by means of exothermic welds except as otherwise indicated. 4. Make connections without damaging copper coating or exposing steel. 5. Use 3/4-inch by 10-ft. ground rods except as otherwise indicated. 26 05 27 - 3 ARCHER ENGINEERING,LLC 111 3.03 CONNECTIONS A. General: Make connections to minimize possibility of galvanic action or electrolysis. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot-tin-coated materials to assure high conductivity and make contact points closer in order of galvanic series. 2. Make connections with clean bare metal at points of contact. 3. Aluminum to steel connections: stainless steel separators and mechanical clamps. 4. Aluminum to galvanized steel connections: tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections involving dissimilar metals with inert material such as red lead paint to prevent future penetration of moisture to contact surfaces. B. Exothermic Welded Connections: 1. Use for connections to structural steel and for underground connections except those at 2. test wells. Install at connections to ground rods and plate electrodes. 3. Comply with manufacturer's written recommendations. 4. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. C. Terminations: 1. Terminate insulated equipment grounding conductors for feeders and branch circuits with pressure-type grounding lugs. 2. Where metallic raceways terminate at metallic housings without mechanical and electrical connection to housing, terminate each conduit with grounding bushing. 3. Connect grounding bushings with bare grounding conductor to ground bus in housing. 4. Bond electrically noncontinuous conduits at both entrances and exits with grounding bushings and bare grounding conductors. D. Tighten grounding and bonding connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque tightening values for connectors and bolts. Where manufacturer's torquing requirements are not indicated, tighten connections to comply with torque tightening values specified in UL 486A and UL 486B. E. Connections at Test Wells: Use compression-type connectors on conductors and make bolted- and clamped-type connections between conductors and ground rods. F. Compression-Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by manufacturer of connectors. Provide embossing die code or other standard method to make visible indication that connector has been adequately compressed on ground conductor. 260527-4 ARCHER ENGINEERING,LLC G. Moisture Protection: Where insulated ground conductors are connected to ground rods or ground buses, insulate entire area of connection and seal against moisture penetration of insulation and cable. 3.04 FIELD QUALITY CONTROL A. Test: 1. Subject completed grounding system to megger test at each location where maximum ground resistance level is specified, at service disconnect enclosure ground terminal, and at ground test wells. 2. Measure ground resistance without soil being moistened by any means other than natural precipitation or natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. B. Ground/resistance maximum values shall be as follows: 1. Equipment rated 500 kVA and less: 10 Ohms. 2. Equipment rated 500 kVA to 1000 kVA: 5 Ohms. 3. Equipment rated over 1000 kVA: 3 Ohms. C. Deficiencies: Where ground resistances exceed specified values, notify Engineer, and if directed by Engineer, modify grounding system to reduce resistance values. Where measures are directed that exceed those indicated, provisions of Contract covering changes will apply. D. Report: Prepare test reports, certified by testing organization, of ground resistance at each test location. Include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. 3.05 RESTORATION A. Restore surface features at areas disturbed by excavation and reestablish original grades except as otherwise indicated. B. Where sod has been removed, replace it as soon as possible after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other Work to their original condition. D. Include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, or mulching. E. Restore disturbed paving as indicated. END OF SECTION 260527- 5 ARCHER ENGINEERING,LLC SECTION 26 05 30 BASIC MATERIALS AND METHODS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Raceway Systems 2. Wire, Cables and Connectors 3. Wiring Devices 4. Motor Starters 5, Motor and Circuit Disconnects 6. Fuses 7. Panelboards 8. Transformers 1.02 RELATED SECTIONS A. Division 26 - Electrical Specifications that apply to the requirements of this project. 1.03 SUBMITTALS A. Submit all products covered under this section for Engineer's approval. B. Product Data: 1. Submit for disconnects, motor starters, panelboards, circuit breakers, overcurrent protective devices, transformers, and mini-power centers. 2. Product data sheets with printed installation instructions. C. Shop Drawings: 1. Submit for motor starters. 2. Show enclosure dimensions, nameplate nomenclature, electrical ratings, and thermal unit schedule. 3. Wiring diagrams and schematics. D. Approval of equipment supplied in this section is contingent upon Contractor verification of available fault current from electric utility. 1. Notify Engineer if available fault current is higher than specified equipment. E. Operation and Maintenance (O&M) Data: 1. Maintenance data for materials and products for inclusion in Operating and Maintenance Manual. 260530 - 1 ARCHER ENGINEERING,LLC 1.04 QUALITY ASSURANCE A. Items provided under this section shall be listed or labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term"NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms "listed" and "labeled" shall be as defined in National Electrical Code, Article 100. B. Regulatory Requirements: 1. National Electrical Code (NEC): Components and installation shall comply with National Fire Protection Association (NFPA) 70. C. Where materials or installation methods in this section conflict with other sections, those particular sections shall have precedence unless otherwise indicated. PART 2 PRODUCTS 2.01 RACEWAY SYSTEMS A. Rigid galvanized steel conduits (RGS): 1. Manufacturers: a. Allied Steel b. Wheatland c. Omega d. Columbia 2. Manufacturer's standard lengths and size. 3. Protected inside and out by hot dipped galvanized or electro-galvanized coating. B. Polyvinyl chloride conduit(PVC): 1. Manufacturers: a. Carlon b. Genova c. Certainted 2. Standard lengths and sizes. 3. Schedule 40 or 80, heavy wall rigid plastic(PVC)conduit manufactured to NEMA TC2 standards, UL listed, and as required by current NEC. 4. Rated for 90C cable. I 4 260530 - 2 ARCHER ENGLNEERING,LLC C. PVC coated rigid galvanized steel conduit(PVC-RGS): 1. Manufacturers: a. Perma-Coat Plastics, Inc. b. Robroy Industries 2. NEMA RN1. 3. Rigid galvanized steel conduit with PVC coating. 4. Full weight 40-mil thick PVC coating, bonding to galvanized metal shall be stronger than plastic tensile strength. D. Flexible conduit: 1. Manufacturers: a. Triangle PWC, Inc. b. Flexsteel c. Anaconda d. American Flexible Conduit 2. Galvanized flexible steel. 3. Standard conduit sizes. 4. Minimum Size: '/2-in. E. Liquidtight flexible conduit: 1. Manufacturers: a. O-7JGedney Company b. Flex-Guard, Inc. c. Anaconda d. American Flexible Conduit e. Liquidtight 2. Galvanized flexible steel. 3. Standard conduit sizes. 4. Minimum Size: '/2-in. 5. Heavy wall PVC jacket. F. Fittings: 1. Manufacturers: a. Appleton Electric Company b. Steel City, American Electric c. Oz-Gedney Company 2. Steel or malleable iron, zinc galvanized or cadmium plated. 260530 -3 ARCHER ENGINEERING,LLC 3. Do not use set screw or indentor type fittings. 4. Do not use aluminum or die cast fitting. 5. GRS Connectors and Couplings: a. Threaded b. Insulated throat c. Gland compression type d. Rain and concrete type 6. Flexible Conduit Connectors and Couplings: a. Threaded b. Grounding type c. Insulated throat d. Gland compression type 7. Liquidtight Flexible Conduit Fittings: a. Liquidtight b. Threaded c. Grounding type d. Insulated throat e. Gland compression type 8. Expansion Joints: a. Conduit expansion fittings complete with copper bonding jumper, Crouse-Hinds Type XJ. b. Conduit expansion/deflection fittings with copper bonding jumper, Crouse-Hinds Type XD. 9. Seals: a. Wall entrance, Appleton Type FSK or FSC. 10. Drain Fittings: a. Automatic Drain Breather. 1) Explosion proof. a) Safe for Class I, Groups C and D. 2) Capable of passing minimum 25cc water/min and minimum 0.05 cu ft air/min at atmospheric pressure. 260530 -4 ARCHER ENGINEERING,LLC b. Condensate Drain: 1) Conduit outlet body, Type T. 2) Threaded, galvanized plug with 3/16-in. drilled holed through plug. 11. Hazardous Areas: a. Explosionproof. b. Horizontal seal fittings, Crouse-Hinds Type EYS. c. Vertical seal fittings, Crouse-Hinds Type EYD. d. Vertical seal fittings shall have drain plug. 12. Conduit Connectors: Watertight as manufactured by Myers Hubs, or equal. G. Boxes: 1. Manufacturers: a. Interior Outlet Boxes: 1) Appleton Electric Company 2) Raco 3) Steel City, American Electric 4) Eaton Crouse-Hinds 5) Hubbell b. Weatherproof Outlet Boxes: 1) Appleton Electric Company 2) Crouse-Hinds Company 3) O-Z/Gedney Company 4) Perfect-Line, American Electric c. Junction and Pull Boxes: 1) Hoffman (Pentair) 2) Weigmann (Hubbell) 3) Eaton Crouse-Hinds d. Outlet Boxes-Flush Mounted: 1) Wall Outlets: Square corner, galvanized masonry type with internally mounted ears or 4-in. sq. with raised cover having square corners and internally mounted ears. 2) Ceiling Lighting Fixture Outlet Boxes: 4-in. sq. galvanized box with raised cover set flush with finished surface, complete with 3/8-in. fixture stud. e. Outlet Boxes-Surface Mounted: 1) General Use: 4-in. sq. with raised device cover. 2) Weatherproof: Cast galvanized with threaded hub. 260530 -5 ARCHER ENGINEERING,LLC 3) Hazardous Locations: Cast galvanized approved for classification of area. f. Junction and Pull Boxes: 1) Fabricate from code gauge galvanized steel,with covers held in place by corrosion resistant machine screws. 2) Size as required by code for number of conduits and conductors entering and leaving box. 3) Provide with welded seams where applicable, and equip with corrosion resistant nuts, bolts, screws, and washers. 4) Finish with rust inhibiting primer. 2.02 WIRES, CABLES, AND CONNECTORS A. Manufacturers: 1. Wire and Cable: a. Collier b. Southwire c. Rome Cable d. Houston Wire and Cable e. Beldon f. Dekoron 2. Connectors: a. Burndy b. Thomas and Betts c. Blackburn, American Electric B. Copper wire only. C. 600V insulation (ASTM standard compounds)and color-code conductors for low voltage (secondary feeders and branch circuits) as required by current NEC. 1. Type THWN Stranded: Single conductor No. 14 AWG minimum for branch circuit and feeder conductors size No. 8 AWG and smaller. 2. Type XHHW Stranded: Single conductor for branch circuits, feeders, and service conductors larger than No. 8 AWG. 3. Provide grounding conductor when run with circuit conductors with same insulation as circuit conductors. 4. Type UE Stranded: Single conductor for under-ground direct burial. 260530 -6 ARCHER ENGINEERING,LLC 5. Type THWN Stranded: Single conductor No. 12 AWG minimum for 120V control wiring and No. 14 AWG minimum for graphic indication, nonshielded instrumentation and other control wiring operating at less than 120V, unless otherwise indicated. a. Provide high-density polyethylene jacketed multi-wire cable assemblies in underground conduit or duct. 6. Polyethylene insulated, tinned copper(19 by 27) stranding, No. 16 AWG, two conductors cabled with aluminum polyester electrostatic shielding, stranded tinned copper drain wire, and chrome vinyl outer jacket for interference sensitive instrumentation wiring. a. Additional high-density neoprene jacket on cables installed below ground and in duct encasements. 7. Vinyl insulated, tinned copper, solid, twisted pair, cabled conductors and silver gray vinyl jacket for telephone inter-communications. a. Up to 4 conductors/cable, 22 AWG solid wire. b. Over 4 conductors/cable, 24 AWG solid wire. c. Provide high-density polyethylene jacketed multi-wire cable assemblies in underground conduit or duct. 8. Power cables for VFD circuits shall be shielded power cable type specifically made for VFD circuits. a. Conductors: Class B stranded, uncoated annealed copper conforming to ASTM B-3 and B-8 b. Insulation: Each conductor is insulated with black Crosslinked Polyethylene (XLP) conforming to UL Standard 44 for Type RHH/RHW-2. c. Color Coding: Each conductor is black and printed with its conductor number in accordance with ICEA Method 4. d. Ground Wires: Three Class B stranded, un-coated annealed copper conforming to ASTM B-3 and B-8. e. Cable Assembly: The three conductors and three ground wires are cabled with non-hygroscopic fillers. f. Shield: A 5 mil un-coated copper tape is helically wrapped over the twisted assembly with a 50% (nominal)overlap. The shield shall be in contact with the ground wire. f. Outer Jacket: A black, flame retardant Polyvinyl Chloride (PVC)jacket meeting the requirements of UL Standard 1277 is applied. D. Joints, Taps, and Splices: 1. Joints, Taps, and Splices in Conductors No. 10 AWG and Smaller: UL listed compression spring-type solderless connectors with plastic cover. I 26 05 30 -7 ARCHER ENGINEERING,LLC 2. Joints, Taps, and Splices in Conductors No. 8 AWG and Larger: Solderless two or four- bolt compression type connectors of type that will not loosen under vibration or normal strains. 3. Terminations: Compression-type crimp lugs. 2.03 WIRING DEVICES A. Manufacturers: 1. Arrow-Hart, Inc. 2. Hubbell Wiring Device Division 3. Pass and Seymour, Inc. 4. Appleton Electric Company 5. Sierra Electric 6. Crouse-Hinds Company B. Fabricated Devices: 1. Factory fabricated, specification grade wiring devices in type, color, and electrical rating for service indicated. 2. Wring devices of one manufacturer. C. Switches: 1. General Use Lighting Switches: 20-amp toggle, equal to Hubbell No. 1221-I series. 2. Switches controlling equipment, operation of which is not evident from switch position, shall include flush neon pilot light in conjunction with proper switch. Each switch shall be complete with engraved plate to identify equipment being controlled (white letters on black, 1/8-in. high minimum). D. Receptacles: 1. General use duplex receptacles: NEMA No. 5-20R, grounding type, 20-amp Hubbell No. 5362 Specification Grade. 2. Special purpose receptacles. E. Ground-fault circuit interrupter receptacles (GFCI): 1. Ratings: 120-Vac, 20-amp. 2. Tripping Requirement: UL Class A. 3. Construction: a. Shallow depth. b. Line and load terminal screws. c. Noise suppression. d. Feed through. e. Standard duplex wall plates shall fit. f. NEMA 5-20R configuration. 4. Meet requirements of UL 943 ground-fault circuit interrupters. 260530 -8 ARCHER ENGINEERING,LLC F. Wring Device Plates and Covers: 1. Wall plates for wiring devices with ganging and cut outs as indicated, provided with metal screws for securing plates to devices, screw heads colored to match finish of plate. 2 Plates for Flush Mounted Devices: Equal to Sierra P line specifications grade Type No. 430 brushed stainless steel or color as selected by Owner. 3. Telephone outlet configuration to match telephone outlet jack or cable. 4. Device plates for surface mounted Type FS or FD boxes to be Type FSK galvanized steel. 5. Device plates for surface mounted, 4-in. sq. boxed to be %-in. raised galvanized steel covers. 6. Weatherproof plates and covers for exterior devices or devices in damp locations to be galvanized gray cast malleable with gasketed, lift cover plate. G. Explosion-proof Devices: 1. Wring devices for use in hazardous areas shall be explosion-proof approved for Class I, Division 1, Group D areas. 2. Receptacles: Appleton Cat. No. EFS 8175-2023M, Crouse-Hinds Cat. No. ENR 21201 or equal NEMA 5-20R. 3. Plugs: Match receptacles. Furnish 1 plug for each receptacle installed. 4. Switches: Appleton EFS series, Crouse-Hinds EDS series or equal. 2.04 MOTOR STARTERS A. Manufacturers: 1. Allen Bradley 2. Eaton/Cutler-Hammer 3. Furnas Electric Controls 4. Siemens 5. Square D 6. Westinghouse B. Manual Starters: 1. Minimum short circuit withstand rating in combination with motor circuit protective device shall be 10,000 symmetrical amps, unless indicated otherwise. C. Manual Motor Starter Construction: 1. Quick make and break toggle action. 2. Double break silver alloy contacts. 3. 1 piece melting alloy type thermal overload units(solid-state overload relays to be used if shown on the drawings). 4, Starter inoperative unless thermal unit in position. 5. Padlock provision. 260530 -9 ARCHER ENGINEERING,LLC 6. Pilot light. 7. NEMA standards for size and hp rating. D. Magnetic Starters: 1. Minimum short circuit withstand rating in combination with motor circuit protective device shall be 22,000 symmetrical amps or as otherwise indicated. E. Magnetic Motor Starter Construction. 1. Mounted in vertical position, gravity dropout. 2. Double break silver alloy contacts. 3. Molded coil. 4. Contacts and/or coil replacement without removing starter from enclosure or power wiring from starter. 5. Straight through wiring. 6. Overload Relay: a. 1 piece thermal unit construction. b. One melting alloy type overload relay per phase, manually reset. c. Interchangeable thermal units. d. Thermal units must be in place to operate starter. e. Replaceable overload relay circuit contacts. f. Trip at 6 times LRC in 20 sec. g. Solid-state overload relays to be used in place of traditional overloads if shown on the drawings. 7. Overload relay submersible pumps and hermetically sealed motors: a. Same as above except trip at 6 times LRC in 3 to 5 sec. 8. NEMA standards for size and hp rating. 9 NEMA Size 1 minimum. F. 2-Speed Motor Starters-(Where Applicable): 1. Provide separate winding type with two 3-pole starters unless otherwise specified. 2. For remote 2-stage thermostat control, provide cutout of low speed signal on high speed operation. G. Reduced Voltage Motor Starter Construction -(Where Applicable): 1. Closed transition autotransformer type, 2-coil construction with 50%, 65%, and 80% starting voltage taps. H. Combination Starter- (Where Applicable): 1. Combination Starters: a. Motor circuit protector type. b. Three-pole, three-phase NEMA size as indicated with three melting alloy overload relays (solid-state overload relays to be used if shown on the drawings) 26 05 30 - 10 ARCHER ENGINEERING,LLC off` c. Hand-Off-Auto selector switch. Control Circuits: 1. Voltage not to exceed 120V. 2. Control transformer mounted in starter enclosure. 3. Fuses on one secondary line. 4. One secondary line grounded. 5. Transformer sized for device, accessories connected thereto, and 25%extra capacity minimum. J. Controls: 1. Reset button mounted in enclosure cover. 2. Heavy duty, oil-tight green push to test pilot lights mounted in enclosure cover when indicated. 3. Heavy duty, oil-tight pushbuttons and selector switches mounted in enclosure when indicated. 4. 6-digit type elapsed time meters in tenths of hr mounted in enclosure cover when indicated. K. Enclosures: 1. Manual Starters: a. General-purpose flush mounted in finished areas. b. NEMA 1-in unfinished areas. c. NEMA 4 outdoors and wet locations. 2. Magnetic Starters: a. NEMA 12 indoors. b. NEMA 4 outdoors and wet locations. 2.05 MOTOR AND CIRCUIT DISCONNECTS A. Manufacturers: 1. Eaton/Cutler-Hammer 2. Square D 3. Westinghouse B. Enclosed Circuit Breaker Construction: 1.2. 3. 4. Dual cover interlock. External trip indication. Provisions for control circuit interlock. Padlock provisions for padlock in Off position. 5. Handle attached to box, not cover. 6. Handle position indicates On, Off or Tripped. 7. Provisions for insulated or groundable neutral. I 26 05 30- 11 ARCHER ENGINEERING,LLC C. Permanent Trip Circuit Breakers: 1. Thermal and magnetic protection. 2 Magnetic protection only in combination with motor starters and motor circuit protectors (MCP). 3. Single magnetic trip adjustment. 4. Single-handle common trip, 2 and 3-poles(handle ties not acceptable). 5. Push to trip test button. 6. Bolt on type. 7. Quick make and break toggle action. 8. Handle trip indication. 9. Handle position indication, On, Off, and Tripped centered. 10. UL listed for type of wire specified. 11. UL listed short circuit rating (integrated equipment rating). a. Up to 240V: 10,000 RMS symmetrical amp minimum. b. Up to 480V: 14,000 RMS symmetrical amp minimum. D. Safety Switches: 1. NEMA heavy duty Type HD. 2. Dual cover interlock. 3. Visible blades. 4. Provisions for control circuit interlock. 5. Pin type hinges. 6. Tin-plated current carrying parts. 7. Quick make and break operator mechanism. 8. Handle attached to box, not cover. 9. Handle position indication, On in up position and Off in down position. 10. Padlock provisions for up to 3 padlocks in Off position. 11. UL listed lugs for type and size of wire specified. 12. Spring reinforced fuse clips for Class R fuses. 13. Provisions for insulated or groundable neutral. 14. UL listed short circuit rating 200,000 RMS amp with Class R fuses. E. Enclosures: 1. Indoor: NEMA 12 code gauge steel with rust inhibiting primer and baked enamel finish. 2. Outdoor: NEMA 4 code gauge zinc coated steel with baked enamel finish. 2.06 FUSES A. Manufacturers: 1. Bussmann 2. Gould Shawmut 3. Littlefuse B. 250-V Fuses: 1. Class RK 1, 1 end rejection or to fit mountings specified, 1/10 to 600-amps, 200,000-amp interrupting rating. 26 05 30 - 12 ARCHER ENGINEERING,LLC a. Bussmann Low-Peak. LPN-R, dual element, time delay with short circuit protection for motor, transformer, welder, feeder, and main service protection. C. 600-V Fuses: 1. Class RK1, 1 end rejection or to fit mountings specified, 1/10 to 600-amps, 200,000-amp interrupting rating. a. Bussmann Low-Peak: LPS-R, dual element, time delay with short circuit protection for motor, transformer, welder, feeder and main service protection. 2. Class L, bolt in, 601 to 6,000-amps, 200,000-amp interrupting rating. a. Bussmann HI-CAP: KRP-C, time delay for overload and short circuit protection for motor, transformer, feeder, and main service protection. 3. Class CC, fast acting, single element, 1/10 to 30-amps, 200,000-amp interrupting rating. a. Bussmann Limitron: KTK-R, UL listed for motor control circuits, lighting ballasts, control transformers, and street lighting fixtures. D. Spare Fuses: 1. 10%, minimum of 3, of each type and rating of installed fuses. E. Spare Fuse Cabinet: 1. Cabinet: Wall-mounted, 18ga minimum steel unit with full-length, recessed piano-hinged door with key coded cam lock and pull. 2. Size: Provide for orderly storage of spare fuses of this project plus 15% spare capacity, minimum. 3. Finish: Gray baked enamel. 4. Cabinet Door: Bear legend in stenciled 1 1/2-in. high letters, "Spare Fuses". 2.07 PANELBOARDS A. Manufacturers: 1. Eaton/Cutler-Hammer 2. Square D 3. Westinghouse B. Panelboard Ratings: 1. UL listed short circuit rating (integral equipment rating): a. Up to 240V: 10,000 RMS symmetrical amp minimum. b. Up to 480V: 14,000 RMS symmetrical amp minimum. 26 05 30 -13 ARCHER ENGINEERING,LLC C. Panelboard Construction: 1. Main breaker or main lugs only, per panelboard schedule. 2. Molded case circuit breakers. 3. Terminals: a. UL listed for type of wire specified. b. Anti-turn solderless compression type. 4. Bussing: a. Distributed phase sequence type. b. 225-amps, 98%conductivity hard drawn copper or as shown on panelboard schedule. c. Copper. d. Mounting hardware behind usable space. 5. Gutters adequate for wire size used, 4-in. minimum. 6. Boxes: a. Code gauge galvanized steel. b. Without knockouts. 7. Fronts: a. Rust inhibiting primer, baked enamel finish. b. Dead front safety type. c. Concealed hinges. d. Flush stainless steel cylinder tumbler type locks with spring loaded door pulls. e. Circuit Directory 1) Suitable for complete descriptions. 2) Clear plastic cover. 3) Typewritten card. 8. Special features as indicated. 9. Engraved laminated nameplate: a. Stock melamine plastic laminate. b. Legend in black letters on white face and punched for mechanical fasteners. c. Except as otherwise indicated, provide single line of text, with 1/2-in. high lettering on 1 1/2-in. high label (2-in. high where two lines are required). Text shall match terminology and numbering of Contract Documents and Shop Drawings. D. Panelboard Circuit Breakers: 1. Thermal and magnetic protection. 2. Single-handle common trip, 2 and 3-poles(handle ties not acceptable). 3. Bolt on type unless otherwise specified. 4. Quick make and break toggle action. 26 05 30 - 14 ARCHER ENGINEERING,LLC 5. Handle trip indication. 6. Handle position indication, On, Off, and Tripped centered. 7. UL listed for type of wire specified. 8. UL listed short circuit rating (integrated equipment rating). a. Up to 240V: 10,000 RMS symmetrical amp minimum. b. Up to 480V: 14,000 RMS symmetrical amp minimum. 9. UL SWDL switching duty on 120V circuits for switched circuits. 10. Switch neutral common trip per NEC 514-5 for fuel pumps. 2.08 TRANSFORMERS A. Manufacturers: 1. Eaton/Cutler-Hammer 2. Square D 3. Westinghouse B. Materials and Equipment: 1. Distribution Dry-type, air-cooled. 2. Insulation: a. Below 30kVA: Class F or better, having 115°C rise, average maximum over 40°C ambient temperature. b. 30kVA and Above: Class H or better, having 150°C rise, average maximum over 40°C ambient temperature. 3. Copper windings. 4. Cores: High grade, non-aging, sheet silicone steel laminations having core-plating insulation on both sides of each lamination. 5. Terminal boards. 6. Taps: Two 2 1/2%taps above and below. 7. Overload Capacity: Not less that 10% for intermittent operation. 8. Size: kVA as indicated. 9. Transformers shall be quiet type for installation in areas of low ambient noise levels. Maximum sound levels shall not exceed NEMA standards. 10. Cabinets: Sheet steel, phosphatized having one prime coat and two finish coats of baked enamel. a. Wall mounting brackets through 75kVA when indicated as wall mounted. 26 05 30 - 15 ARCHER ENGINEERING,LLC 11. Nameplate: Metal nameplate listing manufacturer's name, serial number, type, class, kVA voltage, frequency, and showing internal wiring diagram. 12. Comply with 2016 DOE Standards. 2.09 MINI-POWER CENTER (Where Applicable) A. Manufacturers: 1. Westinghouse 2. Square D 3. Or equal B. Materials and Equipment: 1. UL listed, 10,000 AIC rated. 2. NEMA 3R enclosure with padlock provision 3. 240V, 30A, 2-pole single phase primary main circuit breaker. 4. 5kVA 240-120/240V encapsulated core and coil assembly. 5. 240V, 25A, 2-pole single phase secondary main circuit breaker. 6. 4-20A single pole branch circuit breakers. 7. Neutral bar grounded to case. 8. Ground bar with terminals. PART 3 EXECUTION 3.01 GENERAL A. Install products in accordance with current NEC, manufacturer's instructions, applicable standards, and recognized industry practices to ensure products serve intended function. 3.02 RACEWAY SYSTEMS A. Complete conduit installation prior to installing cables. B. Unless specifically indicated otherwise, use rigid galvanized steel conduit for general wiring. C. Provide watertight conduit system where installed in wet places, underground or where buried in masonry or concrete. D. Use PVC coated rigid steel conduit when conduit is run below slabs on grade or in earth, unless otherwise specified. 1. Exterior underground conduit shall be minimum of 1-in., buried at depth of not less than 24-in. below grade. 2. Provide conduits or ducts terminating below grade with means to prevent entry of dirt or moisture. E. Use rigid galvanized steel conduit. 26 05 30 -16 ARCHER ENGINEERING,LLC F. Conduit shall be run concealed except exposed surface conduit may be installed where concealment found to be impractical or impossible, and only with approval of Engineer. G. Continuous from outlet to outlet and from outlets to cabinets,junction or pull boxes. H. Enter and secure to boxes ensuring electrical continuity from point of service to outlets. I. Conduit runs extending through areas of different temperature or atmospheric conditions or partly indoors and partly outdoors shall be sealed, drained, and installed in manner preventing drainage of condensed or entrapped moisture into cabinets, motors or equipment enclosures. J Run conduits within concrete structures parallel to each other and spaced on center of at least three times conduit trade dia with minimum 2-in. concrete covering. K. Route conduit runs above suspended acoustical ceilings not interfering with tile panel removals. L. Secure conduit in-place with not less than 1 malleable corrosionproof alloy strap or hanger, 8-ft of conduit. 1. Do not use perforated strapping. M. Connections to Motors and Equipment Subject to Vibration: 1_ Flexible steel conduit not over 3-ft long or where exposed in mechanical and utility areas and not subjected to moisture, dirt, and fumes. 2. Liquidtight flexible conduit not over 3-ft long where exposed in finished areas or where subject to moisture, dirt, fumes, oil, corrosive atmosphere, exposed or concealed, with connectors to ensure liquidtight, permanently grounded connection. Locate where least subject to physical abuse. N. Use double locknuts and insulated bushings with threads fully engaged. O. Connectors at fixture bodies and boxes shall be rigidly secured with galvanized lock nut and bushing. P. Cap conduits after installation to prevent entry of debris. Q. Use explosionproof fittings and seals in hazardous areas in accordance with current NEC. R. Install conduit expansion fittings complete with bonding jumper in following locations. 1. Conduit runs crossing structural expansion joint. 2. Conduit runs attached to two separate structures. 3. Conduit runs where movement perpendicular to axis of conduit may be encountered. S. Install 4-ft 0-in. to 6-ft 0-in. flexible steel conduit drops from independent junction box mounted above ceiling and accessible from below ceiling to recessed ceiling mounted equipment. Allow for positioning of equipment to tile increments. 26 05 30-17 ARCHER ENGINEERING,1,I.0 T. Multi-outlet raceway system 1. Mount to surface with approved support clips. 2. Do not pinch wires. 3. Remove metal burrs and sharp edges. 4. Install in accordance with manufacturer's recommendations. U. Provide watertight hubs for conduit entrances into exterior panels. 3.03 BOXES A. Install knockout closures to cap unused knockout holes where blanks have been removed. B. Locate boxes to ensure accessibility of electrical wiring. C. Secure boxes rigidly to surface or solidly embed boxes in concrete or masonry. Do not support from conduit. D. Do not burn holes, use knockout punches or saw. E. Provide outlet box accessories as required for each installation such as mounting brackets, fixture studs, cable clamps, and metal straps for supporting outlet boxes compatible with outlet boxes being used and meeting requirements of individual wiring situations. F. Verify exact location of outlets. G. Minor modification in location of outlets and equipment is considered incidental up to distance of 10-ft with no additional compensation, provided notification of modification is given prior to roughing in of outlet. H. Flush outlets shall have edges or plaster flush with finished wall or ceiling surfaces so plates can be drawn tightly to wall or ceiling surfaces. I. Mounting height as follows: 1. Switches: 48-in. above floor. 2. AC Receptacles and Telephone Outlets: 12-in. above floor or 6-in. above counters, counter back-splashes, and baseboard radiators in finished areas, 48-in. above floor in unfinished areas. 3. Wall Bracket Lighting Fixtures: 8-in. above mirrors or 6-ft 6-in. above floor. 4. Pushbuttons: 48-in, above floor. 5. Motor Starters and Disconnect Switches: 60-in. above floor. 6. Thermostats: 60-in. above floor. 7. Bells and Horns: 8-ft 0-in. above floor. 8. Clocks: 8-ft 0-in. above floor. 26 05 30 -18 ARCHER ENGINEERING,LLC J. Do not install boxes back to back or through wall. Offset outlet boxes on opposite sides of wall, minimum 12-in. K. Where emergency switches occur adjacent to normal light switches, install in separate boxes in accordance with current NEC and device plate color coding separation. L. Lighting Fixture Outlet Boxes: 1. Securely mount with approved type bar hangers spanning structural members to support weight of fixture. 2. Do not support from conduit. 3. Equip with 3/8-in. fixture stud and tapped fixture ears. M. Floor boxes: 1. Adjust box to align with finish floor. 2. Install in accordance with manufacturer's recommendations. N. Fire rated through floor fittings: 1. Spacing and location as indicated. 2. Install in accordance with manufacturer's instructions. 3.04 WIRE AND CABLE A. Run wire and cable in conduit unless otherwise indicated. B. On branch circuits, use standard colors. C. Each tap,joint or splice in conductors No. 8 AWG and larger shall be taped with 2 half-lap layers of vinyl plastic electrical tape and finish wrap of color coding tape, where required by code. D. Run ground wire with power circuits; conduit shall not be grounding path. E. Provide separate conduit systems for the following: 1. Exit lights. 2. Line voltage control. 3. Low voltage control. 4. Shielded instrumentation. 5. Telephone and sound system. 6. Utility telephone cables. 7. As required by current NEC. F. Where power cables and instrument/signal cables enter and pass through same manhole, handhole or distribution box, steel barrier or steel conduit separation shall be maintained to avoid magnetic interaction between power cables and instrumentation conductors. In manholes and handholes, provide Type C conduit outlet body with 3/16-in. holes drilled in bottom for drainage. 26 05 30 -19 ARCHER ENGENEERING,LLC G. Run instrumentation cable into control cabinets or MCC only if terminated therein. H. Terminate control, instrumentation, and communication cables on terminal strips in separate terminal cabinets located near conduit entrances of buildings. Color Coding: Conductors for lighting and power wiring as indicated below. Phase 120/240V 1 Phase 240/120V 3 Phase 480/277V 3 Phase A Black Black Brown B Red Orange Purple C Blue Yellow Travelers Pink Pink Red Neutral White White Gray Ground Green Green Green J. Color coding for intrinsically safe systems shall be light blue. 3.05 JOINTS, TAPS, AND SPLICES A. Where pre-insulated spring connectors are used for motor and equipment connections, tape connector to wire to prevent loosening under vibration. B. Each tap,joint or splice in conductors No. 8 AWG and larger shall be taped with two half-lap layers of vinyl plastic electrical tape and finish wrap of color coding tape where required by code. C. Cable splices shall be made only in manholes, handholes,wireways, distribution boxes, and junction boxes. 3.06 WIRING DEVICES A. Do not install devices until wiring is complete. B. Do not use terminals on wiring devices(hot or neutral) for feed-through connections, looped or otherwise. Make circuit connections by using wire connectors and pigtails. C. Install gasket plates for devices or system components having light emitting features such as switch with pilot light and dome lights. Where installed on rough textured surfaces, seal with black self-adhesive polyfoam. D. Ground receptacles with insulated green ground wire from device ground screw to bolted outlet box connection. E. Install GFCI receptacles as required by current NEC. 3.07 MOTOR STARTERS A. Examine area to receive motor starters to ensure adequate clearance for starter installation. B. Install on equipment rack in MCC or anchor firmly to wall or structural surface. 26 05 30 -20 ARCHER ENGINEERING,LLC 3.08 MOTOR AND CIRCUIT DISCONNECTS (Where Applicable) A. Locate disconnect switches as required by current NEC. B. Provide control circuit interlock as required by current NEC. C. Overcurrent protective devices: 1. Install fuses just prior to energizing equipment. 2. Locate circuit breakers. 3.09 PANELBOARDS A. Flush or surface mount. B. Support panel cabinets independently to structure with no weight bearing on conduits. C. Install recessed panelboards to allow cover to be drawn tight against wall to provide neat appearance. D. Install panelboards so top breaker is not higher than 6-ft 0-in. above floor. E. Adjacent panel cabinets shall be same size and mounted in horizontal alignment. F. Install typewritten directory in each panelboard, accurately indicating rooms or equipment being served after final circuit changes have been made to balance circuit loads. G. Install two spare 1-in. conduits from top of each flush mounted panelboard to area above ceiling for future use. On flush mounted panelboards located on first and higher level floors, provide two spare 1-in. conduits from bottom of panelboard to ceiling area of floor below for future use. 3.10 TRANSFORMER A. Install wall mounted transformers on prefabricated brackets designed for that purpose. B. Install floor mounted transformers on 4-in. high concrete housekeeping pads. C. Tighten bus connections and mechanical fasteners. D. Adjust voltage taps for required system voltage and check grounding requirements. 3.11 MINI-POWER CENTERS (Where Applicable) A. Install on prefabricated brackets designed for the purpose. B. Tighten bus connections and mechanical fasteners. C. Adjust voltage taps for required system voltage and check grounding requirements. 3.12 FIELD QUALITY CONTROL A. Control Circuits, Branch Circuits, Feeders, Motor Circuits, and Transformers: 1. Megger check of phase-to-phase and phase-to-ground insulation levels: a. Do not megger check solid state equipment. 2. Continuity. 3. Short circuit. 26 05 30 -21 01 ARCHER ENGINEERING, LLC 4. Operational check. B. Wiring Devices. 1. Test receptacles with Hubbell 5200, Woodhead 1750 or equal tester for correct polarity, proper ground connection, and wiring faults. 3.13 ADJUSTMENT AND CLEANING A. Motor Starters and Disconnects: 1. Adjust covers and operating mechanisms for free mechanical movement. 2. Tighten wire and cable connections. 3. Verify overcurrent protection thermal unit size with motor nameplate to provide proper operation and compliance with current NEC. 4. Clean interior of enclosures. 5. Touch up scratched or marred surfaces to match original finish. B. Circuit Breakers: 1. Adjustable settings shall be set to provide selective coordination, proper operation, and compliance with current NEC. END OF SECTION 26 05 30 -22 ARCHER ENGINEERING,LLC SECTION 26 05 33 RACEWAYS PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Raceways: a. Rigid galvanized steel conduit(RGS). b. PVC coated rigid galvanized steel conduit(PVC-RGS) c. Liquidtight flexible metal conduit(LFMC). d. Rigid nonmetallic polyvinyl chloride conduit(PVC). e. Wireway (WW). 1.02 DEFINITIONS A. Underfloor Conduits. 1. Conduits which run underground within perimeter of building walls under building floor. This may consist of one conduit, or several conduits grouped together. B. Duct Bank Conduits 1. Conduits which run under ground outside perimeter of building walls. This may consist of one conduit, or several conduits grouped together. C. Underground Conduits 1. Underground conduits are both under floor conduits and duct bank conduits. 1.03 SUBMITTALS A. Submit all products covered under this specification for Engineer's approval. B. Submittals are not required if Contractor supplies materials or equipment of specified or named manufacturers. If Contractor proposes substitutions to material or equipment of specified or named manufacturers, submittals identified below are required. 1.04 QUALITY ASSURANCE A. Items provided under this section shall be listed or labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term"NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms"listed" and "labeled" shall be as defined in National Electrical Code, Article 100. 260533 -1 ARCHER ENGINEERING,LLC B. Regulatory Requirements: 1. National Electrical Code: Components and installation shall comply with NFPA 70. C. Comply with NECA"Standard of Installation." PART 2 PRODUCTS 2.01 METAL CONDUIT AND TUBING A. Galvanized Rigid Steel Conduit: ANSI C80.1. B. Liquidtight Flexible Metal Conduit: Flexible steel conduit with PVC jacket. C. Rigid galvanized steel conduit with PVC coating. 2.02 NONMETALLIC CONDUIT A. Rigid Nonmetallic Polyvinyl Chloride (PVC) Conduit: NEMA TC 2, Schedule 40 or 80 PVC. B. PVC Conduit Fittings: NEMA TC 3; match to conduit type and material. 2.03 FITTINGS A. Fittings for steel conduits: 1. Cast aluminum or malleable iron with galvanized finish. 2. Synthetic inserts for sealing or insulation as required. 3. Comply with ANSI C80.4. 4. Comply with NEMA FB 1, compatible with conduit materials. B. Conduit bodies: 1. Malleable iron with galvanized finish. C. Fittings for liquidtight flexible metal conduit. 1. Insulated throat type. 2. One piece sealing "O" rings with connectors when entering boxes or enclosures. 2.04 WIREWAYS A. Material: Sheet metal sized and shaped as indicated. B. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold- down straps, end caps, and other fittings to match and mate with wireway as required for complete system. C. Select features where not otherwise indicated, as required to complete wiring system and to comply with current NEC. 260533 -2 ARCHER ENGINEERING,LLC D. Wireway Covers: 1. Hinged type for dry locations. 2. Bolted cover with gasket for wet locations. E. Finish: Manufacturer's standard enamel finish unless other wise noted. 2.05 RACEWAY/DUCT SEALING COMPOUND A. Non-hardening, putty-like consistency workable at temperatures as low as 35 F. B. Compound shall not slump at temperature of 300 F and shall readily adhere to clean surfaces of plastic ducts, metallic conduits, conduit coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation materials, and common metals. PART 3 EXECUTION 3.01 EXAMINATION A. Examine surfaces to receive raceways, wireways, and fittings for compliance with installation tolerances and other conditions affecting performance of raceway system. B. Coordinate layout and installation of raceway and boxes with other construction elements to ensure adequate headroom, working clearance, and access. 3.02 WIRING METHODS A. Outdoors, Damp or Wet Locations: Use following wiring methods unless otherwise noted on Drawings: 1. Exposed: Galvanized rigid steel. 2. Concealed: Galvanized rigid steel. 3. Underground Power, Single Run: Rigid nonmetallic(PVC) conduit a. Concrete encased except for area lighting branch circuits or as otherwise noted on Drawings. 4. Underground Power, Grouped: Rigid nonmetallic(PVC)conduit. a. Concrete encased. 5. Underground Shielded Instrumentation Cables, Single Run or Grouped: Galvanized rigid steel. a. Concrete encased. 6. Connection to Vibrating Equipment (including transformers and hydraulic, pneumatic, or electric solenoid or motor-driven equipment): Liquidtight flexible metal conduit. 260533 - 3 ARCHER EIYGWEERWG,LLC B. Indoor Dry Locations: Use following wiring methods unless otherwise noted. 1. Connection to Vibrating Equipment(including transformers and hydraulic, pneumatic, or electric solenoid or motor-driven equipment): Liquid tight flexible metal conduit. 2. Exposed: Galvanized rigid steel conduit. 3. Concealed: Steel Conduit C. Unless specifically indicated otherwise on Drawings, use galvanized rigid steel for general wiring. D. Encase galvanized rigid steel conduits installed underground in at least 3-in. of concrete. PVC conduit may be used without encasing in concrete for under floor conduit or where specifically indicated on Drawings. 1. Underground conduit shall be minimum of 1-in., buried at depth of not less than 24-in. below grade. 2. Provide conduits or ducts terminating below grade with means to prevent entry of dirt and moisture. E. Raceways Embedded in Slabs: Install in middle third of slab thickness where practical, and leave at least 1-inch (25-mm) concrete cover. 1. Secure raceways to reinforcing rods to prevent sagging or shifting during concrete placement. 2. Space raceways laterally to prevent voids in concrete. 3. Run conduit larger than 1-in. trade size parallel to or at right angles to main reinforcement and spaced on center of at least 3 times conduit trade dia. with minimum 2-in. concrete covering. 4. When at right angles to reinforcement, place conduit close to slab support. 3.03 INSTALLATION A. Install raceways level and square and at proper elevations. Provide adequate headroom. B. Complete raceway installation before starting conductor installation. C. Support raceway with approved methods. D. Use temporary closures to prevent foreign matter from entering raceway. E. Run concealed raceways with minimum of bends in shortest practical distance considering type of building construction and obstructions, except as otherwise indicated. F. Install exposed raceways parallel to or at right angles to nearby surfaces or structural members, and follow surface contours as much as practical. 260533 -4 ARCHER ENGINEERING,LLC 1. Mount exposed horizontal runs as high above floor as possible, and in no case lower than 7-feet above floors, walkways, or platforms in passage areas. 2. Run parallel or banked raceways together, on common supports where practical. 3. Make bends in parallel or banked runs from same centerline to make bends parallel. Use factory elbows only where they can be installed parallel; otherwise, provide field bends for parallel raceways. G. Join raceways with fittings designed and approved for purpose and make joints tight. 1. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 2. Use insulating bushings to protect conductors. H. Tighten set screws of threadless fittings with suitable tool. I. Terminations. Where raceways are terminated with locknuts and bushings, align raceway to enter squarely, and install the locknuts with dished part against the box. Use two locknuts, one inside and one outside the box. Use insulating bushings. Provide insulated grounding bushings to terminate ground wire. J. Where terminating in threaded hubs, screw raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to box, and tighten chase nipple so no threads are exposed. K. Install pull wires in empty raceways. Use monofilament plastic line having not less than 200-lb (90-kg) tensile strength. Leave not less than 12-inches (300-mm)of slack at each end of pull wire. L. Telephone and Signal System Raceways 2-Inch Trade Size and Smaller: In addition to above requirements, install in maximum lengths of 150-feet(45-m) and with maximum of two 90-deg bends or equivalent. Install pull or junction boxes where necessary to comply with these requirements. M. PVC Externally Coated Galvanized Rigid Steel Conduit: Use only fittings approved for use with that material. Patch nicks and scrapes in PVC coating after installing conduit. 3.04 CONDUIT STUB-UPS A. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portion of bends is not visible above finished slab. B. Transition under floor conduit to galvanized rigid steel conduit, before rising above floor. Wrap with plastic tape to provide 40-mil thick cover to height of 6-in. above floor. C. Stub-Up Connections: Extend conduits for connection to freestanding equipment with an 111, adjustable top or coupling threaded inside for plugs, and set flush with finished floor. Extend conductors to equipment with rigid steel conduit; flexible metal conduit may be used starting at 6- inches (150-mm) above floor. Where equipment connections are not made under this Contract, install screwdriver-operated threaded flush plugs, flush with floor. 260533 -5 ARCHER ENCTNEERING,LLC 3.05 CONDUIT BENDS A. Make bends and offsets so inside diameter is not reduced. Unless otherwise indicated, keep legs of bend in same plane and straight legs of offsets parallel. 3.06 FLEXIBLE CONNECTIONS A. Terminate conduits at motor terminal boxes, motor operated valve stations or pipe-mounted instruments and other equipment subject to vibration with maximum of 3-feet (915-mm) liquidtight flexible metal conduit, unless other wise shown on Drawings. B. Use liquidtight flexible conduit in all locations. C. Install separate ground conductor inside flexible conduit connections. 3.07 GROUNDING A. Provide grounding connections for raceway, boxes, and components as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque-tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals according to tightening torques specified in UL 486A. B. Ground in accordance with Section 26 05 27. 3.08 PROTECTION A. Provide final protection and maintain conditions, in manner acceptable to manufacturer and Installer, to ensure that coatings, finishes, and cabinets are without damage or deterioration at Substantial Completion. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touch-up coating recommended by manufacturer. 3.09 CLEANING A. Upon completion of installation of system, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. END OF SECTION 260533 -6 ARCHER ENGINEERING,LLC SECTION 26 05 34 DEVICE, PULL AND JUNCTION BOXES PART 1 GENERAL 1.01 SECTION INCLUDES A. Specifications for device, pull, and junction boxes. 1.02 REFERENCES A. American National Standards Institute/National Electrical Manufacturers Association (ANSI/NEMVIA). 1. FB1 - Fittings and Support for Conduits and Cable Assemblies 2. 250 - Enclosures for Electrical Equipment(1000 volts maximum) B. American National Standards Institute/National Fire Protection Association (ANSI/NFPA), NFPA70- National Electrical Code(NEC) -Article 370-Outlet Device, Pull and Junction Boxes, Conduit Bodies and Fittings. C. Underwriters Laboratories(UL): 1. 50 -Safety Cabinets and Boxes 2. 508-Safety Industrial Control Equipment 3. 514B - Safety Fittings for Conduit and Outlet Boxes 4. 886- Safety Outlet Boxes and Fittings for Use in Hazardous Areas 1.03 SUBMITTALS A. Submit all products covered under this specification for Engineer's approval. B. Manufacturer's cut sheets, catalog data 4 C. Instruction for handling and storage 1. Installation instructions 4 2. Dimensions and weights 1.04 DELIVERY, STORAGE AND HANDLING 111 A. Pack and crate boxes to permit ease of handling and to provide protection from damage during shipping, handling and storage. 260534- 1 ARCHER ENGINEERING,LLC PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Cast Device Boxes(including HDG type and PVC-coated type) 1. Appleton Electric Company 2. Eaton Crouse-Hinds 3. Killark Electric Manufacturing Company B. Stainless steel Boxes 1. Hoffman (Pentair) 2. Eaton Crouse-Hinds 3. Weigmann (Hubbell) 2.02 MATERIALS AND EQUIPMENT A. Boxes 1. Provide UL-approved boxes designed and manufactured to house electrical devices like receptacles and switches, and in conformance with NEMA FB1 and NEC Article 370. 2. Supply boxes that are hot-dip galvanized (HDG) on cast iron suitable for corrosive and wet atmosphere. 3. When stated on the drawings, supply boxes that are PVC-coated on cast iron suitable for corrosive and wet atmosphere in lieu of HDG type. 4. Boxes with a width or height greater than 12 inches shall utilize a hinged cover. B. Hardware 1. Mounting Hardware: Stainless steel 2. Conduit Connectors: Watertight as manufactured by Myers Hubs, or equal. PART 3 EXECUTION 3.01 PREPARATION A. Review the drawings and determine how many boxes of each kind are required and check if supplied quantity is sufficient. 3.02 INSTALLATION A. Boxes described in this specification shall be used both in dry and wet, corrosive areas, both inside and outside locations. B. Install boxes in accordance with NEC Article 370 in locations indicated on the Drawings. C. Install junction and pull boxes in readily accessible places to facilitate wire pulls, maintenance and 260534 - 2 ARCHER ENGINEERING,LLC repair. D. Plug unused conduit openings. E. Make conduit connections to sheet metal boxes with watertight conduit connectors. END OF SECTION 260534 -3 ARCHER ENGINEERING, LLC SECTION 26 05 35 CONDUIT, FITTINGS AND BODIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Specification for conduit, fittings and bodies. 1.02 REFERENCES A. American National Standards Institute (ANSI): 1. ANSI C80.1: Rigid Steel Conduit-Zinc Coated. 2. ANSI C80.4: Fittings for Rigid Metal Conduit. B. Federal Specifications: 1. W-C-58C: Conduit Outlet Boxes, Bodies Aluminum and Malleable Iron. 2. W-C-1094: Conduit and Conduit Fittings Plastic, Rigid. 3. WW-C-566C: Flexible Metal Conduit. 4. WW-C-581 D: Coatings on Steel Conduit. C. National Electrical Manufacturers Association (NEMA): 1. NEMA RN1: Polyvinyl-Chloride Externally Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing. 2. NEMA TC2: Electrical Plastic Tubing (EPT) and Conduit(EPC-40 and EPC-80). 3. NEMA TC3: PVC Fittings for Use with Rigid PVC Conduit and Tubing. D. National Fire Protection Association (NFPA), ANSI/NFPA 70-National Electrical Code(NEC). E. Underwriters' Laboratories (UL): 1. UL 1: Flexible Metal Electrical Conduit. 2. UL 6: Rigid Metal Electrical Conduit. 3. UL 514B: Fittings for Conduit and Outlet Boxes. 4. LIL 651: Schedule 40 and 80 Rigid PVC Conduit. 5. UL 651A: Type EB and A Rigid PVC Conduit and HDPE Conduit. 6. UL 886: Electrical Outlet Boxes and Fittings for Use in Hazardous Locations. 1.03 SUBMITTALS A. Submit six sets of the following required items,with each set being in a binder:. 1. Manufacturer's cut sheets, catalog data, with selected products clearly marked. 2. Installation, terminating and splicing procedure. 260535- 1 ARCHER ENGINEERING,LLC 3. Instruction for handling and storage. 4. Dimensions and weight. 1.04 QUALITY ASSURANCE A. Tests: 1. Rigid steel conduit shall pass the bending, ductility, and thickness of zinc coating tests described by ANSI C80.1. 2. Flexible conduit shall pass the tension,flexibility, impact, and zinc-coating test described by UL 1. 3. Nonmetallic conduit and fittings shall pass the test requirements of NEMA TC2, UL 651 and 651A and Federal Specification W-C-1094A. 1.05 DELIVERY STORAGE AND HANDLING A. Package conduit in 10-foot bundles maximum with conduit and coupling thread protectors suitable for indoor and outdoor storage. Package fittings in manufacturer's standard quantities and packaging suitable for indoor storage. Package plastic-coated rigid conduit, fittings, and bodies in such a manner as to protect the coating from damage during shipment and storage. B. Store conduit above ground on racks to prevent corrosion and entrance of debris. C. Protect plastic conduit from sunlight. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Rigid Steel Conduit: 1. Allied Tube and Conduit 2. Triangle Wire and Cable, Inc. 3. Wheatland Tube Company B. PVC Coated Steel Conduit: 1. Occidental Coating Company (0-Cal Blue) 2. Robroy Industries, Inc. (Rob-Roy Red) C. PVC Rigid Conduit: 1. Cantex 2. Carlon Industries, Inc. 3. Robroy Industries, Inc. 260535-2 ARCHER ENGINEERING,LLC D. Conduit Fittings and Bodies: 1. Appleton Electric 2. Crouse-Hinds 3. Killark Electric Manufacturing Company 4. O-Z/Gedney E. Liquidtight Flexible Conduit: 1. Anamet, Inc. 2. Electriflex Company 3. Triangle Wire and Cable, inc. 2.02 MATERIALS AND EQUIPMENT A. Design Conditions: 1. Use electrical conduit, fittings, and bodies designed for service in areas as specified within this section to form a continuous support system for power, control, and instrument cables. B. Conduit and Fittings: 1. Rigid Steel Conduit and Fittings: a. Rigid steel conduit, rigid steel conduit bends, nipples, and bodies shall be hot- dipped galvanized and shall comply with the latest ANSI C80.1, UL 6, Federal Specification WW-C-581 D, and NEC Article 346-15. b. Mild steel tubing shall be used for conduit, nipples, and couplings, and shall be free of defects on both the inner and outer surfaces. c. Fittings, bodies, and covers for rigid steel conduit shall be steel or cast-iron and shall comply with ANSI C80.4, UL 514B, and Federal Specification W-C-58C. 2. PVC-Coated Rigid Steel Conduit and Fittings: a. PVC-coated conduit, fittings, bodies, and covers shall conform to NEMA RN1 (Type A). Rigid steel galvanized conduit and fittings before coating shall conform to Federal Specification WW-C-581D, ANSI C80.1, and UL 6. Conduit bodies shall conform to UL 514B and Federal Specification W-C-58C. Provide sufficient coating for touch up after installation. b. PVC-coated couplings shall be of the ribbed type. c. Conduit covers shall have encapsulated stainless steel thumbscrews. d. Conduits and covers shall be of malleable iron or feraloy material before coating. e. PVC coating shall be a minimum of 2-mil thickness on the interior of the conduit and the interior of fittings, conduits, covers and bodies. 260535 -3 ARCHER ENGINEERING,LLC 3. Flexible and Liquidtight Flexible Metal Conduit and Fittings: a. Use liquidtight flexible metal conduit manufactured in accordance with UL 1 and Federal Specification WW-C-566C. b. Fittings used with liquidtight flexible metal conduit shall be the PVC-coated type and of such design as to thoroughly ground the conduit to the fittings, and through it to the box or enclosure to which it is attached. c. Flexible couplings and fittings for use in hazardous areas shall comply with UL 886, NEC Article 501-4 (a&b), and Federal Specification W-C-586C. 4. PVC Conduit and Fittings. Use PVC conduit, bends, and fittings,which comply with NEMA TC2, W-C-A, and NEC Article 347-17 for above ground and underground installation. Conduit shall be schedule 80, unless noted otherwise in other specifications. PART 3 EXECUTION 3.01 PREPARATION A. Confirm submittal of shop drawing with conduit and conduit fitting sizes, types and routing shown. B. Ensure that the conduit system to be installed is sized properly for the cable and wire requirements. C. Verify the actual physical conduit route and prepare the conduit support system. D. Verify the equipment locations to which the conduit will be connected and determine detail requirements for connections. 3.02 INSTALLATION A. Install PVC-coated conduits in all outdoor locations at wastewater facilities, inside valve vaults, in wet well slabs, in corrosive and wet environments. B. Install rigid galvanized steel (RGS) conduits in dry inside locations and in all outdoor locations for water facilities. C. Install PVC conduits in duct banks. For stub-ups, use PVC-coated rigid steel elbows or rigid steel elbows as applicable in A and B above. D. Run exposed conduit parallel or perpendicular to walls, ceilings or main structural members. Group multiple conduits together where possible. Do not install conduit where it interferes with the use of passageways, doorways, overhead cranes, monorails, equipment removal areas or working areas. In no case shall conduit routing present a safety hazard or interfere with normal plant operating and maintenance procedures. Maintain a minimum overhead clearance of 8'-0" in passageways. 260535 -4 ARCHER ENGINEERING,I.I.0 I E. Installation and support of conduit shall be from steel or concrete structures. Furnish necessary conduit straps, clamps, fittings and support for the conduit in accordance with the standard details and consistent with the grade and type of conduit being installed. F. Identify conduit at termination points like MCC, light fixtures, control panels, receptacles, and junction boxes. G. Not more than 3 equivalent 90-degree bends will be permitted between outlets. Provide bonded expansion fittings at building expansion joints. H. Install conduit runs so that they are mechanically secure, mechanically protected from physical harm, electrically continuous, and neat in appearance. The interiors of conduit shall provide clean, smooth raceways through which conductors may he drawn without damage to the insulation. Make threaded connections wrench tight. I. Cut conduit square with a power saw or a rotary type conduit cutter designed to leave a flat face. Do not use plumbing pipe cutters for cutting conduit. Ream the cut ends of conduit with a reamer, designed for the purpose to eliminate rough edges and burrs. Cut threads with standard conduit dies providing 3/4-inch taper per foot, allowing the proper length so that joints and terminals may be made up tight and the ends of the conduit not deformed. Keep dies sharp and use a good quality threading oil continuously during the threading operation. Remove metal cuttings and oil from the conduit ends after the threads are cut and paint threads before connections are made. Use zinc rich, brush-on compound on the threads of steel conduit before connections are made. Use only tools specifically made for bending and installing PVC-coated or PVC conduit when installing these materials. J. Use strap wrenches only to tighten joints in plastic coated rigid steel conduit. Replace all conduit and fittings with damage to the plastic coating, such as cuts, nicks and threader chuck jaw marks. K. Make up changes in direction of conduit using elbows or fittings. Do not use pull boxes to make direction changes unless specifically designated otherwise. L. Field fabricated bends shall oe free of indentations or elliptical sections. The radius of the bend shall not be less than 6 times the smallest diameter of the raceway. M. Protect all conduit terminations from mechanical injury. Prevent the entry of moisture ano foreign mater into the conduit system by properly capping terminations. N. Avoid trapped runs of conduit, if possible. When they are necessary, provide drainage using a "tee conduit equipped with a drain. Conduit is likely to pass through areas with a temperature differential of 20 degrees F or more. Seal penetrations with a proper seal fitting at the wall or barrier between such areas. For conduit passing through walls separating pressurized areas from non-pressurized areas, install sealing fittings at the wall on the non-pressurized side. O. Fit conduit crossing building or structure expansion joints with approved expansion fittings, except that fittings will not be required when conduit crossing an expansion joint is supported on trapeze hangers in such a way that at no time will the conduit be under stress due to expansion. Install bonding jumpers around expansion joint fittings. 260535-5 ARCHER ENGINEERING,LLC P. Where conduit terminates in sheet metal enclosures and where no threaded hubs are provided, fit the conduit with double locknuts and bushings. Sheet metal enclosures located outside or in any other wet, damp or corrosive areas shall be furnished with threaded hubs. Restrict side penetrations to the lower one third of the enclosure. Q. Provide flexible metallic conduit where necessary to allow for movement or to localize sound or vibration, at transformers, at motors and any other rotating equipment unless otherwise indicated. R Seal openings or holes where conduits pass through walls or floors. When conduits are passing through a firewall or fire-rated floor into different rooms, cabinets, or enclosures, use a fire-rated seal. Certain walls require environmental (airtight)seals; seal as shown. S. Install explosion-proof seals in conduit runs crossing or entering a hazardous classified area. Install type CSBE removable sealing fittings to seal pump cables in the wet well and at the first junction box outside the well. T. Unless otherwise indicated install expansion fittings every 300 feet within a straight conduit run and where conduit crosses building expansion joints, using bonding straps to ensure ground continuity. U. Parallel runs of conduit may be supported by structural steel racks. When two or more racks are arranged one above the other, provide vertical separation of not less than 12 inches between racks. Space conduits on the racks at least enough to provide 1/4-inch clearance between hubs on adjacent conduits at terminations and to allow room for fittings. V. Fill conduit racks no more than 75 percent of their capacity, providing usable space for future conduit. To ensure this, conduits leaving the rack horizontally shall be offset up or down so those future conduits may be installed in the space remaining. Construct conduit racks to permit access for wire or cable pulling at all pull points, even when future conduits are added to fill the racks. W. Where conduit racks are supported on rods from beam clamps or by some other non-rigid suspension system, install rigid supports at no more than 50-foot intervals to give lateral stability to the rack. X. Conduit racks or hangers must in no way interfere with machinery (or its operation), piping, structural members, process equipment, or access to anticipated future equipment. Refer to architectural, structural and equipment layout to ensure that this requirement is met. Label high voltage conduit with the circuit phase-to-phase voltage by means of a firmly attached tag or label of approved design at each conduit termination, on each side of walls or barriers pierced and at intervals not exceeding 200 feet along the entire length of the conduit. Y. Support conduit sizes 2 inches and larger at spacings not exceeding 10 feet and conduit sizes 1- 1/2 inches and smaller at spacings not exceeding 8 feet. Z. The means of fastening conduit to supports shall be: by one hole malleable iron conduit straps secured by wood screws to wood and by bolts with expansion anchors to concrete or masonry; by"Korn"clamps or U-bolts to other surfaces. Use"clamp backs"when strapping conduits to walls, column faces, or other such surfaces. 260535 -6 ARCHER ENGINEERING,LLC AA. Support conduit runs with conduit clamps, hangers, straps and metal framing channel attached to structural steel members. Conduits of 1-1/2 inch size or less may be supported by one-hole conduit straps on concrete, tile or steel work, but for larger size conduit, use 2-hole straps. Use clamps of galvanized malleable iron for rigid galvanized conduit and PVC-coated or stainless steel for PVC-coated conduit. Metal framing channel straps used for PVC-coated conduit shall be type 3/16 stainless steel. BB. Install conduits supported from building walls with at least 1/4-inch clearance from the wall to prevent the accumulation of dirt and moisture behind conduit. CC. Size and space embedded conduits in structural slabs in accordance with the Uniform Building Code. Conduits should occupy no more than one-third the thickness of the slab and should not be closer than 3 times the largest diameter on center without additional reinforcement. END OF SECTION 260535 -7 ARCHER ENGINEERING,LLC SECTION 26 05 43 UNDERGROUND DUCT BANKS PART 1 GENERAL 1.01 SECTION INCLUDES A. Underground electrical duct banks. 1.02 REFERENCES A. National Fire Protection Association (NFPA). No. 70 - National Electrical Code (NEC) Appendix B. 1.03 SUBMITTALS A. Submit six sets within binders of all products covered under this specification, including catalog cut sheets of the ducts and spacers, for Engineer's approval. B. Submit a plan showing duct bank routing including conduits, width, depth, and cover of duct banks. Not required for lift station only projects. 1.04 DELIVERY, STORAGE AND HANDLING A. Have duct spacers and associated hardware packed and crated to avoid damage during shipment and handling. B. Clearly mark packages or crates stating that the material is for electrical duct banks only. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Thomas and Betts B. Underground Devices Inc. C. Walker Division, Butler Manufacturing Company 2.02 MATERIALS AND EQUIPMENT A. Conduit: Construct ducts using schedule 40 rigid PVC conduit. Refer to Section 26 05 35 - Conduit, Fittings and Bodies. B. Spacers: Secure conduit with non-magnetic, universal, interlocking-type spacers for both horizontal and vertical duct arrangements on 2"and larger conduit. C. Concrete: Use steel reinforced, red concrete as duct encasement. 260543 -1 ARCHER ENGINEERING,LLC PART 3 EXECUTION 3.01 PREPARATION A. Verify from field survey that the location of ductbanks does not interfere with any existing or new underground facilities. B. Verify that materials are on site in proper condition and that sufficient quantity is on hand for the work. C. Verify that trenches are in the correct places and prepared with sufficient depth and width to accommodate the ductbanks, reinforcing rod, and concrete. D. Be prepared for inspection of the duct banks before reinforcing rod is installed. E. Before pouring concrete, verify that the ducts are free of debris and properly installed in the support and spacer systems and that the ducts are properly fitted together and firmly held in place by the hold down hardware. F. Provide 24-hour notice to Engineer and the Local Code Inspector for cover-up inspection before pouring electrical conduit ductbanks. 3.02 INSTALLATION A. Use the size and types of conduit as indicated for the various duct banks required for the project. B. Make duct bank installations and penetrations through foundation walls watertight. C. Assemble duct banks using saddles, spacers and separators. Position separators to provide 2- inch minimum concrete separation between the outer surfaces of the conduits. D. Provide a 3-inch minimum concrete covering on both sides, top and bottom of concrete envelopes around conduits. Add red dye at the rate of 5 pounds per cubic yard to concrete used for envelopes for easy identification during subsequent excavation. E. Firmly fix ducts in place during pouring of concrete. Carefully spade the concrete to ensure filling of spaces between ducts. F. Make bends with sweeps of radius not less than 6 times the smallest diameter of the raceway. G. Make a transition from non-metallic to metallic rigid conduit where duct banks enter structures or turn upward for continuation above grade. H. Reinforce duct banks throughout: 1. Unless otherwise noted, reinforce with No. 5 longitudinal steel bars placed at each corner and along each face at a maximum parallel spacing of 12 inches on centers, and No. 3 tie-bars transversely placed as required for stability of longitudinal bars. 2. Maintain a minimum clearance of 2 inches from bars to the edge of the concrete encasement. 26 05 43 -2 ARCHER ENGINEERING, LLC Where ducts enter structures such as handholes, manholes, pullboxes, or buildings, terminate the ducts in suitable end bells, insulated L-bushings, Meyers hubs or couplings on steel conduits. Tag conduit entering pull boxes. Identify as designated in cable and conduit schedule. J. Do not backfill with material containing large rock, paving materials, cinders, large or sharply angular substances, corrosive material, or other materials which can damage or prevent adequate compaction of fill. K. After completion of the duct bank and prior to pulling cable, pull a mandrel, not less than 12 inches tong and with a cross section approximately one-fourth inch less than the inside cross section of the duct, through each duct. Then pull a rag swab or sponge through to remove any particles of earth, sand or gravel that may have been left in the duct. Repull the rag or sponge swab until the swab emerges clean. L, Use polyester braided rope to pull conductors into PVC conduit. Do not use nylon or wire cable for this purpose. M. Install a warning ribbon approximately 12 inches below finished grade over underground duct banks. Refer to Section 26 05 53- Electrical Identification. N. For manholes and pull boxes below grade and greater than 5 feet wide, install wire racks to support cables properly around the perimeter and keep them dry. END OF SECTION 260543 -3 ARCHER ENGINEERING,LLC SECTION 26 05 44 UNDERGROUND DUCTS AND PULL BOXES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Ducts 2. Duct banks 3. Pull Boxes 1.02 REFERENCES A. American National Standards Institute (ANSI): 1. C2-93 - National Electrical Safety Code. 1.03 DEFINITIONS A. Duct: General term for electrical conduit and other raceway, either metallic or nonmetallic, specified for use underground, embedded in earth or concrete. B. Duct Bank: Group of two or more ducts in continuous run between two points. C. Underfloor Conduits. 1. Conduits which run underground within perimeter of building walls under building floor. This may consist of one conduit, or several conduits grouped together. D. Duct Bank Conduits 1. Conduits which run under ground outside perimeter of building walls may consist of 1 conduit, or several conduits grouped together. E. Underground Conduits 1. Underground conduits are both underfloor conduits and duct bank conduits. F. Pull boxes: Below-the-surface enclosure in connection with ducts into which people reach, but do not enter, for purpose of installing, operating, or maintaining equipment or wiring. 1.04 SUBMITTALS A. Submit six sets within binders of all products covered under this specification for Engineer's approval. B. Submittals are not required if Contractor supplies materials or equipment of specified or named manufacturers. If Contractor proposes substitutions to material or equipment of specified or named manufacturers, submittals identified below are required. 260544- 1 ARCHER ENGINEERING,LLC 1. Product data. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturers of precast pull boxes shall be firms regularly engaged in manufacturing factory-fabricated pull boxes, of types and sizes required, whose products have been in satisfactory use in similar service for not less than 3 yrs. B. Items provided under this section shall be listed or labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term "NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms "listed"and "labeled" shall be as defined in National Electrical Code, Article 100. C. Regulatory Requirements: 1. National Electrical Code (NEC): Components and installation shall comply with National Fire Protection Association (NFPA) 70. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store precast concrete units at site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible. B. Lift and support precast concrete units only at designated lifting or supporting points. 1.07 SEQUENCING AND SCHEDULING A. Coordination of Work. 1. Coordinate layout and installation of pull boxes with final arrangement of ducts as influenced by actual final location of other utilities in field. 2. Coordinate elevations of duct and raceway entrances into pull boxes with final profiles of ducts and raceways as determined by coordination with other utilities, underground obstructions, and buildings. 3. Establish locations and elevations to suit field conditions and assure duct banks run drain to pull boxes, or as shown on Drawings. PART 2 PRODUCTS 2.01 DUCTS AND FITTINGS A. Conform to Raceways, Section 26 05 33. 260544-2 ARCHER ENGINEERING,LLC 2.02 DUCT BANK ACCESSORIES A. Duct Supports: Rigid PVC spacers selected to provide minimum duct spacings and concrete cover depths indicated, while rigidly supporting ducts during concreting. 2.03 PULL BOXES AND ACCESSORIES A. Frames and Covers: Cast iron conforming to ANSI C2, Rule 323. Furnish with cast-in legend, "Electric"or"Signal"as appropriate. Cover-to-frame bearing surfaces machined. B. Sump Frame and Grate: Comply with FS RR-F-621, Type VII for frame, Type I for cover. C. Pulling Eyes in Walls: Eyebolt with rebar fastening insert. 2-in. dia eye, 1-in. by 4-in. long bolt. Working load embedded in 6-in., 4,000 psi concrete: 13,000-lbs. minimum tension. 2.04 MASONRY(Not Applicable) 2.05 PRECAST MANHOLES AND HANDHOLES (Not Applicable) 2.06 RACEWAY/DUCT SEALING COMPOUND A. Compound: 1. Non-hardening, putty-like consistency workable at temperatures as low as 35 F. 2. Compound shall not slump at temperature of 300 F and shall readily adhere to clean surfaces of plastic ducts, metallic conduits, conduit coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation materials, and common metals. PART 3 EXECUTION 3.01 WIRING METHOD A. General: Install ducts for wiring runs indicated. Provide sizes as indicated. 3.02 EXCAVATION AND BACKFILL A. Excavation: Cut trenches neatly and uniformly, and slope uniformly to required pitch. 3.03 INSTALLATION OF DUCTS A. Slope: Pitch ducts to drain towards manholes and handholes and away from buildings and equipment, unless otherwise shown on Drawings. Minimum slope shall be 4-in. in 100-ft. Where necessary to achieve this between manholes, slope ducts from high point in run to drain in both directions. B. Curves and Bends: Use manufactured elbows for stub-ups at equipment and at building entrances. For other curves and bends, except as otherwise indicated, use manufactured long sweep bends with minimum radius of 25ft. in both horizontal and vertical directions. 260544 -3 ARCHER ENGINEERING,LLC C. Make joints in ducts and fittings watertight in accordance with manufacturer's instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. D. Concrete-Encased Ducts: Support on plastic separators coordinated with duct size and required duct spacing, and install in accordance with following: 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, and secure separators to earth and to ducts to prevent floating during concreting. Do not use tie wires or reinforcing steel in such way as to form conductive or magnetic loops around ducts or duct groups. 2. Reinforcing: Reinforce duct banks. Size and arrange reinforcing steel as indicated on Drawings. 3. Concreting: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not use power-driven agitating equipment unless specifically designed for duct bank application. Pour each run of envelope between manholes or other terminations in one continuous operation unless approved by Engineer. Where more than one pour is necessary, terminate each pour in vertical plane and continue duct bank reinforcing minimum of 18-in. beyond termination of pour. 4. Forms: Walls of trench may be used to form side walls of duct bank provided soil is self-supporting and concrete envelope can be poured without soil inclusions. Use forms where soil is not self-supporting. 5. Minimum Clearances: As Indicated on Drawings. 6. Depth: Except as otherwise indicated, top of duct bank shall be 24-in. below finished grade, minimum, in non-traffic areas, and 30 in. below finished grade, minimum, in vehicular traffic areas. E. Stub-ups: Duct stub-ups to equipment shall be galvanized rigid steel. For equipment mounted on outdoor concrete pads, steel conduit shall extend minimum of 5-ft. away from edge of pad. Install insulated grounding bushings on terminations. Couple steel conduits to ducts with adapters designed for purpose and encased concrete. F. Sealing: For ducts to oe wired in this Project, provide temporary closure at terminations. For spare ducts, seal bore of ducts at terminations. Use sealing compound and plugs as required to withstand 15 psi minimum hydrostatic pressure. G. Pulling Cord: Provide 100-lb test nylon cord in ducts including spares. H. Marker Tape: Provide plastic marker tape over ducts at 12 in. below finished grade. 3.04 INSTALLATION OF PULL BOXES, GENERAL A. General: 1. Provide pull boxes of sizes, shapes, and locations as indicated. 260544 -4 ARCHER ENGINEERING,LLC 2. Determine final elevation of ducts as influenced by possible adjustments in other utilities and surface features and discovery of underground obstructions before installing pull boxes. Obtain Engineer's approval for pull boxes installation adjustments necessitated by obstructions. 3. Install units plumb and level and with orientation and depth coordinated with arrangement of connecting ducts to minimize bends and deflections required for proper entrances. B. Elevation 1. Pull Boxes: Install flush with grade. C. Drainage: Install drains in bottom of units where indicated. Arrange to coordinate with drainage provisions as indicated or specified. 3.05 CLEANING AND RESTORATION A. Clean Ducts: Clean full length of ducts with a round bristle brush with dia %-in. greater than internal diameter of duct. B. Clean Pull Boxes: Clean internal surfaces of manholes including sump. Remove foreign material. 3.06 RESTORATION A. Restore surface features at areas disturbed by excavation and reestablish original grades except as otherwise indicated. B Where sod has been removed, replace it as soon as possible after backfilling is completed. C. Restore all areas disturbed by trenching, storing of dirt, cable laying, and other work to their original condition. D. Include necessary top soiling, fertilizing, liming, seeding, sodding, sprigging, or mulching. E. Restore disturbed paving as indicated. END OF SECTION 260544- 5 ARCHER ENGTNEERING,LLC SECTION 26 05 53 ELECTRICAL IDENTIFICATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Identification of electrical materials, equipment, and installations. 1.02 SUBMITTALS A. Submit all products covered under this specification for Engineer's approval. 111, B. Product Data: 1. Submit for each type of product specified. C. Samples: 1. Submit for each color, lettering style, and or graphic representation required for identification materials, samples of labels and signs. D. Miscellaneous: 1. Schedule of identification nomenclature to be used for identification signs and labels. 1.03 QUALITY ASSURANCE A. Regulatory Requirements: 1. National Electrical Code: Components and installation shall comply with NFPA 70. B. Comply with ANSI C2. PART 2 PRODUCTS 2.01 RACEWAY AND CABLE LABELS A. Manufacturer's Standard Products: 1. Where more than one type is listed for specified application, selection is Installer's option, but provide single type for each application category. Use colors prescribed by ANSI A13.1, NFPA 70, or as specified elsewhere. B. Conform to ANSI A13.1, Table 3, for minimum size of letters for legend and minimum length of color field for each raceway or cable size. 1. Color: Black legend on orange field. 2. Legend: Indicates voltage. 260553 - 1 ARCHER ENGINEERING,LLC C. Adhesive Labels: 1. Preprinted, flexible, self-adhesive vinyl. Legend is over-laminated with clear, wear and chemical resistant coating. D. Pre-tensioned, Wraparound Plastic Sleeves: 1. Flexible, preprinted, color-coded, acrylic bands sized to suit diameter of line it identifies and arranged to stay in place by pre-tensioned gripping action when placed in position. E. Colored Adhesive Tape: 1. Self-adhesive vinyl tape not less than 3-mils thick by 1 to 2-in. wide (0.08-mm thick by 25 to 51-mm wide). F. Underground Line Warning Tape: 1. Permanent, bright-colored, continuous printed, vinyl tape with following features: • a. Size: Not less than 6-in. wide by 4-mils thick(152-mm wide by 0.102-mm thick). b. Compounded for permanent direct burial service. c. Embedded continuous metallic strip or core. d. Printed Legend: Indicates type of underground line. G. Tape Markers: 1. Vinyl or vinyl cloth, self-adhesive,wraparound type with preprinted numbers and letters. H. Aluminum, Wraparound Marker Bands: 1. Bands cut from 0.014-in. (0.4-mm) thick aluminum sheet, with stamped or embossed legend, and fitted with slots or ears for permanently securing around wire or cable jacket or around groups of conductors. I. Plasticized Card Stock Tags: 1. Vinyl cloth with preprinted and field printed legends. Orange background, except as otherwise indicated, with eyelet for fastener. J. Aluminum Faced Card Stock Tags: 1. Wear resistant, 18-point minimum card stock faced on both sides with embossable aluminum sheet, 0.002-in. (0.05-mm) thick, laminated with moisture resistant acrylic adhesive, and punched for fastener. Preprinted legends suit each application. 26 05 53 -2 ARCHER ENGINEERING,LIC K. Brass or Aluminum Tags: 1. Metal tags with stamped legend, punched for fastener. Dimensions: 2 by 2-in. (51 by 51- mm) by 0.05-in. (1.3-mm). 2.02 ENGRAVED NAMEPLATES AND SIGNS A. Manufacturer's Standard Products: 1, Where more than one type is listed for specified application, selection is Installer's option, but provide single type for each application category. Use colors prescribed by ANSI A13.1, NFPA 70, or as specified elsewhere. B. Engraving stock, melamine plastic laminate, 1/16-in. (1.6-mm) minimum thick for signs up to 20- sq. in, (129-sq. cm), 1/8-in (3.2-mm)thick for larger sizes. 1. Engraved Legend: Black letters on white face. 2. Punched for mechanical fasteners. C. Baked Enamel Signs for Interior Use: 1. Preprinted aluminum signs, punched for fasteners, with colors, legend, and size as indicated or as otherwise required for application. 1/4-in. (6.4-mm) grommets in corners for mounting. D. Exterior, Metal Backed, Butyrate Signs: 1, Wear resistant, non-fading, preprinted, cellulose acetate butyrate signs with 0.0396-in. (1- mm), galvanized steel backing, with colors, legend, and size appropriate to application. 1/4-in. (6.4-mm)grommets in corners for mounting. E. Fasteners for Plastic Laminated and Metal Signs: 1. Self-tapping stainless steel screws or No. 10/32 stainless steel machine screws,with nuts, flat washers and lock washers. 2.03 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Cable Ties: 1. Fungus inert, self-extinguishing, 1 piece, self-locking, Type 6/6 nylon cable ties with following features: a. Minimum Width: 3/16-in. (5-mm). b. Tensile Strength: 50-lb (22.3 kg)minimum. c. Temperature Range: Minus 40 to 185°F (Minus 4 to 85°C). d. Color: As indicated where used for color-coding. B. Paint: 1. Alkyd-urethane enamel. Primer as recommended by enamel manufacturer. 26 05 53 -3 ARCHER ENGINEERING,LLC PART 3 EXECUTION 3.01 INSTALLATION A. Install identification devices according to manufacturer's written instructions. B. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. C. Lettering, Colors, and Graphics: 1. Coordinate names, abbreviations, colors, and or designations used for electrical identification with corresponding designations used in Contract Documents or required by codes and standards. Use consistent designations throughout Project. D. Sequence of Work: 1 Where identification is to be applied to surfaces that require finish, install identification after completion of finish work. E. Self Adhesive Identification Products: 1. Clean surfaces of dust, loose material, and oily films before applying. F. Identify feeders over 600 V with"DANGER HIGH VOLTAGE" in black letters 2-in. (51-mm) high, stenciled with paint at 10-ft(3-m) intervals over continuous, painted orange background. Identify following: 1. Entire floor area directly above conduits running beneath and within 12-in. (305-mm)of basement or ground floor that is in contact with earth or is framed above unexcavated space. 2. Wall surfaces directly external to conduits concealed within wall. 3. All accessible surfaces of concrete envelope around conduits in vertical shafts, exposed in building, or concealed above suspended ceilings. 4. Entire surface of exposed conduits. G. Install painted identification as follows: 1. Clean surfaces of dust, loose material, and oily films before painting. 2. Prime Surfaces: a. For galvanized metal, use single component, acrylic vehicle coating formulated for galvanized surfaces. For concrete masonry units, use heavy duty, acrylic resin block filler. For concrete surfaces, use clear, alkali resistant, alkyd binder type sealer. 3. Apply one intermediate and one finish coat of silicone alkyd enamel. 4. Apply primer and finisn materials according to manufacturer's instructions. 260553 -4 ARCHER ENGINEERING,LLC Identify Raceways and Exposed Cables of Certain Systems with Color Banding: 1. Band exposed and accessible raceways of systems listed below for identification. a. Bands: Pre-tensioned, snap around, colored plastic sleeves; colored adhesive tape; or combination of both. Make each color band 2-in. (51-mm)wide, completely encircling conduit, and place adjacent bands of 2 color markings in contact. side by side. b. Locate bands at changes in direction, at penetrations of walls and floors, at 50-ft (15 m) maximum intervals in straight runs, and at 25-ft (7.6 m) in congested areas. c. Colors: As follows: 1. Fire Alarm System: Red. 2. Fire Suppression Supervisory and Control System: Red and yellow. 3. Combined Fire Alarm and Security System: Red and blue. 4. Security System: Blue and yellow. 5. Mechanical and Electrical Supervisory System: Green and blue. 6. Telecommunications System: Green and yellow. J. Install Caution Signs for Enclosures Over 600 V: 1. Use pressure sensitive, self-adhesive label indicating system voltage in black, preprinted on orange field. Install on exterior of door or cover. K. Install Circuit Identification Labels on Boxes 1. Label externally as follows: a. Exposed Boxes: Pressure sensitive, self-adhesive plastic label on cover. b. Concealed Boxes: Plasticized card stock tags. c. Labeling Legend: Permanent, waterproof listing of panel and circuit number or equivalent. L. Identify Paths of Underground Electrical Lines: 1. During trench backfilling, for exterior underground power, control, signal, and communications lines, install continuous underground plastic line marker located directly above line at 6 to 8-in. (150 to 200-mm) below finished grade. Where multiple lines installed in common trench or concrete envelope do not exceed an overall width of 16-in. (400-mm), use single line marker. a. Install line marker for underground wiring, both direct buried and in raceway. M. Color Code Conductors: 1. Secondary service, feeder, and branch circuit conductors throughout secondary electrical system. • a. Field applied, color coding methods may be used in lieu of factory coded wire for sizes larger than No. 10 AWG. 260553 - 5 ARCHER ENCINEERING,LLC 1. Colored, pressure sensitive plastic tape in half-lapped turns for distance of 6-in. (150-mm) from terminal points and in boxes where splices or taps are made. Apply last 2 turns of tape with no tension to prevent possible unwinding. Use 1-in. (25-mm)wide tape in colors as specified. Adjust tape bands to avoid obscuring cable identification markings. 2. Colored cable ties applied in groups of 3 ties of specified color to each wire at each terminal or splice point starting 3-in. (76-mm) from terminal and spaced 3-in. (76-mm) apart. Apply with special tool or pliers, tighten to snug fit, and cut off excess length. System Voltage A B C Neutral 120/240 Volt 1 Ph/3w Black Red White 120/208 Volt 3Ph/4w Black Red Blue White 120/240 Volt 3Ph/4w Black Orange Blue White 277/480 Volt 3Ph/4w Brown Purple Yellow Gray Motor Control 1 Black 2 Red 3 Blue Ground Green N. Power Circuit Identification: 1. Use metal tags or aluminum wraparound marker bands for cables, feeders, and power circuits in vaults, pull boxes, junction boxes, manholes, and switchboard rooms. a. Legend: 1/4-in. (6.4-mm)steel letter and number stamping or embossing with legend corresponding to indicated circuit designations. b. Fasten tags with nylon cable ties; fasten bands using integral ears. O. Apply identification to conductors as follows: 1. Conductors to Be Extended in Future: Indicate source and circuit numbers. 2. Multiple Power or Lighting Circuits in Same Enclosure: Identify each conductor with source, voltage, circuit number, and phase. Use color coding for voltage and phase indication of secondary circuit. 3. Multiple Control and Communications Circuits in Same Enclosure: Identify each conductor by its system and circuit designation. Use consistent system of tags, color- coding, or cable marking tape. P. Apply warning, caution, and instruction signs and stencils as follows: 1. Install warning, caution, and instruction signs where indicated or required to ensure safe operation and maintenance of electrical systems and of items to which they connect. Install engraved plastic laminated instruction signs with approved legend where instructions or explanations are needed for system or equipment operation. Install butyrate signs with metal backing for outdoor items. 26 05 53 -6 ARCHER ENGINEERING,LLC w 2. Emergency Operating Signs: a. Install engraved laminate signs with white legend on red background with minimum 3/8-in. (9-mm) high lettering for emergency instructions on power transfer, load shedding, and or emergency operations. Q. Install identification as follows: 1. Apply equipment identification labels of engraved plastic laminate on eacn major unit of equipment, including central or master unit of each system. This includes communication, signal, and alarm systems, unless units are specified with their own self- explanatory identification. Except as otherwise indicated, provide single line of text with -in. (13-mm) high lettering on 1-1/2-in. (38-mm) high label; where 2 lines of text are required, use lettering 2-in. (51-mm) high. Use black lettering on white field. Apply labels for each unit of following categories of equipment: a. Panelboards, electrical cabinets, and enclosures. b. Access doors and panels for concealed electrical items. c. Electrical switchgear and switchboards. d. Electrical substations. e. Motor control centers. f. Motor starters. g. Push button stations. h. Power transfer equipment. i. Contactors. j. Remote controlled switches. k. Dimmers. I. Control devices. m. Transformers. n. Inverters. o. Rectifiers. p. Frequency converters. q. Battery racks. r. Power generating units. s. Telephone switching equipment. t. Clock/program master equipment. u. Call system master station. v. TV/audio monitoring master station. w. Fire alarm master station or control panel. x. Security monitoring master station or control panel. 2. Apply designation labels of engraved plastic laminate for disconnect switches, breakers, push buttons, pilot lights, motor control centers, and similar items for power distribution and control components above, except panelboards and alarm/signal components where labeling is specified elsewhere. For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker. END OF SECTION 26 05 53 -7 ARCHER ENGINEERING,LLC SECTION 26 20 10 ELECTRICAL WORK PART 1 GENERAL 1.01 DESCRIPTION A. The work shall include providing materials and equipment required for installation of complete and functioning electrical systems as specified and as shown on the drawings. B. This section is an integral part of all Specification Sections related to electrical, control and instrumentation construction under this contract. Conditions of this section are paramount to all other conditions in applicable sections and shall supersede all other conditions and requirements. C. Electrical Control and Instrumentation Plans & Specifications are representative of the design intent and may not contain minute details normally associated with normally accepted electrical construction, as described in applicable codes or as described in manufacturer's literature. Contractor shall provide all appurtenances normally associated with a particular equipment or device, and as required for a properly operating system. 1.02 MAJOR ITEMS OF WORK AS FOLLOWS A. New Electric Service and associated service equipment; B. Installation of new underground electrical ductbanks; C. Installation of three new lift pumps; D. Installation of new control panel and level controls. 1.03 PLANT CONTROL SYSTEM A. The Contractor shall incorporate proposed modifications to the electrical systems as shown on the plans. Contractor to provide complete and functioning systems at the end of the project. 1.04 SUBMITTALS A. Submit all products covered under this specification for Engineer's approval. B. Where submittals for a particular equipment, device or material item vary from that specified or shown on plan drawings, and where that item is not specifically noted as acceptable and, where installation of submitted item results in improper or undesirable operation of the system, Contractor shall be liable for removal and/or replacement of that item with the item specified or shown on plan drawings at no additional cost to Owner. 1.05 CONTRACTORS RESPONSIBILITIES A. Electrical Contractor shall coordinate telephone, data or special purpose line installation with utility companies. It is the Electrical Contractor's sole responsibility to assure that utility company and owner are notified and are kept aware of requirements. B. Contractor shall provide all conduits, conductors and termination equipment as needed for connection to the proposed service rack. Contractor shall coordinate with utility companies for installation requirements, if applicable, and shall provide installation constructed according to the utility company standards whether or not such is shown in detail or plans. 262010 - 1 ARCHER ENGLNEERDNC,LLC C. Electrical Contractor shall review all sections of the plans including Civil, Structural, Mechanical, Instrumentation, Process, Architectural, and Electrical and shall note all electrical and/or requirements for devices and equipment shown or implied, and shall provide service accordingly for a complete operating electrical system. D. Electrical Contractor shall provide all programming set-up, adjustments and testing of devices or equipment included under this contract unless specifically excluded or unless equipment is not provided by Electrical Contractor. E. General Contractor is specifically responsible for coordination of all electrical systems, devices and equipment provided or installed under this contract and shall assure that all requirements by all trades are met such as to insure a complete and operating electrical, control, process or instrumentation system. F. Electrical Contractor shall be experienced with all types of electrical systems covered under this contract. No work shall be undertaken where Contractor's firm, project supervisors and project electrical workers have not had recent experience in similar projects in area or project location. Contractor will be required to furnish proof of experience where requested by Owner or Engineer or their Representatives. G. General Contractors Project Manager or his Assistant shall be familiar with types of electrical construction required by this project in order to determine that all subcontractors work in conformance with the plans and specifications. H. Contractor shall assure that all systems have been properly installed, adjusted and tested prior to final inspection, unless, Engineer has been duly notified in writing that certain equipments are not ready for final testing and such is acceptable with Engineer. Additional site visits, inspections, and tests conducted by Engineer due to systems not being ready at designated time of final inspection may result in charges to Contractor by Engineer to pay for additional time of electrical inspectors not covered in Electrical Engineers scope of work. All charges will be at Engineers Standard rates. I. Contractor shall fully inspect all motors and nameplates, controls, conduit, wiring devices and other items before starting work, ordering materials or submitting shop drawings in order to verify existing conditions are as shown on plans and shall immediately notify Engineer of any discrepancies between plans & specifications and existing conditions. Failure to do so may result in responsibility for any required changes in construction. J. At completion of project and before final inspection, Contractor shall provide the Electrical Engineer with full size blue prints, red-lined to reflect the As-Built electrical installation. Any variation from plans shall be shown on each applicable plan sheet. PART 2 PRODUCTS 2.01 MATERIALS A. All materials provided under all sections of the specifications shall be new and the standard products of manufacturers regularly engaged in the production of such equipment. All materials shall conform to the National Electrical Code and shall be approved and listed by the Underwriters' Laboratories. Materials described by manufacturer's name and catalog number are selected to set a definite standard of design and quality to be required. There is not any intention to discriminate against a product of another manufacturer, which is equally durable in 262010 -2 ARCHER ENGINEERING,LLC construction, similar in design, and will serve the purpose for which it is intended. Within 30 days after award of the contract and before any materials and equipment are placed on order, the Contractor shall submit to the Engineer for approval a complete list including catalog numbers and descriptive matter, of all materials and equipment he proposes to provide. B. Materials and equipment specifications are general in coverage and may contain reference to construction items that apply in only particular situations and may not apply as a general rule for materials installed on this project. 2.02 PLANS AND SPECIFICATIONS A. Electrical plans and specifications are not intended to discriminate against any particular manufacturer. Specific values shown for a particular manufacturer's product may vary slightly for another product. The Electrical Engineer reserves the right to interpret the electrical specifications and to make judgment as to acceptance of a product, regardless of minute details in the specifications or on the Plans. B. Specifications shall be reviewed for applicability of materials under certain conditions and in certain environments and, where not shown otherwise on plan drawings. These application directions shall be adhered to. C. Where a particular reference on drawing plans does not conform to standard acceptable construction methods for a particular type project, the Contractor shall immediately notify the Engineer and request a clarification before ordering materials or starting construction. PART 3 EXECUTION 3.01 WORKMANSHIP All wiring shall be installed in accordance with current NEC and focal codes. Conduits exposed to the weather shall be rigid galvanized steel(RGS). Conduit placed underground shall be schedule 40 PVC or, as noted on plans. A fish wire shall be left in all conduits in which the permanent wiring is not installed. All fixtures, switch, and receptacle locations shall be approved by Engineer. Refer to other sections of this specification for controls. Under this section of the specifications, the Contractor shall install the control devices and provide control wiring switches, outlet boxes, and shall make all final connections. Control wiring and interlocks shall conform to wiring diagrams furnished by equipment manufacturers. The Contractor snail provide services of his Engineer or a factory trained technician to instruct plant-operating personnel for a period of at least one (1) full day after completion of the contract work. 3.02 EXCAVATION AND BACKFILL All underground conduits shall be buried to a minimum depth of 24-inches below finished grade. All trenches shall be uniform width and shall be backfilled and compacted to 95% that of original density. Any damage to underground conduits caused by other Contractors shall be repaired by this Contractor and shall be compensated accordingly by the party or parties responsible for the damage. 262010 -3 ARCHER ENGINEERING,LLC 3.03 CLEAN UP The Contractor shall upon completion of the work, remove all materials, empty containers, and any other materials that are not incorporated into the work. END OF SECTION 262010 -4 ARCHER ENGINEERING,LLC SECTION 26 20 15 ELECTRICAL DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Electrical Demolition 1.02 REFERENCES A. Temporary wiring of systems to maintain operation of facilities while undergoing modifications and demolition shall he provided in accordance with: 1. American National Standards Institute/National Fire Protection Association (ANSI/NFPA), No.70 - National Electrical Code(NEC), Article No. 305- Temporary Wring 1.03 SUBMITTALS A. Annotate existing drawings to sequence the demolition of systems, equipment removal and temporary hook-ups. B. Schedule with Engineer or required shut-downs to accommodate system demolition and installation of temporary facilities. 1.04 QUALITY ASSURANCE A. Verify field measurements and circuiting arrangements are as shown Drawings. B. Verify that abandoned wiring and equipment serve only abandoned facilities C. Demolition drawings are based on casual field observation and existing record documents. Report discrepancies to Engineer before disturbing existing installation. D. By beginning demolition, installer accepts existing conditions and warrants that he will maintain service to equipment and items not scheduled or indicated for removal, and that he will return to the Owner all items and systems in good operating condition. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work. As specified in individual Sections. 2.02 DESIGN AND CONSTRUCTION A. The temporary electrical wiring and facilities shall be designed and constructed in strict compliance with NEC-Article No. 305. 262015 -1 ARCHER ENGINEERING,LLC PART 3 EXECUTION 3.01 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. B. Coordinate utility service mirages with Utility Company to provide continuous service to operating equipment. C. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must he performed on energized equipment or circuits. Use personnel experienced in such operations. D. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from the Engineer at least one week before partially or completely disabling system. Minimize outage duration. 3.02 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate, and extend existing installations to accommodate new construction. 1. Remove abandoned wiring to source of supply. 2. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. 3. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets,which are not removed. 4. Disconnect and remove abandoned panelboards and distribution equipment. 5. Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. 6. Repair adjacent construction and finished damaged work. 7. Maintain access to existing installations which remain active. Modify installation or provide access panel as appropriate. 8. Extend existing installations using materials and methods as specified for new work. 3.03 DISPOSAL AND SALVAGE A, Salvage electrical and instrumentation equipment removed from existing facilities for reuse as applicable. B. Material and equipment which can be reused or salvaged remains the property of the Owner unless specifically indicated in the Specifications or Drawings or as designated by the Engineer. 262015 - 2 ARCHER ENGINEERING,LLC C. Materials and equipment which cannot he reused or salvaged will he removed and disposed of by the Contractor. 3.04 CLEANING AND REPAIR A. Clean and repair existing materials and equipment which remain or are to be reused B, Panelboards: Clean exposed surfaces amid check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide sped circuit directory showing revised circuiting arrangement. END OF SECTION 262015-3 ARCHER ENGINEERING,LLC SECTION 26 20 20 ELECTRIC SERVICE PART 1 GENERAL 1.01 SUMMARY A. Electric Utility Charges: 1. Electric Utility charges for extension of distribution system to point of service termination and meters will be paid by Owner. 1.02 DEFINITIONS A. Electric Utility: Local Electric Power Company. 1.03 QUALITY ASSURANCE A. Regulatory Requirements: 1. National Fire Protection Association (NFPA): a. NFPA No. 70-93- National Electrical Code(NEC). PART 2 PRODUCTS 2.01 ELECTRIC SERVICE A. Electric Service Characteristics: 1, As indicated on Drawings and provided by Electric Utility. 111 PART 3 EXECUTION 3.01 PREPARATION A. Confirmation of Electric Service: 1. Consult with Electric Utility to verify service information specified and shown on Drawings. 2. Include deviations required by Electric Utility from contract documents to comply with Electric Utility standards and requirements. B. Metering: 1. Consult with Electric Utility regarding service entrance requirements and metering equipment. 2. Install metering equipment and empty conduit for metering conductors to meet standards and requirements of Electric Utility. C. Application for Electric Service. 262015 - 1 ARCHER ENGINEERING,LLC 1. Obtain required forms from Electric Utility. 2. Assist OWNER in completion of forms and deliver completed forms to Electric Utility. 3. Coordinate schedule for installation of electric service with Electric Utility. END OF SECTION 262015-2 ARCHER ENGINEER LNG,LLC SECTION 26 22 13 TRANSFORMERS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. General purpose, dry type transformers. 1.02 REFERENCES A. Underwriters Laboratories, Inc. (UL): 1. UL 486A-80-Wire Connectors and Soldering Lugs for Use with Copper Conductors. 2. UL 506-89- Specialty Transformers. 1.03 SUBMITTALS A. Submit six sets within binders of the following for Engineer's approval. B. Product Data: 1. Dimensional plans and sections. 2. Wiring diagrams. 3. Manufacturer's nameplate data and electrical ratings. 1.04 QUALITY ASSURANCE A. Items provided under this section shall be listed or labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Terms"NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms "listed" and"labeled" shall be as defined in National Electrical Code, Article 100. B. Regulatory Requirements: 1. National Electrical Code (NEC): Components and installation shall comply with National Fire Protection Association (NFPA) 70. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Square D. B. General Electric. C. Or Engineer-approved equal. 262213 - 1 ARCHER ENGINEERING,LLC 2.02 TRANSFORMERS, GENERAL A. Transformers: 1. Factory-assembled and tested, air-cooled units of types specified, having characteristics and ratings as indicated. 2. Design unit for 60 Hz service. B. Cores: Grain-oriented, non-aging silicon steel. C. Coils: Continuous windings without splices, except for taps. D. Internal Coil Connections: Brazed or pressure type. E. Bolt coil/core to bottom of enclosure for transformers larger than 15 kVA. 1. Isolated by rubber, vibration-absorbing mounts. 2. Metal-to-metal contact between coil/core and enclosure not allowed. F. Provide copper windings. G. Nameplates: Provide metal nameplate listing manufacturer's name, serial number, type, class, kVA voltage, frequency, and showing internal wiring diagram. H. Sound Level: Minimum 3 dB less than sound levels for transformer type and size indicated when factory-tested in accordance with NEMA ST 20. 2.03 GENERAL PURPOSE, DRY TYPE TRANSFORMERS A. Comply with NEMA ST 20. B. Windings. 2-winding type. 3-phase transformers shall use 1 coil/phase in primary anc secondary. C. Transformers shall have following features and ratings. 1. Enclosure: Indoor, ventilated unless otherwise shown on Drawings. 2. Insulation Class: 185°C or 220°C class for transformers 15 kVA or smaller; 220°C class for transformers larger than 15 kVA. 3. Insulation Temperature Rise: 80°C maximum rise above 40°C for 15 kVA and larger; 115°C maximum rise above 40°C below 15kVA. 4. Taps: For transformers 3 kVA and larger, full capacity taps in high voltage winding as follows. a. 3 through 10 kVA: Two 5% taps below rated high voltage. b. 15 through 500 kVA: Six 2-1/2%taps, 2 above and 4 below rated high voltage. c. 750 through 1,000 kVA: Four 2-1/2% taps, 2 above and 2 below rated high voltage. 262213 - 2 ARCHER ENGINEERING,LLC D. Accessories: Following accessory items are required where shown on Drawings. 1. Wall Mounting Brackets: Manufacturer's standard brackets for transformers sized up to 75 kVA where wall mounting indicated. 2.04 CONTROL AND SIGNAL TRANSFORMERS A, Comply with NEMA ST 1 and UL 506. B. Ratings: 1. As indicated and for continuous duty. 2. Where rating not indicated, provide 125%of load. C. Type: Self-cooled, 2-winding dry type. D. Enclosure: Indoor, except as indicated. PART 3 EXECUTION 3.01 INSTALLATION A. Arrange equipment to provide adequate spacing for cooling air circulation. B. Tighten electrical connectors and terminals in accordance with manufacturer's published torque- tightening values. Where manufacturer's torque values not indicated, use those specified in UL 486A and 486B. C. Install wall-mounted transformers on prefabricated brackets designed for purpose. D. Touch up scratched or marred surfaces to match original finish. E. Identify transformers as specified herein. F. install lightning arresters as shown on Drawings. 3.02 GROUNDING A. Ground in accordance with Section 26 05 27. 3.03 FIELD QUALITY CONTROL A. Test and permanently record as follows. 1. Prior to energization of transformers, test phase-to-phase and phase-to-ground insulation resistance levels. 2. Test transformers for continuity of circuits and short-circuits. 3.04 ADJUSTING A. Adjust transformer taps to provide optimum voltage conditions at utilization equipment. 262213 - 3 ARCHER ENGINEERING,LLC 3.05 CLEANING A. Upon completion of installation, inspect interiors and exteriors of accessible components. 1. Remove paint splatters and other spots, dirt, and construction debris. 2. Touch up scratches and mars of finish to match original. 3.06 PROTECTION A. Temporary Heating: Comply with manufacturer's written recommendations within enclosure of each transformer throughout periods during which equipment is not in a space continuously under normal control of temperature and humidity. END OF SECTION 262213 -4 ARCHER ENGINEERING,LLC SECTION 26 24 16 PANELBOARDS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Lighting and power panelboards and associated auxiliary equipment rated 600 V or less. 1.02 REFERENCES A. National Electrical Manufacturers Association (NEMA): 1. NEMA PB.1-90 - Panelboards. 2. NEMA PB1.1-91 - General Instructions for Proper Installation, Operation and Maintenance of Panelboards Rated 600 volts or less. B. Underwriter's Laboratory (UL): 1. UL 486A-86- Wire Connectors and Soldering Lugs for Use with Copper Conductors, 7th Edition. 2. UL 870-85-Wireways, Auxiliary Gutters, and Associated Fittings, 5th Edition. 1.03 DEFINITIONS A. Load Center Panelboard with thermal magnetic circuit-breaker branches, primarily of plug-in type, designed for residential and light commercial projects, operating at 240 V and below, available in both single and 3-phase versions, and equipped with combination flush/surface mounting trim. B. Overcurrent Protective Device (OCPD): Device operative on excessive current that causes and maintains interruption of power in circuit it protects. 1.04 SUBMITTALS A. Submit six sets within binders of all products covered under this specification for Engineer's approval. B. Product Data: 1. For each type panelboard, accessory item, and component specified. 2. Identification materials. C. Shop Drawings: 1. Dimensioned plans, sections, and elevations. 2. Tabulations of installed devices, major features, and voltage rating. 262416 -1 ARCHER ENGINEERING,LLC 3. Include: a. Enclosure type with details for types other than NEMA Type 1. b. Bus configuration and current ratings. c. Short-circuit current rating of panelboard. d. Features, characteristics, ratings, and factory settings of individual protective devices and auxiliary components. D. Wiring diagrams detailing schematic diagram including control wiring, and differentiating between manufacturer-installed and field-installed wiring. 1.05 QUALITY ASSURANCE A. Items provided under this section shall be listed or labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Terms"NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms"listed" and "labeled" shall be as defined in National Electrical Code, Article 100. B. Regulatory Requirements: 1. National Electrical Code (NEC): Components and installation shall comply with National Fire Protection Association (NFPA) 70. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Square D Co. B. General Electric C. Eaton Corp. D. Or equal. 2.02 PANELBOARDS, GENERAL REQUIREMENTS A. Construction in accordance with NEMA PB1. B. Overcurrent Protective Devices (OCPDs)' 1. Provide type, rating, and features as indicated. 2. Comply with Section 26 28 00 with OCPDs adapted to panelboard installation. 3. Tandem circuit breakers shall not be used. 4. Multipole breakers shall have common trip. C. Enclosures: 1. Cabinets, flush or surface mounted as indicated. NEMA Type 1 enclosure, except where other enclosure requirements are indicated. 262416 -2 ARCHER ENGINEERING,LLC D. Front: 1. Secure to box with concealed trim clamps except as indicated. 2. Front for surface-mounted panels shall be same dimensions as box. 3. Fronts for flush panels shall overlap box except as otherwise specified. E. Directory Frame: Metal, mounted inside each panel door. F. Bus: Hard drawn copper of 98 percent conductivity. G. Main and Neutral Lugs: Mechanical type. H. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment ground conductors. Bonded to box. I. Provision for Future Devices: Equip with mounting brackets, bus connections, and necessary appurtenances, for the OCPD ampere ratings indicated for future installation of devices. J. Special Features: Provide following features for panelboards as indicated. 1. Isolated Equipment Ground Bus: Adequate for branch-circuit equipment ground conductors; insulated from box. 2. Auxiliary Gutter: Conform to UL 870. 2.03 LOAD CENTERS A. Provide load-center-type panelboards only where specifically indicated. B. OCPDs: Plug-in full module(nominal 1-in. width)circuit breaker. C. Circuit Breakers for Switching Lights at Panelboards: Indicated type SWD. D. Circuit Breakers for Equipment Marked HOAR Type: Indicated HOAR type. E. Interiors: Provide physical means to prevent installation of more OCPDs than quantity for which enclosure was listed. F. Main, Neutral, and Ground Lugs and Buses: Mechanical connectors for conductors. 2.04 IDENTIFICATION A. General: Provide nameplates for all panelboards. B. Panelboard Nameplates: Engraved laminated plastic for each panelboard. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install panelboards and accessory items in accordance with NEMA PB 1.1, and manufacturers'written installation instructions, and approved submittals. B. Mounting Heights: Top of trim 6 ft 2-in. above finished floor, except as indicated. 262416 - 3 ARCHER ENGINEERING,LLC C. Mounting: 1. Plumb and rigid without distortion of box. 2. Mount flush panels uniformly flush with wall finish. D. Circuit Directory: Typed and reflective of final circuit changes required to balance panel loads. Obtain approval before installing. E. Install filler plates in unused spaces. F. Wiring in Panel Gutters: Train conductors neatly in groups, bundle, and wrap with wire ties after completion of load balancing. 3.02 GROUNDING A. Connections: Make equipment grounding connections for panelboards as indicated. B. Provide ground continuity to main electrical ground bus indicated. C. Ground in accordance with Section 26 05 27. 3.03 CONNECTIONS A. Tighten electrical connectors and terminals, including grounding connections, in accordance with manufacturer's published torque- tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A. 3.04 FIELD QUALITY CONTROL A. Perform tests on low-voltage power panelboards and accessories. B. Upon completing installation of system, perform following tests: 1. Make insulation resistance tests of panelboard buses, components, and connecting supply, feeder, and control circuits. 2. Make continuity tests of circuits. C. Quality Control Program. 1. Procedures: Make field tests and inspections and prepare panelboard for satisfactory operation in accordance with manufacturer's recommendations and these specifications. D. Visual and Mechanical Inspection: Include following inspections and related work: 1. Inspect for defects and physical damage, labeling, and nameplate compliance with requirements of up-to-date drawings and panelboard schedules. 2. Exercise and perform operational tests of all mechanical components and other operable devices in accordance with manufacturer's instruction. 3. Check panelboard mounting, area clearances, and alignment and fit of components. 4. Check tightness of bolted electrical connections with calibrated torque wrench. Refer to manufacturer's instructions for proper torque values. 262416 -4 ARCHER ENGINEERING,LLC 5. Perform visual and mechanical inspection and related work for overcurrent protective devices as within this section. E. Electrical tests: Include following items performed in accordance with manufacturer's instruction: 1. Insulation resistance test of buses and portions of control wiring that disconnected from solid-state devices. Insulation resistance less than 100 megohms is not acceptable. 2. Ground resistance test on system and equipment ground connections. 3. Test main and subfeed overcurrent protective devices in accordance within this section. F. Retest: Correct deficiencies identified by tests and observations and provide retesting of panelboards. Verify by system tests that total assembly meets specified requirements. 3.05 CLEANING A. Upon completion of installation, inspect interior and exterior of panelboards. B. Remove paint splatters and other spots, dirt, and debris. C. Touch up scratches and mars of finish to match original finish. D. Clean interior of panelboard. 3.06 ADJUSTING A. Adjust doors and operating mechanisms for free mechanical movement. 3.07 COMMISSIONING A. Balancing Loads: After Substantial Completion, but before Final Acceptance, conduct load-balancing measurements and circuit changes as follows: 1. Perform measurements during period of normal working load as advised by Owner. 2. Perform load-balancing circuit changes outside the normal occupancy/working schedule of the facility. Make special arrangements with Owner to avoid disrupting critical 24-hr services such as Fax machines and on-line data processing, computing, transmitting, and receiving equipment. 3. Recheck loads after circuit changes during normal load period. Record load readings before and after changes and submit test records. 4. Tolerance: Difference between phase loads exceeding 20 percent at any one panelboard is not acceptable. Re-balance and recheck as required to meet this minimum requirement. END OF SECTION 262416-5 ARCHER ENGINEERING,LLC SECTION 26 27 16 CABINETS AND ENCLOSURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Specifications for cabinets and enclosures for housing of control panels and motor controls. 1.02 REFERENCES A. National Electrical Manufacturers Association (NEMA): 1. 250 - Enclosures for Electrical Equipment(1000 Volts maximum). a. NEMA 3R - Enclosures for outdoor use primarily to provide a degree of protection against wind-blown dust, rain, and sleet; undamaged by formation of ice on the enclosure. b. NEMA 12 - Enclosures for indoor use primarily to provide a degree of protection against dust, falling dirt, and dripping non-corrosive liquids. c. NEMA 4X— Enclosures for outdoor use primarily to provide a degree of protection against wind-blown dust, rain, sleet, hose directed water, and corrosion; undamaged by formation of ice on the enclosure. B. American National Standards Institute/National Fire Protection Association (ANSI/NFPA), NFPA 70 - National Electrical Code(NEC), Article 373- Cabinets, Cutout Box, and Meter Socket Enclosures. C. Underwriters Laboratories (UL), UL 50 -Safety for Cabinets and Boxes. 1.03 SUBMITTALS A. Submit the following under provisions of Section 01330 —Submittal Procedures: 1. Manufacturer's cut sheets and catalog data. 2. Instruction for handling and storage. 3. Installation instructions. 4. Dimensions and weights. 1.04 DELIVERY, STORAGE AND HANDLING A. Have cabinets and enclosures packed and crated to permit ease of handling and to provide protection from damage during shipping, handling and storage. 262716 -1 ARCHER ENGINEERING,LLC PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. The EMF Company B. Eaton Crouse-Hinds C. Hoffman(Pentair) E. Weigmann (Hubbell) F. Hammond Mfg. Co. G. NEMA Enclosures Mfg. Co. 2.02 MATERIALS AND EQUIPMENT A. Sheet Metal Boxes: 1. Provide enclosures manufactured in accordance with NEMA 250 and NEC Article 373. Fabricate outdoor NEMA 3R and NEMA 4X panels from 0.125- inch thick type 5052 H32 aluminum or 14 gauge, 316 stainless steel. NEMA 12 indoor panels shall be painted steel. 2. Dimensions and special features are shown on the Drawings. 3. Construct outdoor enclosures with continuously welded seams ground smooth. 4. Additional material thickness and bracing requirements shall be determined by the manufacturer to provide the strength required by the standard listed. The bracing shall be provided in such a way as to minimize the protrusion into the wiring and the equipment spaces. 5. Install the door with a stainless steel continuous hinge, stainless steel padlock handle with gasket and stainless steel hardware. 6. Furnish the door with oil-resistant neoprene gasket attached with oil-resistant adhesive and held in place with aluminum retaining strips. 7. Use a single, 3/4-inch minimum, door handle that provides a 3-point latching through latch rods with rollers. Provide rollers with at least 3/4-inch diameter. 8. Gasketed overlapping doors may be used instead of a center post. 9. Provide heavy duty lifting eyes of suitable material. 10. Fabricate the enclosure with a stud-mounted panel inside. Make panels from 12-gauge steel painted with white enamel finish. 11. Equip NEMA 12, NEMA 3R, and NEMA 4X enclosures with thermostatically controlled space heaters and corrosion inhibitors. Provide heaters rated for 240V for 120V operation. 12. Weld mounting feet to the enclosure if called for on the Drawing. 13. Include a high impact plastic data pocket in the enclosure. 262716 -2 ARCHER ENGINEERLNG, LLC 14. Provide ground connections on the enclosures to enable grounding of the enclosure with a No. 2 AWG conductor. 15. Equip free-standing outdoor cabinets with inner and outer door restraint bars to prevent door swing during windy conditions. 16. Supply indoor enclosures with filtered passive air intake and exhaust openings, 9-inch square in the side near the top and near the bottom of the adjacent side panel. B. Hardware: 1. Mounting Hardware: Stainless steel 2. Conduit Connectors: Watertight as manufactured by Myers Hubs, or equal. 2.03 TESTING A. Test cabinets and enclosures in accordance with UL 50 so unit qualifies for a UL label. PART 3 EXECUTION 3.01 PREPARATION A. Review Drawings and determine how many enclosures of each kind are required and check if supplied quantity is sufficient. B. Check the mounting pads or foundations for proper mounting dimensions and features, including grounding conductor stub-up. 3.02 INSTALLATION A. Use enclosures described in this specification only above grade. B. Install enclosures in accordance with NEC Article 373 in locations as indicated on the Drawings. C. Install enclosures in readily accessible locations to facilitate general operations, wire pulls, maintenance and repair. D. Plug unused conduit openings. E. Make conduit connections to the enclosures with watertight conduit connectors. END OF SECTION 262716 -3 ARCHER ENGINEERING,LLC SECTION 26 27 26 WIRING DEVICES PART 1 GENERAL 1.01 SECTION INCLUDES A. Specifications for wiring devices including: 1. Receptacles. 2. Wall switches. 3. Wall plates and cover plates. 1.02 REFERENCES A. American National Standards Institute/National Electrical Manufacturers Association (ANSI/NEMA): 1. NEMA WD1 -General Purpose Wiring Devices. 2. NEMA WD6 - Dimensional Requirements. B. Federal Specifications (WC-596F). C. American National Standards Institute/National Fire Protection Association (NFPA): 1. NFPA No. 70- National Electrical Code (NEC), Articles 210 Branch Circuits, 250 Grounding and 410, Paragraphs 56, 57 and 58. 1.03 SUBMITTALS A, Submit all products covered under this specification for Engineer's approval: 1. Manufacturer's product literature and specifications including dimensions, weights, certifications and instructions for handling, storage and installation. 1.04 DELIVERY, STORAGE AND HANDLING A. Pack and crate devices to permit ease of handling and protect from damage during shipping, handling and storage. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Bryant Electric B. Crouse-Hinds, Arrow Hart Division C. Hubbel Inc. Wiring Devices Division D. Leviton Manufacturing Company 262726 - 1 ARCHER ENGINEERING,LLC E. Pass& Seymour/Legrand. 2.02 MATERIALS AND EQUIPMENT A. Standards: Conform to NEMA WD1 for general requirements and NEMA WD6 for dimensional requirements. B. Manufacture devices to heavy-duty industrial specification grade with brown nylon bodies (orange for isolated-ground receptacles) back and side wiring provisions and green-colored grounding screws. C. Receptacles: 1. Duplex-type receptacles: Rated 20 Amps at 120 Volts. 2. Contacts: Brass or phosphor bronze. 3. Receptacle grounding system: Extend to the mounting strap unless isolated ground is indicated or required. 4. GFI or GFCI (ground fault circuit interrupter) receptacles: Provide feed-through type with test and reset button. D. Wall Switches: 1. Toggle switches: Rated 20 Amps at 120/277 Volts AC rated for both resistive and inductive loads. 2. Contacts: Silver cadmium oxide construction to prevent sticking, welding and excessive pitting. E. Cover Plates: 1. In outdoor, corrosive and wet areas, provide cover plates of cast metal, gasketed with spring-loaded hinged covers and stainless steel hardware. 2. All other plates: Type 302 stainless steel. PART 3 EXECUTION 3.01 PREPARATION A. Verify that device boxes are correctly placed. B. Verify that the correct quantity, size and type of wires are pulled to each device box. C. Verify that wiring has been checked at both ends. D. Prepare wire ends for connection to devices. E. Inspect each wiring device for defects. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. 262726-2 ARCHER ENGINEERING,LLC B. Install devices plumb and level. C. Install switches with OFF position down. D. Install receptacles with grounding pole on top. E. Connect wiring device grounding terminal to outlet box with bonding jumper. F. Connect wiring devices by wrapping conductors clockwise around screw terminals. G. Install cover plates on switch, receptacle and blank outlets in finished areas. H. Energize and test devices for proper operation. END OF SECTION 262726 -3 ARCHER ENGINEERING,LLC SECTION 26 28 00 OVERCURRENT PROTECTIVE DEVICES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Overcurrent protective devices (OCPDs) rated 600V and below and switching devices commonly used with them. 1.02 REFERENCES A. National Electrical Manufacturers Association (NEMA). 1. NEMA AB1-86- Molded Case Circuit Breakers and Molded Case Switches. B. National Fire Protection Association (NFPA): 1. NFPA 70-90 - National Electrical Code (NEC). C. Underwriters Laboratory (UL): 1. UL 98-87- Enclosed and Dead Front Switches. 2. UL 486A-80 - Wire Connectors and Soldering Lugs for Use with Copper Conductors. Seventh Edition. 3. UL 489-86 - Molded-Case Circuit Breakers and Circuit-Breaker Enclosures. Seventh Edition. 1.03 DEFINITIONS A. Overcurrent Protective Device (OCPD): Device operative on excessive current that causes and maintains interruption of power in circuit it protects. B. Ampere-Squared-Seconds: Expression of available thermal energy resulting from current flow. With regard to current-limiting fuses and circuit breakers, ampere-squared-seconds during fault current interruption represents energy allowed to flow before fuse or breaker interrupts fault current within its current limiting range. 1.04 QUALITY ASSURANCE A. Items provided under this section shall be listed and labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term"NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms"listed" and "labeled"shall be as defined in National Electrical Code, Article 100. 262800 - 1 ARCHER ENGINEERING,LLC B. Regulatory Requirements: 1. Components and Installation. a. NFPA 70"National Electrical Code (NEC)." b. Local codes and ordinances. C. Single-Source Responsibility: Obtain similar OCPDs from single manufacturer. PART 2 PRODUCTS 2.01 OVERCURRENT PROTECTIVE DEVICES (OCPDs), GENERAL A. General: Provide OCPDs in indicated types, as integral components of panelboards, switchboards, and motor control centers; and also as individually enclosed and mounted single units. 2.02 MOLDED-CASE CIRCUIT BREAKERS A. Manufacturers Except as Indicated: 1. Square D Co. 2. General Electric 3. Eaton 4. Or equal. B. UL 489 and NEMA AB 1. C. Construction: Bolt-in type, except breakers in load-center-type panelboards and breakers 225-ampere frame size and larger may be plug-in type if held in place by positive locking device requiring mechanical release for removal. D. Tripping Device: Quick-make, quick-break toggle mechanism with inverse-time delay and instantaneous overcurrent trip protection for each pole. E. Adjustable Instantaneous Trip Devices: Factory adjusted to low-trip-setting current values. F. Enclosure for Switchboard or Panelboard Mounting: Suitable for panel mounting in switchboard or panelboards where indicated. G. Enclosure for Switchboard or Motor Control Center Mounting: Provide individual mounting where indicated. H. Enclosure for Independent Mounting: NEMA Type 1 enclosure, as indicated or required to suit environment where located. I. Combination Circuit Breakers and Ground-Fault Circuit Interrupters: UL 943 arranged for sensing and tripping for ground-fault current in addition to overcurrent and short-circuit current. 1. Match features and module size of panelboard breakers and provide clear identification of ground fault trip function. 262800 -2 ARCHER ENGINEERING,LLC 2. Trip Setting for Ground Fault: 4 to 6 milliamperes, listed and labeled as Class A, Type 1 device. 3. Trip Setting for Ground Fault: 30 milliamperes. J. Current-Limiting Circuit Breakers: Arranged to limit let-through ampere-squared-seconds during fault conditions to value less than ampere-squared-seconds of one-half-cycle wave of prospective symmetrical fault current. Circuit breaker shall use no fusible devices in its operation. Current- limiting characteristic shall be in addition to normal time-delay and instantaneous-trip characteristics and other features as indicated. K. Circuit Breakers With Solid-State Top Devices: Provide indicated circuit breakers with solid-state trip devices having following features: 1. Ambient Compensation: Trip device insensitive to temperature changes between minus 20C and plus 55C. 2. Adjustability: Breaker ratings and trip settings shall be changeable by operation of controls on front panel of breaker, by change of plug-in element without removing breaker from mounting, or by combination of 2 methods. 3. Ground-Fault Tripping: Adjustable for pick-up and time-delay values. Provide for indicated units. 4. Provide clear plastic shield limiting access to rating plug and adjustments on solid state trip circuit breaker. Seal by attaching sealing wire through hole in posts provided. With wire seal installed, circuit breaker rating plug and adjustments shall not be "readily accessible." 2.03 INSULATED-CASE CIRCUIT BREAKERS A. Manufacturers. - 1. Square D Co. 2. General Electric 3. Or Engineer-approved equal. B. UL 489 and NEMA AB 1. C. Ratings: Continuous-current, interrupting, and short-time-current ratings, and voltage and frequency ratings as indicated. D. Operating Mechanism: Mechanically and electrically trip-free, stored-energy operating mechanism with following features: 1. Moving Contacts Closing Speed: Independent of both control and operator. E. Circuit-Breaker Trip Devices: Solid-state overcurrent trip device system that includes 1 integrally mounted current transformer or sensor per phase, release mechanism, and following features: 1. Functions: Long-time-delay, short-time-delay, and instantaneous-trip functions, which are independent of each other in both action and adjustment. 262800 - 3 ARCHER ENGINEERING,I.LC 2. Temperature compensation to assure accuracy and calibration stability from minus 20 C to plus 55 C. 3. Field-adjustable, time-current characteristics. 4. Current Adjustability: Effected by operating controls on front panel or by changing plug-in elements or current transformers or sensors. 5. Three bands for long-time- and short-time-delay functions marked "minimum," "intermediate,"and "maximum." 6. Five pickup points, minimum, for long-time-and short-time-trip functions. 7. Six pickup points, minimum, for instantaneous-trip functions. 8. Ground fault protection with at least 3 short-time-delay settings and 37 trip-time-delay bands. Adjustable current pickup. 9. Trip Indication: Labeled tights or mechanical indicators on trip device shall indicate type of fault causing breaker trip. If lights are used, integral power source shall maintain indication for 60 hrs, minimum. F. Auxiliary Contacts for Remote Indication: Where remote indication of breaker position is indicated, provide spare auxiliary switch in addition to other auxiliary switches required for normal breaker operation. Spare auxiliary switch shall consist of 2 Type"a" and 2 Type"b" stages (contacts), wired to terminal block in breaker housing. G. Circuit-Breaker Features and Accessories: Include following: 1. Padlocking Provisions: For installing at least 2 padlocks on each breaker to secure its enclosure and prevent movement of draw out mechanism. 2. Operating Handle: Provide 1 for each manually operated breaker. No handle ties are permitted. 3. Electric Close Button: Provide 1 for each electrically operated breaker. 4. Indicating Lights: Contacts for "Breaker Open" and "Breaker Closed," for main and bus tie circuit breakers, and for other indicated breakers. PART 3 EXECUTION 3.01 CONNECTIONS A. Check connectors, terminals, bus joints, and mountings for tightness. B. Tighten field-connected connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL 486A and UL 4868. 3.02 GROUNDING A. Provide equipment grounding connections for individually mounted OCPD units as indicated and as required by NEC. Tighten connectors to comply with tightening torques specified in UL Standard 486A to assure permanent and effective grounding. 262800 -4 ARCHER ENGINEERING,LLC B. Ground in accordance with Section 26 05 27. 3.03 FIELD QUALITY CONTROL A. Testing: 1. Reports: Prepare certified written reports on tests and observations. Report defective materials and workmanship and unsatisfactory test results. Include complete records of repairs and adjustments made. 2. Labeling: Upon satisfactory completion of tests and related effort, apply label to tested components indicating test results, date, and responsible person. 3. Schedule visual and mechanical inspections and electrical tests with at least 1 week's advance notification. 4. Pretesting: Upon completing installation of system, perform following preparations for tests: a. Make insulation resistance tests of OCPD buses, components, and connecting supply, feeder, and control circuits. b. Make continuity tests of circuits. c. Include full updating on final system configuration and parameters where they supplement or differ from those indicated in original Contract Documents. d. Comply with manufacturer's instructions for installation and testing of OCPDs. 5. Visual and mechanical inspection: Include following inspections and related work. a. Overcurrent-Protective-Device Ratings and Settings: Verify indicated ratings and settings to be appropriate for final system arrangement and parameters. Where discrepancies are found, test organization shall recommend final protective device ratings and settings. Use accepted revised ratings or settings to make final system adjustments. b. Inspect for defects and physical damage, NRTL labeling, and nameplate compliance with current single line diagram. c. Exercise and perform operational tests of mechanical components and other operable devices in accordance with manufacturer's instruction manual. d. Check tightness of electrical connections of OCPDs with calibrated torque wrench. Refer to manufacturer's instructions for proper torque values. e. Clean OCPDs using manufacturer's approved methods and materials. f. Verify installation of proper fuse types and ratings in fusible OCPDs. 6. Electrical Tests: Include following items performed in accordance with manufacturer's instructions: a. Insulation resistance test of OCPD conducting parts. Insulation resistance less than 100 megohms is not acceptable. b. Verify trip unit reset characteristics for insulated-case circuit breakers. c. Make adjustments for final settings of adjustable-trip devices. d. Activate auxiliary protective devices such as ground fault or undervoltage relays, to verify operation of shunt-trip devices. e. Check stored-energy charging motors for proper operation of motor, mechanism, and limit switches. f. Check operation of electrically operated OCPDs in accordance with manufacturer's instructions. 262800-5 ARCHER ENGINEERING,LLC g. Check key and other interlock and safety devices for operation and sequence. Make closing attempts on locked-open and opening attempts on locked-closed devices including moveable barriers and shutters. 7. Retest: Correct deficiencies identified by tests and observations and retest. Verify by system tests that specified requirements are met. 3.04 CLEANING A. Upon completion of installation, inspect OCPDs. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. END OF SECTION 262800 -6 ARCHER ENGINEERING,LLC SECTION 26 28 17 DISCONNECT SWITCHES PART 1 GENERAL 1.01 SECTION INCLUDES A. Specifications for disconnect switches including: 1. Fusible disconnect switches 2. Non-fusible disconnect switches 3. Circuit breaker type disconnect switches 4. Fuses 5. Circuit breakers 1.02 REFERENCES A. American National Standards Institute/National Electrical Manufacturers Association (ANSI/NEMA) 1. NEMA AB1: Molded Case Circuit Breakers 2. NEMA KS1: Enclosed Switches B. Underwriters Laboratories (UL) 1. UL 98: Standard for safety enclosed switches and Dead Front Switches 2. UL 198C: High Interrupting Capacity Fuses, Current Limiting type 3. UL 198E: Class R Fuses C. American National Standards Institute/National Fire Protection Association (ANSI/NFPA), NFPA No. 70 - National Electrical Code(NEC), Article 380- Switches. 1.03 SUBMITTALS A. Submit six sets within binders of all products covered under this specification for Engineer's approval: 1. Manufacturer's cut sheets and catalog data 2. Switch internal arrangement 3. Breaker or fuse characteristic curves 4. Instructions for handling and storage 5. Installation instructions 6. Dimensions and weights 1.04 DELIVERY, STORAGE AND HANDLING A. Have disconnect switches packed and crated to permit ease of handling and to provide protection from damage during shipping, handling and storage. 262817 - 1 ARCHER ENGaNEERTNG,LLC PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Disconnect Switches and Circuit Breakers: 1. Cutler-Hammer Products 2. General Electric 3. Siemens Energy and Automation 4. Square D Company 5. Westinghouse Electric B. Fuses: 1, Bussman Division, Cooper Industries 2. Gould Shawmut 3. Littelfuse Incorporated 2.02 MATERIALS AND EQUIPMENT A. Disconnect Switches: 1. Characteristics: Horsepower rated, 600-volt, heavy-duty type with an interlocked door, positive quick-make, quick-break mechanism and visible blades. 2. Use switches and components designed, manufactured and tested in accordance with NEMA AB1, NEMA KS1, UL 98, and NEC Article 380. 3. Enclose switch in a NEMA 12 type enclosure for indoor application and NEMA 4X (type 316 stainless steel) in outdoor locations or other wet or corrosive areas. 4. Provide switches with provisions for padlocking the operating lever in OFF position and door in closed position. 5. Select switches having the number of poles and general size conforming to the Drawings. 6. Conform to fusible, non-fusible or circuit breaker type switch requirements as shown on Drawings or one-line diagrams. 7. Provide an auxiliary contact, shown on the Drawings. 8. Select fuses or circuit breakers with current interrupting duty as calculated for the points of switch application or as indicated on the Drawings or one-line diagrams. B. Fuses: Unless otherwise noted on Drawings, for fuses used in disconnect switches, provide the dual-element, time-delay type with the maximum interrupting rating of 200,000 amperes, conforming to the current NEC. C. Circuit Breakers: When circuit breakers are used in disconnect switches, provide the thermal- magnetic type with current interruption ratings as required at the point of application. 262817 -2 ARCHER ENGINEERING,LLC D. Conduit Connectors: Watertight as manufactured by Myers Hubs, or equal. PART 3 EXECUTION 3.01 PREPARATION A. Review the Drawings and verify the disconnect switches are correct for the applications. B. Make sure that the correct fuses or breakers are being used regarding size and short circuit interrupting capability. C. Prepare adhesive labels on the inside door of each switch indicating UL fuse class and size or breaker type and size for replacement. 3.02 INSTALLATION A Install disconnect switches in accordance with and NEC Article 380. B. Mount switches 6'-6" (to top of cabinet) above finished floor or grade. C. In wet and corrosive areas, including outdoor locations, install switches on spacers to provide a space of approximate 1/4-inch between the oack of cabinet and the mounting surface. D. In wet and corrosive areas, including outdoor locations, connect conduit to the bottom of enclosure and to the lower 30 percent of the sloes using watertight connectors. END OF SECTION 262817 - 3 ARCHER ENGINEERLNG,LLC SECTION 26 28 20 DISCONNECTS AND CIRCUIT BREAKERS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Service disconnects. 2. Feeder and equipment disconnects. 3. Enclosed circuit breakers. 1.02 SUBMITTALS A. Submit six sets within binders of the following for Engineer's approval. B. Product Data: 1. Submit for switches, circuit breakers, and accessories. 2. Descriptive data and time-current curves for protective devices and let-through current curves for those devices with current-limiting characteristics. Include coordination charts and tables, and related data. C. Shop Drawings: 1. Wiring diagrams detailing power and control wiring and differentiating clearly between manufacturer-installed wiring and field-installed wiring. D. Test Results: 1. Field test reports indicating and interpreting test results. E. Operating and Maintenance Data 1. Maintenance data for tripping devices. 1.03 QUALITY ASSURANCE A. Items provided under this section shall be listed or labeled by UL or other Nationally Recognized Testing Laboratory (NRTL). 1. Term"NRTL" shall be as defined in OSHA Regulation 1910.7. 2. Terms"listed" and "labeled" shall be as defined in National Electrical Code,Article 100. B. Regulatory Requirements: 1. National Electrical Code (NEC): Components and installation shall comply with National Fire Protection Association (NFPA) 70. 262820- 1 ARCHER ENGINEERING,LLC C. Single-Source Responsibility: Enclosed switches and circuit breakers shall be product of single manufacturer. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Molded-Case Circuit Breakers: 1. Square D Co. 2. Eaton 3. General Electric B. Combination Circuit Breaker and Ground Fault Trip: 1. Square D Co. 2. Eaton 3. General Electric 2.02 ENCLOSED CIRCUIT BREAKERS A. Enclosed Molded-Case Circuit Breaker: NEMA AB 1, handle lockable with 2 padlocks. B. Characteristics: 1. Frame size, trip rating, number of poles, and auxiliary devices as indicated 2. Interrupting capacity rating to meet available fault current, 10,000 symmetrical rms amperes minimum 3 Appropriate application listing when used for switching fluorescent lighting loads or heating, air conditioning, and refrigeration equipment. PART 3 EXECUTION 3.01 INSTALLATION A. Install enclosed switches and circuit breakers in locations as indicated, according to manufacturer's written instructions. B. Install enclosed switches and circuit breakers level and plumb. C. Install wiring between enclosed switches and circuit breakers and control/indication devices. D. Connect enclosed switches and circuit breakers and components to wiring system and to ground as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts according to equipment manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals according to tightening torques specified in LIL Standard 486A. 262820 -2 ARCHER ENGINEERING,LLC 3.02 ADJUSTING A. Set field-adjustable enclosed switches and circuit breaker trip ranges as indicated. 3.03 CLEANING A. After completing system installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish including chips, scratches, and abrasions. END OF SECTION 262820 -3 ARCHER ENGINEERING,LLC SECTION G SCOPE OF WORK SCOPE OF WORK CITY OF PORT ARTHUR Highway 365 Force Main and Lift Station Improvements Bid No. P24-059 A. GENERAL This contract shall provide for construction of a new sanitary sewer force main for the City of Port Arthur in Jefferson County, Texas. This contract shall include all necessary superintendence, labor, equipment, materials, safety measures, environmental protection, disposal of surplus items, site restoration, and all other related construction for the proposed construction. This contract provides for the installation of approximately 9,917 linear feet of new sanitary sewer force main. The proposed force main will extend from the existing Highway 365 lift station site to a proposed manhole to be installed on the existing 30" diameter gravity sanitary sewer line on the southwest side of West Port Arthur Road (Spur 93). This contract may also provide for the construction of a new submersible pump lift station at the existing Highway 365 lift station site. The contractor shall perform all work as indicated in the plans and specifications. B. SUMMARY OF WORK This contract includes, but is not limited to, the following: Force Main (BASE BID) 1. Contractor shall furnish and install approximately 7,835 linear feet of 20" HDPE DR11 sanitary sewer force main. 2. Contractor shall furnish and install approximately 2,082 LF of 20" HDPE DR11 sanitary sewer force main installed by directional drilling. 3. Contractor shall furnish and install 325 linear feet of 24" x '/2' steel casing by jack and bore at the Spur 93, Union Pacific Railroad and LNVA canal crossing. 4. Contractor shall furnish and install 35 linear feet of 24" HDPE DR17 casing by boring at Texas Avenue. 5. Contractor shall furnish and install 40 linear feet of 24" HDPE DR17 casing by boring at Wilson Avenue. 6. Contractor shall furnish and install 40 linear feet of 24" HDPE DR17 casing by boring at Davis Avenue. SOW 1 of 3 SPI SCHAUMBURG t'-. POLK,I..:: 7. Contractor shall furnish and install 110 linear feet of 24" x - " steel casing by dry boring at Highway 365 crossing. 8. Contractor shall furnish and install air/vacuum valves including all appurtenances and manholes in accordance with the plans and specifications. 9. Contractor shall furnish and install 16" gate valves including all appurtenances and valve boxes in accordance with the plans and specifications. 10.Contractor shall furnish and install a 72-inch precast concrete manhole including ring and cover, with stainless steel rain inflow prevention device, on the existing 30" gravity sanitary sewer line and connect the proposed force main in accordance with the plans and specifications. Lift Station (ADDITIVE BID) 11.Contractor shall abandon the existing lift station including demolishing top slab, portion of the walls, remove/salvage self-priming pumps, piping, valves, electrical equipment, remove/dispose of sludge and debris, and backfill existing lift station, in accordance with the plans and specifications. 12.Contractor shall construct a new sanitary sewer lift station, including wet well, coating, top and bottom slabs, hatches, submersible pumps, pump rails, piping, fittings, valves, reinforced concrete valve box, grating, vent stack, and appurtenances, in accordance with the plans and specifications. 13.Contractor shall furnish and install all electrical equipment, controls, conduit and conductors, in accordance with the plans and specifications. 14.Contractor shall furnish and install a 6' x 14' reinforced concrete electrical pad and canopy, in accordance with the plans and specifications. 15.Contractor shall furnish and install a 60-inch precast concrete manhole, ring and cover, with stainless steel rain prevention device, in accordance with plans and specifications. 16.Contractor shall coat all exposed piping, including surface preparation, in accordance with the plans and specifications. 17.Contractor shall plug and fill approximately 30 LF of existing sanitary 27" sewer line in place with self-leveling flowable grout, in accordance with the plans and specifications. 18.Contractor to furnish and install a new 2" water service line, including hose bib, back flow preventer, water meter, and connection to the existing 12" water line, in accordance with plans and specifications. 19.Contractor to provide site improvements and surface restoration, grading, and seeding, in strict accordance with the plans and specifications. SOW2of3 laiji Fr SCHAUMBURG 6, POLK,it 20.Contractor shall provide all bypass pumping and flow control as required to maintain sewer flow during construction, in accordance with plans and specifications. C. SPECIAL REQUIREMENTS 1. The Contractor shall pay close attention to the project schedule to ensure that the work is completed in a timely manner and the lift station can be place in operation without delays. 2. The Contractor shall contact Mrs. Jess Liao, P.E., Utility Engineer Manager (City of Port Arthur) at (409)983-8193 prior to starting any work within the project site. 3. The Contractor shall coordinate with Mrs. Jess Liao, P.E., Utility Engineer Manager (City of Port Arthur) at (409)983-8193 regarding salvaging of equipment or materials prior to disposal. 4. The City of Port Arthur 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. 6. Potable water service is not available at the site. It is the Contractor's responsibility to supply water. SOW 3 of 3 1 SCHAUMBURG `'. POLK,Imo,, 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 HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS, Bid No. P24-059. B. DESCRIPTION OF WORK. Contractor shall furnish all materials, appliances, tools, equipment, transportation, services, and all labor and superintendence necessary for the construction of work as described in these TECHNICAL SPECIFICATIONS, and as shown on the PLANS. Work, in general, consists of construction of a new Highway 365 lift station and installation of a 16-inch force main from the Hwy 365 Lift Station to a new manhole south-west of Spur 93 road. 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 HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS listed in Paragraph C. above, is included in items of BID for which unit prices are shown, and these prices shall be basis of payment. E. OTHER CONTRACTS. Other construction may be underway concurrently in this area. Contractor shall afford utility companies and other Contractors reasonable opportunity for introduction and storage of their material and execution of their work. All work under this Contract must be properly connected and coordinated with that constructed by others. F. SEQUENCE OF WORK. City reserves the right to schedule sequence of construction. G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow describe general requirements. When necessary, Special Provisions are inserted to describe additional requirements applicable to this Contract. Special Provisions are to be used in conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item, the requirements as set forth in the Special Provisions shall govern. H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have been established for Supplemental Items shown in SECTION D - BID. The Contractor H-1 A 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. H-2A SUPPLEMENTAL GENERAL CONDITIONS - PART B A. TECHNICAL SPECIFICATIONS I. TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined type and include incomplete sentences. The omission of words or phrases such as "Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS", "according to PLANS", "a", "an", "the", and "all", are intentional. Omitted words or phrases shall be supplied by inference in same matter as they are when a "note occurs on PLANS. 2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall provide all items, articles, materials, operation or methods listed, mentioned, or scheduled either on PLANS or specified herein,or both,including all labor,materials, equipment,and incidentals necessary or required for their completion. 3. Whenever the words "approved", "satisfactory", "designated", "submitted", "observed", or similar words or phrases are used, it shall be assumed that the word "Engineer" follows the verb as the object of the clause, such as "approved by Engineer". 4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's installation directions shall mean the latest edition thereof. 5. Referenced to technical society, organization, or body is made in TECHNICAL SPECIFICATIONS in accordance with following abbreviations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials 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 AIS.1 American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NENJA National Electrical Manufacturers Association AWS American Welding Society H-IB PCl Prestressed Concrete Institute A/SC American Institute of Steel Construction ANSI American National Standards Institute (Formerly ASA) 6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and materials in comprehensive manner,and only pertinent portions of these items apply. B. LANDS FOR WORK. Owner provides, as indicated on PLANS, land upon which work is to be done, rights-of-way for access to same, and such other lands which are designated for use by Contractor, Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. C. LINES AND GRADES. From benchmarks and horizontal control references established by Engineer,stake out work,establish elevations,and assume responsibility for correctness of installation as to location and grade. Engineer will establish benchmarks and references for horizontal control on various projects as follows: 1. One Structure at Site. Benchmark and reference hubs at two corners of structure. 2. Two or More Structures. Benchmark and base line at site. 3. Sewer Lines. Benchmarks at intervals not exceeding 2,000 feet and reference hubs at manholes and on line at intervals not exceeding 200 feet. 4. Waterlines. Reference hubs at turns in line,valves,and fire hydrants,and benchmarks at intervals not exceeding 2,000 feet. 5. Pavements and Ditches. Reference hubs on centerline or one right-of-way line at the P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet. Benchmarks at intervals not exceeding 2,000 feet. 6. Engineer will set stakes one time only. Contractor must satisfy himself, before commencing work, as to meaning or correctness of all stakes or marks, and no claim will be entertained for or on account of any alleged inaccuracies, or for alterations subsequently rendered necessary on account of such alleged inaccuracies, unless Contractor notifies Engineer in writing before commencing to work thereon. Contractor is to protect stakes and pay all costs involved in any restaking. Stakes,as described above, will be furnished as required by Contractor within 48 hours after written notification to Engineer by Contractor on stake-out request forms provided by Engineer. Contractor to have a representative on job at time field party begins work. D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision. E. MATERIALS TESTING. All materials,equipment, etc., per scope of work, used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or 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 of equipment are purchased and manufacturer's certified shop drawings are secured. Make changes, after prior consultation with Engineer, at no cost to Owner. H-3t3 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 fur 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: t. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment, including valves and sluice gates. 7. Electrical equipment, including instruments. 8. Special items, as directed. Contractor will check and approve shop drawings for compliance with requirements of Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessary corrections or revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. H-48 I. 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 8'/z-inch x 1 1-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation, operation, adjustment, and maintenance. 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 defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above H-5B guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Surety. M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction to keep them reasonably neat and free of trash, rubbish, and other debris. In clean-up operations, remove from sites of work and from public and private property, temporary structures, rubbish, and waste materials. Dispose of excavated materials beyond that needed to bring site to elevations shown. During final clean-up, any road constructed by Contractor for access to construction site to be leveled and ruts filled so that natural surface drainage is not hindered. N. MATERIALS AND 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. 0. 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. 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," N-6B 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. 5. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. U. FINAL INSPECTION. When construction is substantially complete as determined and approved by the City Engineer, Contractor and City of Port Arthur representatives will walk through the project from start to end limits to develop a punch list which notes and marks on site work deficiencies. This punch list of work deficiencies will be rectified and completed within thirty(30) calendar days from the date contractor has received the formal written Punch List notice. Failure to repair deficiencies or replace defected H-78 l ndar days, entitles the Owner to repair or replace same and materials after thirty 30 calendar s e y , p p recover reasonable cost Ihereoffrom Contractor and/or iris 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. Subslanlial 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 4 SECTION I BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS, that we,the Undersigned, ALLCO, LLC as Principal, and Colonial American Casualty and Surety Company as Surety, are hereby held and firmly bound unto City of Port Arthur as OWNER in the penal sum of Five Percent of the Greatest Amount Bid (5% G.A.B.) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this 25th day of Sejtember , 2024 The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS, Bid No. P24-059. 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. I-.1 ALLCO, LLC (L_S.) PRINCIPAL ,`it'ts2�+ v.Gb C:L.C�f.� By: T.J.Harrison,President Nr;'• Colonial American Casualty and Surty Company s .. SURETY ,f�ff •... ''* 0�‘' BYE_ / Ji lia O'Neal,Attorney-In-Fact IMPORTANT - Surety companies executing BONDS must appear on the Treasury Department's most current list(Circular 570 as amended) and be authorized to transact business in the state where the project is located. PP ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint to Edward ARENS,Rebecca GARZA,Philip BAKER,Michele BONNIN,Jillian O'NEAL,Erica A.COX,Hannah MONTAGNE of The Woodlands,Texas, its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 08th day of January,A.D.2024. rrnn .oc�sua. r°., "°pCn.,,°'O, ,GP ` O •�'e10,rPP R -��4,i,,•~P ORq i�'.,'�� ,tea°pfQ,P Oq`�.�i.•�t r° roP ti� D{ SEAL SEALmI�_-zi-SEAL' sat _1 tf;I �F"YOPw. ATTEST: rrrrnrrn`"`�" rr rrrrr."` r n ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 08th day of January, A.D.2024, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison a�EyEhtti GENEVIEVE M.MAISON =gym°�aLtiG h;Z_ NOTARY PUBLIC BALTIMORE COUNTY,MD N Commission Expires JANUARY27,2025 ',,,,,,,,,, .``� Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TIMONY REOF,I have hereu�n o subscribed my name and affixed the corporate seals of the said Companies, this � day of .aoay 11w n,,,,1,,, ,•••11111111,,,,,,, `,,\illlllll111,//, "` �N ws Sit C oJ>,p 0q9' VOP R9m '" Ct`p 9m\° SEAL'l g=_ _5 j SEAL 1;_ _;',1 SEAL 't Ft tom- ; % .N 'JYOP`K•` '/11,1111111•"```\ Ilfl,,,,,,a"``, I,,,11111111••`,``` Thomas O.McClellan Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfclaims@zurichna.com zurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 0 ZURICH Texas Important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may call Zurich North America's toll-free telephone Usted puede Ilamar al numero de telefono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informacion o para 1-800-382-2150 presentar una queja al: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se- complaints at: guros de Texas para obtener informacion sobre corn- 1-800-252-3439 panias, coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin, TX 78714-9104 P.O. Box 149104 Fax: (512)490-1007 Austin, TX 78714-9104 Web: www.tdi.texas.gov Fax: (512)490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or DISPUTAS POR PRIMAS DE SEGUROS 0 about a claim, you should contact the company first. If RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa relacionada con su prima de seguro Department of Insurance. o con una reclamacion, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted ATTACH THIS NOTICE TO YOUR POLICY: puede comunicarse con el Departamento de Seguros de This notice is for information only and does not become Texas. a part or condition of the attached document. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propOsitos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E(06/15) Page 1 of 1 SECTION 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 ($ ), 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 , 2022, entered into a formal contract with the City of Port Arthur for Highway 365 Force Main and Lift Station Improvements, Bid No. P24-059 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 CERTIFICATE OF INSURANCE; 1 ® 1 DATE (MWDD/YYY Y) ACOR o CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) 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 eights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT PHONE FAX(Ale. IA IC.NA,Eat' -t1Q1: EMAIL _ADDRESS: MISURERIS)AFFORDING COVERAGE NAIC d INSURER A: _ INSURED INSURER B: INSURER C: INSURER D: INSURERS: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION Or ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADOl�1{SUeRI POLICYEP POI.ICYEXP WAITS LTR TYPE OPINSURANCE INSRIIaAlD_t POLICY NUMBER (MINDD/YYYY) (MMIOD71'YYY) GENERAL LIABILITY I EACH OCCURRENCEDAMAGE TO RENT ED S COMMERCIAL GENERAL LIABILITY PREMISES(EA occtrrencel $ CLAIMS•MADE I IOCCUR MEDEXP(Any one person) S !I I PERSONAL 8 ADM INJURY $ GENERAL AGGREGATE S GEN'L AGGREGATE LIMIT APPLIES�� PER. PRODUCTS-COMP/OPAGO $ POL.CY I 78 j f LOC S I I 'GUMt31NE=U SINGLE LAP r r f IAUTOMOBILE LIABILITY (Ea sodded() ANY AUTO BODILY INJURY(Per person) S ,I. ALL OWNED SCHEDULE BODILY INJURY(Per accident) S AUTOS 0AUTOS I NON.OWNeo PROPERTY DAMAGE _ HIRED AUTOS AUTOS (Per accident) S h111 �UMBRELLAUAB OUµ EACH OCCURRENCE S EXCESSLIAB CLAMS-MADE AGGREGATE _5 D I BE RETENTIONS b WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TOBY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE I N!A EL EACH ACCIDENT S __ OFFICER/MEMOER EXP.UDE Di (Mandatory In NH) EL.DISEASE•EA EMPLOYEE S II yes.describe under DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS LOCATIONS/VEHICLES(Attach ACORD td1,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 DE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ( ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD K-1 • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Illinois,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois(herein collectively called the"Companies"),by Robert D.Murray,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate,constitute,and appoint to Edward ARENS,Rebecca GARZA,Philip BAKER,Michele BONNIN,Jillian O'NEAL,Erica A.COX,Hannah MONTAGNE of The Woodlands,Texas, its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 08th day of January,A.D.2024. o� Rim � voRg o F �pPpoR' a: SEAL vSEALm!; r SEAL"' lhrniPO" p /'"41111Pn."C` ,IrytrnP,,,,, ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D.Murray Vice President By: Dawn E.Brown Secretary State of Maryland County of Baltimore On this 08th day of January, A.D.2024, before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,Robert D. Murray,Vice President and Dawn E.Brown,Secretary of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. N TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Genevieve M. Maison 1 11 • ( �lr.�pTA1,4`Yi�, GENEVIEVE M.MAISON °ueuC, p`'Z= NOTARY PUBLIC ;>•..p1g1 "F'C BALTIMORE COUNTY,MO %,,� ••"- �.� My Commission Ewes JANUARY 27.2925 11„,,,,,.'` Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. T 4TIMONY REOF,I have hereun subscribed my name and affixed the corporate seals of the said Companies, this Orli day of so Sualy, ' 1NSU ",, Os Sd Corftp,/ aPOg9T� QP q ) -+2 "ti c{Q %\c( �i nt: et SEAL ' it SEAL 1: _;( SEAL I /',IHr,lrl ill is fa"S ','1rwy�`\\ ''/l,/f 111i 11f 111 `',, Thomas O.McClellan Y Y Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER,AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 reportsfcl aims((azurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 � ZURICH Texas Important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para presentar una queja: You may call Zurich North America's toll-free telephone Usted puede Ilamar al numero de telefono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informacion o para 1-800-382-2150 presentar una queja al: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se- complaints at: guros de Texas para obtener informacion sobre corn- 1-800-252-3439 panias, coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin, TX 78714-9104 P.O. Box 149104 Fax: (512) 490-1007 Austin, TX 78714-9104 Web: www.tdi.texas.gov Fax: (512)490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or DISPUTAS POR PRIMAS DE SEGUROS 0 about a claim, you should contact the company first. If RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa relacionada con su prima de seguro Department of Insurance. o con una reclamaciOn, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted ATTACH THIS NOTICE TO YOUR POLICY: puede comunicarse con el Departamento de Seguros de This notice is for information only and does not become Texas. a part or condition of the attached document. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E(06/15) Page 1 of 1 SECTION L PERFORMANCE BOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars, $( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER, dated the day of 2019, a copy of which is hereto attached and made a part hereof for the construction of: Highway 365 Force Main and Lift Station Improvements, Bid No. P24-059 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. Provided, that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. L-1 PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change,extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the _ day of , 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 Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. L-2 SECTION M NON-COLLUSION AFFIDAVIT NON-COLLUSION AFFIDAVIT FOR PRIME CONTRACTOR State of TEXAS ) ) ss. County of JEFFERSON ) T.W. HARRISON , being first duly sworn,deposes and says that: (1) He is PRESIDENT of ALLCO, LLC ,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 A RTHI JR (Owner) in connection with Highway 365 Force Main&Lift Statinn (name of contract), and of pertinent circumstances respecting such Bid; Improvements (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 (Owner)or any person interested in the proposed Contract;and Port Arthur ttt i i I i>>rli (5) The price or prices quoted in the referenced Bid are fair and proper and are not tainted by any ,•% GO, s�, collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its��' V.•' ""• �-. O agents, representatives, owners, employees,or parties - 'nt est ' u davit. (Signed T..WLO :..' i ..."*':.490". 1 ::: . — . HAR ISON - PRESIDENT ... r�'' -4 : Title S Subscribed and sworn to before me by the said T.W. HARRISON on this 25 day'',��f,'',Imo— By: '• •';`\ \,,N.` of SEPTEMBER 20 24 m `-).C,,c q,�01Y•..v CiALt. ,<hp- .� Nof, ry Public ?~��P�p�� JACQUELINE CHRISTOPHER t ? A l Notary Public,State of Texas t JEFFERSON County, T . : .ta.vi Comm.Expires 05-21-2028 t[Notary Seal] t lie 0F`°. Notary ID#1559325 t My commission expires 5/21 ,20 28 7 1 - , ram= -ya ,, ` sa '- y f '� .7 'xe2." 4.a'i nr,,—6 -V zz"�` s 4-a_ �-- # . 1-a. $ . "4�' r ."�y' pas_ f s ' '�?e sf= s V-'Q° . t >-,ma y SCHAUMBURG b. POLK,ir,r. NON-COLLUSION AFFIDAVIT FOR PROPOSED SUBCONTRACTOR State of ) ) ss. County of ) , being first duly sworn, deposes and says that: (1) He is of , hereinafter referred to as the "Subcontractor"; (2) He is fully informed respecting the preparation and contents of the subcontractor's Proposal submitted by the subcontractor to , the Contractor for certain work In connection with (name of contract), for (Owner); (3) Such subcontractor's Proposal is genuine and is not a collusive or sham proposal; 1 (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 subcontractors Proposal or any other subcontractors proposal,or to secure through collusion, conspiracy, connivance, or unlawful agreement any advantage against the (Owner) or any person interested In the proposed Contract; and (5) The price or prices quoted in the subcontractors Proposal 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) . Title Subscribed and sworn to before me by the said on this day of , 20 By: Notary Public County, [Notary Seal] My commission expires , 20 SRI SCHAUMBURG t'. POLK. SECTION N HOUSE BILL 89 VERIFICATION House Bill 89 Verification I, T.W. HARRISON (Person name),the undersigned representative (hereinafter referred to as "Representative" of ALLCO,LLC (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do 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. >> ►�// •aa��®, 1.( , i SIGNATURE OF REPRESENTATIVE T.W. HARRISON - PRESIDENT • S SUBSCRIBED AND SWORN TO BEFOR ME,the undersigned authority on t,`rr*t,,\`,` this 25TH day of SEPTEMBER 20 24 PY p JACQUELINE CHRISTOPHER �°= Notary Public,State of Texas C PCJ s� ticv Comm.Expires 05-21-2028 t 1 `oF�E Notary ID#1559325 i Notaty Put is SECTION 0 SB 252 SR 252 CHAPTER 2252 CERTIFICATION 1, T.W. HARRISON , the undersigned Representative of ALLCO, LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 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, T.W. HARRISON - PRESIDENT Name of Company Representative (Print) y, ..: •l.'/ 7*. . : Signature of Company Representative "(''5 `_ �° ' J SEPTEMBER 25, 2024 /r `�`ilist<��\ Date SECTION P QUALIFICATION STATEMENT, QUALIFICATION STATEMENT SUBMITTED TO: CITY OF PORT ARTHUR BY ALLCO,LLC ICorpotahon,NiXaNaWNYallaliel PRINCIPAL OFFICE 6720 COLLEGE,BEAUMONT,TX 77707 The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. How many years has your organization been in business as a general contractor under your present business name: 39 YEARS 2. How many years'experience in this type of construction work has your organization had? (a) As a general contractor 39 YEARS___ (b) As a sub-contractor N/A 3. What projects has your organization completed? Conlraci Class of When Name and Address Amount Work Completed of Owner PLEASE SEE THE ATTACHED. ALLCO LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 1,664,700 Pine Street SWTP 2024 Beaumont City of Beaumont Polymer System& Jefferson 801 Main Street Chemical Storage Tank Texas Beaumont, Texas 77701 409-880-3725 2,341,725 City of Orange Meeks 2024 Orange Schaumburg&Polk Water Treatment Plant Orange 8865 College Street Improvements Texas Beaumont, Texas 77707 409-866-0341 207,994 Elevated Storage Tank 2024 Port Arthur City of Port Arthur Piping Repairs Dallas Jefferson 444 4th Street @ 4th Street Texas Port Arthur, Texas 77640 409-986-8193 2,191,000 Road Repair 2024 Newton Goodwin Lasiter Strong Program Newton 1609 S. Chestnut Ste 202 Texas Lufkin, Texas 75901 936-637-4900 3,034,384 Placement Area 8 2023 Port Arthur Sabine Navigation District Levee Project Jefferson 8180 Anchor Drive Texas Port Arthur, Texas 77642 409-729-4588 4,377,370 Street Rehabilitation 2023 Port Arthur City of Port Arthur Program District 1 Jefferson 444 4th Street Texas Port Arthur, Texas 77640 409-983-8193 21,804,200 MCMUD#8 Biological 2023 Conroe Jones/Carter Nutrient Removal Montgomery 6330 West Loop South Ste 150 WWTP Texas Bellaire Texas 77401 713-353-7317 2,627,382 City Jasper ARPA 2023 Jasper LJA Engineers Sanitary Sewer Line Jasper 2615 Calder Ste 500 Replacement Texas Beaumont, Texas 77702 409-833-3363 1,380,355 El Vista Sanitary Sewer 2023 Port Arthur City of Port Arthur Force Main Replacement Jefferson 444 4th Street Texas Port Arthur, Texas 77640 409-983-8193 ALLCO LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 808,376 9th Avenue Sanitary 2023 Port Arthur City of Port Arthur Sewer Main Replacement Jefferson 444 4`h Street Texas Port Arthur, TX 77640 409-983-8160 • 2,320,000 Harvey Infrastructure 2023 Beaumont City of Bevil Oaks Improvement Project Hardin 13560 River Oaks Blvd. Texas Beaumont,Texas 77713 409-833-3363 10,000,000 Florida 2023 N/S Florida Florida DEO Commercial/Residential Various 107 E. Madison St. Disaster Recovery Florida Tallahassee,Florida 32399 850-717-8449 9,975,000 Wastewater Treatment 2023 Magnolia City of Magnolia Plant Expansion Montgomery 18111 Buddy Riley Blvd Texas Magnolia,Texas 77354 281-356-2266 4,450,540 Stewart's Creek 2022 Conroe City of Conroe Trunk Line Montgomery 300 W.Davis Street Replacement Texas Conroe,Texas 77301 936-522-3136 1,534,148 City of Orange 2022 Orange Fittz& Shipman Engineers Eagle Point Parkway Orange 1405 Cornerstone Court &Medical Center Dr. Texas Beaumont,Texas 77706 Phase I 409-832-7238 1,280,000 City Nederland 2022 Nederland LJA Engineers Wastewater Treatment Jefferson 2615 Calder Suite 500 Plant Upgrades Texas Beaumont,Texas 77702 409-833-3363 493,332 City Anahuac Sludge 2022 Anahuac LJA Engineers Basin Conversion Chambers 2615 Calder Ste 500 Project Texas Beaumont,Texas 77702 409-833-3363 6,027000 Bolivar Beach Club 2022 Crystal Beach Bolivar Beach Club RV LLC RV Resort Galveston 1709 Hunters Trail Texas Friendswood,Texas 77546 281-639-0451 - ALLCO LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract a.-,. Class of When Where Located Owner or_._,.. ...: _- Amount Work Completed City/County/State Owner Representative 3,054,000 City of Mont Belvieu 2022 Mont Belvieu Jones Carter Cotton Bayou WWTP Harris 6330 West Loop South Ste 150 Dewatering Facility Texas Houston,Texas 77401 713-777-5337 3,523,000 Lake Tawakoni 2022 Point Sabine River Authority Spillway Channel Rains PO Box 579 Bank Stabilization Texas Orange, Texas 77631 409-746-2192 16,450,000 Washington Blvd 2021 Beaumont City of Beaumont Improvements Jefferson 801 Main Street Texas Beaumont,Texas 77701 409-880-3725 1,100,000 Sewer Plant 2021 Beaumont City of Beaumont Pump Replacement Jefferson 801 Main Street Texas Beaumont, Texas 77701 409-880-3725 12,447,985 Sabine River Authority 2021 Deweyville Gamey Construction Pump Station- Civil Orange 1772 W. Sam Houston Pkwy North Piping-Sitework Texas Houston, Texas 77403 281-763-7772 1,383,000 Filter Rehabilitation 2021 Nederland Jefferson County WCID#10 and Clearwell Jefferson 3707 Central Blvd. Texas Nederland,Texas 77627 409-722-6922 1,889,500 Trickling Filters 2021 Beaumont City of Beaumont Rehabilitation Jefferson 801 Main Street Texas Beaumont, Texas 77701 409-880-3752 499,117 City of Woodville 2021 Woodville KSA Engineers Wastewater Treatment Tyler 211 E. Shepherd Ste. 205 Plant Mechanical Screen Texas Luflcin,Texas 75901 936-637-6061 784,981 Lift Station Emergency 2021 Port Arthur City of Port Arthur Repairs Jefferson 444 Fourth Street Texas Port Arthur, Texas 77640 409-983-8161 1 ALLCO LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 46,688,000 Alligator Bayou Pump 2020 Port Arthur Jefferson County Drainage District 7 Station Annex Jefferson P.O. Box 3244 Texas Port Arthur, Texas 77642 409-985-4369 1,400,000 11th Street 2020 Beaumont City of Beaumont Resurfacing Project Jefferson 801 Main Street Texas Beaumont,Texas 77701 409-880-3725 892,000 Emergency Repair 2020 Beaumont City of Beaumont Wastewater Treatment Jefferson 801 Main Street Plant Bar Screen Texas Beaumont,Texas 77701 409-880-3725 75,000 Emergency Repair 2020 Beaumont City of Beaumont Wastewater Treatment Jefferson 801 Main Street Plant Secondary Clarifier Texas Beaumont,Texas 77701 Junction Box 409-880-3725 5,389,000 Sanitary Sewer System 2020 Liberty FIR Green Improvements Phase 1 Liberty 11011 Richmond Ave, Ste 200 Texas Houston,Texas 77042 713-965-9996 5,185,000 Street Rehabilitation 2019 Beaumont City of Beaumont City Wide Phase 1 Jefferson 801 Main Street Texas Beaumont Texas 77701 409-880-3725 4,215,000 Levee 26 Construction 2019 Nederland Sabine Neches Navigation District Jefferson P.O. Box 778 Texas Nederland, Texas 77627 409-729-4588 3,095,000 Discharge Pipe 2019 Beaumont Lower Neches Valley Authority 1,2 &5 Rehab Jefferson P.O. Box 5117 Texas Beaumont, Texas 77726 409-892-4011 1,724,766 Wastewater Treatment 2019 Beaumont Schaumburg&Polk Inc. Sludge Thickner/Belt Jefferson 8865 College Street Press Rehabilitation Texas Beaumont, Texas 77707 409-866-0341 r t ALLCO __--_LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 1,058,961 Replacement of 2019 Westlake City of Westlake Sewer Transport Calcasieu Parish P.O.Box 700 Line,Phase 1 Louisiana Westlake,Louisiana 70669 337-433-0691 2,581,500 Water Treatment Plant 2019 Beeville Enprotec/Hibbs&Todd Pretreatment Improv. Bee 402 Cedar St. Texas Abilene, Texas 79601 832-698-5560 5,343,000 High Surface Pump 2019 Baytown Shrader Engineers Station Improvements Harris 750 Towne&Country Ste 650 Baytown Water Authority Texas Houston,Texas 77042 713-467-9961 3,212,000 Dowlen Road ACP 2019 Beaumont City of Beaumont Resurfacing Project Jefferson 801 Main Street Texas Beaumont, Texas 77701 409-880-3725 12,605,000 Surface Water Treatment 2018 Port Arthur Arceneaux Wilson& Cole Plant Improvements Jefferson 2901 Turtle Creek Dr. #320 Phase I Texas Port Arthur Texas 77642 409-724-7888 2,861,000 Wastewater Treatment 2018 Orange Schaumburg&Polk Plant Expansion Phase Orange 8865 College Street 2A&2B Texas Beaumont Texas 77707 409-866-0341 726,000 Keith Road 16" Water 2018 Beaumont City of Beaumont Line Installation Jefferson 801 Main Street Texas Beaumont Texas 77701 409-880-3725 533,700 Bigner Road Asphalt 2018 Beaumont City of Beaumont Resurfacing Project Jefferson 801 Main Street Texas Beaumont Texas 77701 409-880-3725 23,750,000 Surface Water Treatment 2018 Port Arthur Arceneaux Wilson& Cole Plant Improvements Jefferson 2901 Turtle Creek Dr. Ste. 320 Phase 2 Texas Port Arthur Texas 77642 409-724-7888 ALLCO LIST OF COMPLETED CIVIL/HEAVY PROTECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 2,200,000 City of Anahuac 2017 Anahuac Carroll &Blackman Wastewater Treatment Chambers 3120 Fannin Street Plant Rehab Contract A Texas Beaumont Texas 77702 409-833-3363 1,300,000 City of Rose City 2017 Rose City Goodwin Lasiter Bridges Project#2 Orange 1609 S. Chestnut Ste. 202 Texas Lufkin Texas 75901 936-637-6336 740,000 Asphalt Road Repairs 2017 Bridge City Action Engineers Rosen&Various Streets Orange 8460 Central Mall Dr. Ste. J City of Bridge City Texas Port Arthur Texas 77642 409-983-6263 3,260,000 Jack Brooks Regional 2017 Beaumont Garver USA Airport Runway Jefferson C/O 1149 Pearl Street Reconstruction Texas Beaumont Texas 77701 713-491-8333 2,690,000 Port Acres Wastewater 2016 Port Acres Arceneaux Wilson& Cole Treatment Plant Jefferson 2901 Turtle Creek Dr. #320 Improvements Texas Port Arthur Texas 77642 409-724-7888 3,260,000 Jack Brooks Regional 2016 Beaumont Garver USA Airport Runway Jefferson C/O 1149 Pearl Street Reconstruction Texas Beaumont Texas 77701 713-491-8333 300,000 Site Grading Port 2016 Port Arthur Arceneaux Wilson& Cole Arthur Business Park Jefferson 2901 Turtle Creek Dr. #320 Texas Port Arthur Texas 77642 409-724-7888 740,000 Asphalt Road Repairs 2016 Bridge City Action Engineers Rosen&Various Streets Orange 8460 Central Mall Dr. Ste. J City of Bridge City Texas Port Arthur Texas 77642 409-983-6263 1,300,000 City of Rose City 2016 Rose City Goodwin Lasiter Bridges Project#2 Orange 1609 S. Chestnut Ste. 202 Texas Lufkin Texas 75901 936-637-6336 1 ALLCO . - _, LIST OF COMPLETED.CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 5,600,000 Crenshaw Water Plant 2016 Pasadena City of Pasadena Ground Storage Tank Harris 1114 Davis Street Ste. 300 Texas Pasadena Texas 77506 713-475-4995 7.950.000 Water Treatment Plant 2016 Livingston Enprotec/Hibbs&Todd Lake Livingston Water Polk 402 Cedar Street & Sewer Service Corp Texas Abilene Texas 79601 325-698-5560 i 1,612,000 Coopers Gully Pump 2015 Orange Carroll&Blackman Inc. Station- City of Orange Orange 3120 Fannin Texas Beaumont Texas 77702 409-833-3363 3,400,000 Water System Improv. 2015 Port Arthur Arceneaux&Gates Keith Lake to Sabine Pass Jefferson 2901 Turtle Creek Drive Standpipe Texas Port Arthur Texas 77642 409-724-7888 1,130,000 Wastewater Treatment 2015 Orange Schaumburg&Polk Plant Improvements Orange 8865 College Street Phase IA&IB Texas Beaumont Texas 77707 409-866-0341 3,200,000 24" Waterline City of 2015 Port Arthur Arceneaux& Gates Port Arthur-19th St.to. Jefferson 2901 Turtle Creek Drive Sabine Neches Canal Texas Port Arthur Texas 77642 409-724-7888 3,492,000 Sanitary Sewer Impr 2015 Beaumont City of Beaumont 54" Interceptor Jefferson 1350 Langham Texas Beaumont Texas 77707 409-785-3000 1,750,000 Wastewater Collection 2015 Nederland Schaumburg &Polk Inc. Rehabilitation Jefferson 8865 College Street Texas Beaumont Texas 77707 409-866-0341 3,350,000 Detention Ponds 2015 Sugarland LJA Engineers &Drainage Facilities Fort Bend 2929 Briarpark Imperial Phase II Texas Houston Texas 77042 713-953-520 i ALLCO n-s - - LIST OF COMPLETED CIV-IL/HEAVY PROJECTS ___,4___ Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 3,350,000 Detention Ponds 2015 Sugarland LJA Engineers &Drainage Facilities Fort Bend 2929 Briarpark Imperial Phase II Texas Houston Texas 77042 713-953-520 4,500,000 Orange County 2014 Vidor Carroll&Blackman WCID#1 Cloverleaf Orange 3120 Fannin Tiger Lake Lift Texas Beaumont Texas 77702 Station/Force Main 409-833-3363 1,800,000 City of Missouri City 2014 Missouri City Enprotec/Hibbs&Todd Prestressed Concrete Fort Bend 402 Cedar Street Clearwell Texas Abilene Texas 79601 325-698-5560 2,500,000 Asphalt Road Repair 2014 Bridge City d.p. Consulting Engineers City Wide-Bridge Orange 3727 Doctors Drive City Texas Port Arthur Texas 77642 409-983-6263 430,000 Clarifier Rehabilitation 2014 Orange Firestone Polymers Orange 5713 FM 1006 Texas Orange Texas 77630 409-924-4626 457,000 Post Office Lift Station 2014 Port Neches Carroll&Blackman Inc. Improvements Jefferson 3120 Fannin Texas Beaumont Texas 77702 409-833-3363 2,400,000 Fort Polk Sewer 2014 Fort Polk Arceneaux& Gates American Water Vernon 3501 Turtle Creek Drive Louisiana Port Arthur Texas 77642 409-724-7888 10,000,000 Richland Chambers 2013 Fairfield Alan Plummer Associates Wetland Expansion Navarro 1349 Empire Central Ste 1000 Improvements Texas Dallas Texas 75247 214-631-6100 2,000,000 Water System 2013 Nederland City of Nederland Improvements Jefferson 1400 Boston Avenue Texas Nederland Texas 77627 409-723-1542 r ALLCO LIST OF COMPLETED CIVIL-./HEAVY-PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 2,700,000 Sanitary Sewer 60" 2013 Beaumont City of Beaumont Trunk Outfall Jefferson 1350 Langham Texas Beaumont Texas 77707 409-785-3000 1,150,000 Asphalt Road Repair 2013 Bridge City d.p. Consulting Engineers Repair City of Bridge City Orange 3727 Doctors Dr. Texas Port Arthur Texas 77642 409-983-6263 9,971,000 Main&Port Acres 2012 Port Arthur Arceneaux &Gates WWTP Rehabilitation Jefferson 2901 Turtle Creek Dr. Ste. 201 City of Port Arthur Texas Port Arthur Texas 77642 409-724-7888 3,500,000 Sanitary Sewer 2012 Port Arthur City of Port Arthur Rehab Contract 6 Jefferson P.O. Box 1089 Texas Port Arthur Texas 77640 409-983-8226 1,700,000 Diboll Water System 2012 Angelina KSA Engineers Northside Diboll 107 W. Lufkin Avenue Texas Lufkin Texas 75904 936-637-6061 639,000 Nacogdoches WWTP 2012 Nacogdoches Schaumburg&Polk Inc. 2010 Improvements Nacogdoches 8865 College Texas Beaumont Texas 77707 409-866-3413 3,100,000 Sanitary Sewer 2012 Nederland City of Nederland Rehab 2009 Project Jefferson 1400 Boston Avenue Texas Nederland Texas 77627 409-723-1542 800,000 Waterline Installation 2011 Beaumont City of Beaumont Large Diameter Main Jefferson 1350 Langham Texas Beaumont Texas 77707 409-785-3000 2,950,000 Wastewater Treatment 2011 Liberty Schaumburg&Polk Inc. Plant Improvements Liberty 8865 College Street Texas Beaumont Texas 77707 409-866-0341 I t ALLCO - _ - ICI&T OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 2,000,000 Water&Sewer 2010 Orange City of Orange Area II&III Orange P.O. Box 520 Texas Orange Texas 77630 409-883-1900 1,400,000 Sanitary Sewer 2010 Beaumont City of Beaumont Rehab Project Jefferson 1350 Langham Contract XIV Texas Beaumont Texas 77707 409-785-3000 8,500,000 Water Treatment Plant 2010 Beaumont City of Beaumont Expansion/Renovations Jefferson 1350 Langham Texas Beaumont Texas 77707 409-785-3000 4,000,000 Full Dept Concrete 2010 Beaumont City of Beaumont Repair Project Jefferson P.O. Box 3872 Texas Beaumont Texas 77704 409-785-3000 6,700,000 Wastewater Treatment 2009 Dayton O'Malley Engineers Plant Renovations Liberty 1306 North Park Texas Brenham Texas 77833 979-836-7937 3,200,000 Wastewater Treatment 2009 Woodlands Carter&Burgess Inc. Plant Improvements Montgomery 55 Waugh Suite 800 Texas Houston Texas 77007 713-869-7900 2009 25,000,000 East Fork Raw WaterWylie Alan Plummer Associates Supply Wetland Collin 1349 Empire Centra Ste 1000 Construction Project Texas Dallas Texas 75247 214-631-6100 2,700,000 Alabama Command 2009 Orange Port of Orange Control Center Orange 1201 Childers Road Texas Orange Texas 77630 409-883-4363 3,333,000 Water Treatment 2009 Carthage KSA Engineers Plant Improvements Panola 140 E. Tyler Suite 600 Phase I Texas Longview Texas 75601 936-637-6061 N. r ALLCO __,_..x,�_ _ LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 5,500,000 Rolphe Christopher 2009 Beaumont City of Beaumont Blvd. Renovations Jefferson P.O. Box 3827 Texas Beaumont Texas 77704 409-785-3000 13,200,000 FM 1179 2008 Bryan Texas Dept of Transportation Road Improvements Brazos 1300 N. Texas Avenue Texas Bryan Texas 77803 979-778-2165 2,100,000 US 69 Frontage Roads 2008 Nederland Texas Dept of Transportation Nederland Ave &Hwy Jefferson 8350 Eastex Freeway 365-Jefferson County Texas Beaumont Texas 77708 409-898-5711 5,000,000 Avocet Oceanfront 2008 Bolivar Avocet Oceanfront Villas LLP Villas Galveston 3112 East Fourth Avenue Texas Durango, Colorado 81301 1,000,000 Seagrass Development 2008 Caplen Seagrass-Caplen LLC Galveston P.O. Box 7754 Texas Beaumont Texas 77726 409-861-4459 5,200,000 Phelan Boulevard 2008 Beaumont City of Beaumont Extension Jefferson P.O. Box 3827 Texas Beaumont,Texas 77704 409-785-3000 3,200,000 2006 Sanitary Sewer 2008 Lumberton Lumberton M.U.D. Improvements Contract C Hardin 55 W. Chance Cut-Off Texas Lumberton,Texas 77656 409-755-1559 3,800,000 Water Transmission Line 2008 Bolivar Schaumburg&Polk Inc. Singing Sands to Port Galveston 8865 College Street Bolivar Texas Beaumont Texas 77707 409-866-0341 3,300,000 Water Treatment Plant 2008 Carthage City of Carthage Improvements Phase II Panola 812 W. Panola Texas Carthage Texas 75633 903-693-3868 r ` ALLCO LIST OF COMPLETED CIVIL/HEAVY PROJECTS__ _ Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 9,500,000 Safety Rest Areas 2008 Livingston Texas Dept of Transportation Hwy 59 Polk County Polk 8350 Eastex Freeway Texas Beaumont Texas 77708 409-898-5711 24,200,000 Highway 96 2007 Kirbyville Texas Dept of Transportation Construction Jasper 8350 Eastex Freeway Texas Beaumont Texas 77708 409-898-5711 3,100,000 Wastewater Treatment 2007 Galveston City of Galveston Plant Renovations Galveston P.O. Box 779 Texas Galveston Texas 77553 409-797-3630 2,600,000 Water Treatment Plant 2007 Winnie Carroll&Blackman Inc. Trinity Bay Conservation Chambers 3120 Fannin District Texas Beaumont Texas 77702 409-833-3363 9,900,000 Wastewater Collection 2006 Port Arthur Bob Shaw Consulting Engineers Rehab Pioneer Park Jefferson 4749 Twin City Highway & Griffmg Park Texas Port Arthur Texas 77643 409-963-0263 $1,600,000 FM 1131 Roadway 2006 Deweyville Texas Dept of Transportation Orange County Orange 8350 Eastex Freeway Texas Beaumont Texas 77708 409-898-5711 $1,000,000 Audubon Village 2006 Gilchrist Audubon Village LLC Development Galveston P.O. Box 7754 Texas Beaumont Texas 77726 409-861-4459 7,000,000 Walden Development 2006 Beaumont Crescent-Walden LLC Phase I&II Jefferson P.O. Box 7754 Texas Beaumont,Texas 77726 409-861-4459 8,500,000 FM 364 Major Drive 2005 Beaumont Texas Dept of Transportation Construction Jefferson 8350 Eastex Freeway Texas Beaumont Texas 77708 409-898-5711 ALLCO - LIST OF-COMPLETED,CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 6,000,000 Laguna Harbor 2005 Port Bolivar Laguna Resources Ltd. Resort Galveston P.O. Box 7754 Texas Beaumont Texas 77726 409-861-4459 3,200,000 High Island to Singing 2005 Stowell Lower Neches Valley Authority Sands Transmission Chambers 7850 Eastex Freeway Line Contract IV Texas Beaumont, Texas 77708 409-892-4011 4,200,000 City of Nacogdoches 2004 Nacogdoches Schaumburg&Polk WW Collection System Nacogdoches 8865 College Street SS Replacement Texas Beaumont, Texas 77707 409-866-0341 4,200,000 West Regional Water 2004 Winnie Lower Neches Valley Authority System Transmission Chambers 7850 Eastex Freeway Line Texas Beaumont, Texas 77708 409-892-4011 4,100,000 Water Treatment Plant 2004 Fannett dp Consulting Engineers West Jefferson Jefferson 3800 Highway 365 Municipal Water Dist Texas Port Arthur,Texas 77642 409-983-6263 2,200,000 Orleans Street Inter- 2004 Beaumont City of Beaumont Locking Pavers Jefferson P.O. Box 3827 Texas Beaumont, Texas 77704 409-785-3000 1,300,000 Jasper County FM82 2004 Kirbyville Texas Dept of Transportation Jasper 8350 Eastex Freeway Texas Beaumont, Texas 77708 409-898-5711 1,100,000 WWTP Bar Screen& 2004 Beaumont City of Beaumont Belt Press Conveyor Jefferson 1350 Langham Texas Beaumont,Texas 77706 409-785-3000 9.100,000 Highway Construction 2003 Beaumont Texas Dept of Transportation Jefferson County Jefferson 8350 Eastex Freeway IH-10 Feeder Roads Texas Beaumont,Texas 77708 409-898-5711 ALLCO LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 9,600,000 Highway Construction 2003 Beaumont Texas Dept of Transportation Jefferson County Jefferson 8350 Eastex Freeway SP 93-Phase III Beaumont Beaumont,Texas 77708 409-898-5711 3,500,000 Highway Construction 2003 Buffalo Texas Dept of Transportation Freestone County , Freestone 2800 Commerce Street East Highway 164 Texas Buffalo,Texas 75831 713-802-5551 5,500,000 Wastewater Treatment 2003 Nederland Schaumburg&Polk, Inc. Plant Renovations Jefferson 8865 College Street Texas Beaumont,Texas 77707 409-866-0341 849,000 Distribution Parallel 2003 Texas City Gulf Coast Water Authority 66" Line Galveston 3630 Highway 1765 Texas Texas City, Texas 77591 409-935-2438 13,535,000 Highway Construction 2002 Orange Texas Dept of Transportation Orange County Orange 3128 Highway 62 Highway 87 Texas Orange,Texas 77632 409-883-3476 5,500,000 Drainage& Street 2002 Beaumont City of Beaumont Improvements Jefferson P.O. Box 3827 Concord Road Texas Beaumont,Texas 77704 409-785-3000 1,370,725 Highway Construction 2000 Saratoga Texas Dept of Transportation FM787 Bridge Project Hardin 1150 Avenue N Texas Silsbee,Texas 77656 409-385-5269 2,000,000 Highway Construction 1999 Beaumont Texas Department of Transportation Jefferson County Jefferson 8350 Eastex Freeway Walden Road Project Texas Beaumont, Texas 77708 409-898-5711 7,200,000 Wastewater System 1998 Mauriceville Schaumburg&Polk,Inc. Improvements Orange 8865 College Street Contract 3,4& 5 Texas Beaumont, Texas 77707 409-866-0341 ALLCO LIST OF COMPLETED CIVIL/HEAVY PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 7,250,000 Highway Construction 1998 Beaumont Texas Department of Transportation SP93 West Port Arthur Jefferson 8350 Eastex Freeway Phase II Texas Beaumont,Texas 77708 409-898-5711 1,300,000 New Water&Sewer 1998 Pineland Hogan Corporation/City of Pineland Improvements-Delta Sabine 101 Dogwood Heights &Hwy 96 Area Texas Pineland, Texas 75968 409-381-8811 3,365,583 South Park Drainage 1997 Beaumont Schaumburg&Polk, Inc. Project Jefferson 8865 College Street Texas Beaumont, Texas 77707 409-866-0341 4,300,000 Water Treatment 1996 Nederland City of Nederland Facility&New Office Jefferson 1400 Boston Avenue Buildings Texas Nederland, Texas 77627 409-723-1542 4,200,000 Wastewater Treatment 1996 Lumberton Schaumburg&Polk, Inc. Facility&Plant Hardin 8865 College Street Buildings Texas Beaumont,Texas 77707 409-866-0341 ALLCO REFERENCES ARCENEAUX WILSON&COLE MR. JOE WILSON,P.E. 3120 CENTRAL MALL DRIVE PORT ARTHUR, TEXAS 77642 409-724-7888 joe.wilson@awceng.com PORT OF PORT ARTHUR MR.ED LONG,P.E. 221 HOUSTON AVENUE PORT ARTHUR, TEXAS 77640 409-983-2011 ed@portpa.com CITY OF BEAUMONT MS. AMALIA"MOLLY"VILLARREAL, P.E. 801 MAIN STREET BEAUMONT,TEXAS 77701 409-785-3016 molly.villarreal@beaumonttexas.gov CITY OF ORANGE • MR. ADAM JACK,P.E. 812 N. 16m STREET ORANGE, TEXAS 77630 409-883-1900 ajack@orangetexas.gov CITY OF PORT ARTHUR DR. RANI J. TOHME,P.E. 444 4m STREET PORT ARTHUR,TEXAS 77640 409-983-8226 tohmehani@yahoo.com LJA ENGINEERING, INC MR. CALVIN PROSEN, P.E. 2615 CALDER STE 500 BEAUMONT,TEXAS 77702 409-833-3363 cprosen@ljaengineering.com FITTZ& SHIPMAN MR. DON KING,P.E. 1405 CORNERSTONE COURT BEAUMONT, TEXAS 77706 409-832-7238 dking@fittzshipman.com .ALLCO SELECTED LIST OF COMPLETED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 13,371,000 Military Housing 2023 Pineville Louisiana Military Department Camp Beauregard Beauregard 718 E Street Louisiana Pineville,Louisiana 71360 Calcasieu Parish Board 2,919,258 R.W. Vincent 2023 Sulpchur 3310 Broad Street Elementary Hurricane Repairs Louisiana Lake Charles,Louisiana 70615 1,817,000 Vinton Middle 2023 Vinton Calcasieu Parish Board3310 Broad Street School &Elementary Calcasieu School Repairs Louisiana Lake Charles,Louisiana 70615 Pure Renewable Systems Facility 10,000,000 Textile Manufacture 2022 BGelgi»m 6712 E. 118 Street Bixby Oklahoma 74008 2,200,000 Disaster Relief 2022 Louisiana State of Louisiana Housing Statewide GOHSEP/Neal Fudge Louisiana Baton Rouge,Louisiana 70802 20,000,000 CDBG- 2020 Houston General Land Office Residential Harris 1700 Congress Ave. Construction Services Texas Austin, Texas 78701 43,600,000 CDBG - Texas 2020 Southeast Texas General Land Office Commercial/Residential Various 1700 Congress Ave. Disaster Recovery Texas Austin,Texas 78701 22,435,000 STEPS &Roofing 2019 St. Thomas and Virgin le�anarara Plaza, Suite 2 0 Housing Authority Programs St. John Virgin Islands St. Thomas,Virgin Islands 00802 150,000 Repairs 2019 Beaumont St. Anthony Cathedral Basilica Jefferson 700 Jefferson Street Texas Beaumont,Texas 77701 12,000,000 PREPS - 2018 Southeast Texas General Land Office Construction Services Various 1700 Congress Ave. Texas Austin, Texas 78701 1,300,000 DALHR Program 2018 Southeast Texas General n Congress Office Residential Construction Various 1700in, Tgres Ave. Services Disaster Recovery Texas __ ALLCO SELECTED LIST OF COMPLETED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 15,990,000 New High School 2016 Buna Architectural Alliance Buna Independent Jasper 350 Pine Street Ste. 720 School District Texas Beaumont Texas 77701 13,000,000 New Training/Office 2015 Nederland MP.O.ark Box 901 Magnuson Architects Facility-Industrial Jefferson Safety Training Council Texas Bridge City Texas 77611 1,6000,000 New Softball Complex 2015 Beaumont Lamar 14 0 Jimmy rs ty CMAR Jefferson Simmons Blvd Texas Beaumont Texas 77705 2,200,000 Tennis Courts Covered 2015 Beaumont City of Beaumont Uncovered&Loggia Jefferson 801 Main Street Design/Build Project Texas Beaumont Texas 77701 1,150,000 Tennis Center Pro 2014 Beaumont The9 LaBiche Architectural Group Shop/Clubhouse Jefferson Gladys Beaumont Athletic Texas Beaumont Texas 77706 Complex 730,000 Setzer Center Student 2014 Beaumont Lamar University 4410 Jimmy Simmons Blvd Center Roof Replacement Jefferson Texas Beaumont Texas 77705 325,000 Dishman Art Building 2014 Beaumont Lamar University Roof Replacement Jefferson 4410 Jimmy Simmons Blvd Texas Beaumont Texas 77705 23,700,000 South Park Middle 2013 Beaumont Beaumont a Harrison TexasSchool Jefferson Texas Beaumont Texas 77706 11,500,000 German Pellets Plant 2013 Woodville Evans sContractors Hembree Place Woodville Texas Tyler Texas Roswell Georgia 30076 ALLCO SELECTED LIST OF COMPLE lED COMiviFRCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 2,379,600 Outdoor Education 2013 Sabine Pass The LGB iche s S te101�al Group Service Center Jefferson Y Sabine Pass I.S.D. Texas Beaumont Texas 77706 2,497,000 Regional Marine 2013 Sabine Pass Jefferson 9 Pearl Street Security Center Jefferson Texas Beaumont Texas 77701 38,000,000 High School Renovation 2012 Port Neches 643Port Ave C Neches I.S.D. &Additions Jefferson Texas Port Neches Texas 77651 18,100,000 New French Elementary 2012 Beaumont Beaumont artiso I.S.D. School Jefferson Texas Beaumont Texas 77706 17,200,000 New Fehl Elementary 2012 Beaumont Beaumont out I.S.D. School Jefferson son Texas Beaumont Texas 77706 17,400,000 New Dunbar Elementary 2012 Beaumont B 9uHarrisonontI.S.D. School Jefferson Texas Beaumont Texas 77706 10,500,000 Stilwell Education 2011 Port Arthur Port Arthur I.S.D. Support Center Jefferson 733 5`h Street Texas Port Arthur Texas 77640 18,300,000 New Martin Elementary 2011 Beaumont Beaumont I.S.D. School Jefferson 3395 Harrison Texas Beaumont Texas 77706 16,000,000 New Blanchette 2011 Beaumont Beaumont I.S.D. Elementary School Jefferson Texas Beaumont Texas 77706 ALLCO SELECTED LIST OF COMPLETED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or , Amount Work Completed City/County/State Owner Representative 15,500,000 Thomas Edison 2011 Port Arthur Port r SArthth reur tS.D. Middle School Jefferson Texas Port Arthur Texas 77640 14,000,000 New Amelia 2010 Beaumont Beaumont I.S.D. Elementary Jefferson 33 95 Harrison Texas Beaumont Texas 77706 4,500,000 Travis Elementary 2010 Port Arthur Port Arthur I.S.D. Renovations Jefferson 733 5d' Street Texas Port Arthur Texas 77640 3,100,000 Stadium Renovations 2010 Port Arthur Port Arthur I.S.D. 733 5th Street Jefferson Texas Port Arthur Texas 77640 85,000,000 Memorial High 2009 Jefferson Port Arthur I.S.D. School New Facility Port Arthur 733 5th Street Texas Port Arthur, Texas 77640 12,400,000 New Memorial High 2009 Jefferson Port Arthur I.S.D. School C.A.T.E Port Arthur 733 5th Street Building Texas Port Arthur, Texas 77640 5,960,000 New Practice Gyms 2008 Beaumont Beaumont a ont I.S.D. Marshall,Austin, Odom Jefferson son Vincent Middle Schools Texas Beaumont Texas 77706 10,000,000 Robert E.Lee 2007 Port Arthur Natex Corporation Elementary Jefferson 2500 Wilcrest 3rd Floor Texas Houston,Texas 77042 18,000,000 McDonald Gym 2007 Beaumont Lockwood Andrews Newnam Recreational Facility Jefferson 2925 Briarpark Drive Lamar University Texas Houston,Texas 77042 ALLCO SELECTED LIST OF COMPLETED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 9,000,000 DeQueen Elementary 2006 Port Arthur Long Architects Inc. School Facility Jefferson 6465 Calder Suite 206 Texas Beaumont Texas 77706 670,000 Kinsel Lincoln 2005 Beaumont Kinsel Auto Mall Mercury Dealership Jefferson 3355 Eastex Freeway Texas Beaumont, Texas 77706 5,858,650 Performing Arts 2004 Port Arthur Texas University System Center Jefferson Lamar State College Texas Port Arthur,Texas 77640 1,400,000 Eagle Climatized 2004 Port Neches M.O. Turner Self Storage Jefferson Nederland,Texas 77627 Texas 140,400 Tnfou cation Tech 2004 Port Neches ISP Elastomers EH & S Jefferson Port Neches, Texas 77651 Texas 211,100 Chlorine Building 2004 Lumberton City of Beaumont Loeb Water Plant Hardin P.O.Box 3827 Texas Beaumont, Texas 77704 4,300,000 Wesley United 2004 Beaumont LaBiche Architectural Group Methodist Church Jefferson 7999 Gladys Suite 101 Texas Beaumont,Texas 77706 295,000 Customer Service 2003 Port Neches ISP Elastomers Building Jefferson Port Neches, Texas 77651 Texas 369,000 City of Port Neches 2003 Port Neches LaBiche Architectural Group Service Center Jefferson 7999 Gladys Suite 101 Building Texas Beaumont,Texas 77706 8,690,424 Five-Story Parking 2002 Beaumont Hellmuth Obata&Kassabaum Garage St.Elizabeth Jefferson 2800 Post Oak Blvd Ste 3700 Hospital Texas Houston,Texas 77056 413,000 Kinsel Chrysler-Jeep 2002 Beaumont Kinsel Auto Mall Mazda Showroom Jefferson 3355 Eastex Freeway Texas Beaumont, Texas 77706 ALLCO SELECTED LIST OF COMPLETED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 735,700 Beaumont Pediatrics 2002 Beaumontffe sr ou The Lalliche 7999 Gladys S to 10 Architectural Group Center Memorial Hermann Hospital Texas Beaumont, Texas 77706 345,000 Kinsel Auto Mall 2002 Beaumont Kinsel 55 Autoastex Mall &Facilities Jefferson Freeway Texas Beaumont, Texas 77706 8,661,400 Southeast Texas 2002 Beaumontffe sr ou Long Architects 6465 Calder Suite 206 Entertainment Amphitheater Facility Texas Beaumont, Texas 77706 200,000 Ferguson Baseball 2001 Beaumont 490Ferguson Park Street Foundation Practice Building Jefferson Texas Beaumont, Texas 77701 15,869,200. Pietzsch-MacArthur 2000 Beaumont Beaumont Independent School District Elementary Jefferson 3395 Harrison Texas Beaumont,Texas 77706 23,000,000 Silsbee High 2000 Silsbee Silsbee Independent School District School Hardin 415 West Avenue N Texas Silsbee,Texas 77656 5,000,000 Newton Middle 1999 Newton Bay Architects, Inc. School Newton 18201 Gulf Freeway Texas Webster,Texas 77598 355,850 MRI Addition 1999 Beaumont Milton Bell Associates Beaumont Bone Jefferson 711 San Jacinto Building & Joint Institute Texas Beaumont, Texas 77701 6,100,000 Ozen High School 1999 Beaumont Architectural Alliance Additions-Alteration Jefferson 6654 Phelan Blvd. Texas Beaumont, Texas 77706 9,120,000 Dishman Elementary 1999 Beaumont B8 y Architects, Freeway Inc Jefferson Gulf y Texas Webster,Texas 77598 25,000,000 Water Treatment 1998 Port Arthur Black&Veatch,Inc. Plant Contract II Jefferson 5728 LBJ Freeway Suite 300 &Plant Buildings Texas Dallas, Texas 75240 ALLCO SELECTED LIST OF COMPLETED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative Steinman& Associates 2,000,060 Monsignor Kelly 1997 Beaumont Ste Ste Ninth Street High School Jefferson 390 Multipurpose Bldg. Texas Beaumont,Texas 77702 2,500,000 Austin Middle 1997 Beaumont Bay Architects,Inc. School Jefferson 18201 Gulf Freeway Texas Webster,Texas 77598 e Baxter Architect 565,997 Beaumont Institute 1995 Beaumont Bruce North Street Jesus Christ of Jefferson 2307 Ladder Day Saints Texas Beaumont,Texas 77702 18,500,000 Golden Triangle 1995 Beaumont Texas Youth Commissionp O. Box 4260 State School Jefferson Texas Austin,Texas 78765 2,787,700 Hardin County 1994 Kountze Adams,Richardson, &Fisher,Inc. Jail Addition. Hardin 1313 S. John Redditt Drive Texas Lufkin,Texas 75901 899,250 West Harbor Island 1994 Beaumont Architectural Alliance Transit Shed Jefferson 6654 Phelan Boulevard Texas Beaumont,Texas 77706 96,031 Replace Roof on 1994 Beaumont Goodyear Tire &Rubber Finishing Building Jefferson P.O. Box 26003 Texas Beaumont,Texas 77720 10,500,000 Jefferson County 1993 Beaumont Jefferson County Commissioners Correctional Jefferson P.O. Box 4025 Facility Texas Beaumont,Texas 77704 162,454 Campus Site Work 1992 Port Moore Stansbury&Vaught Architect Arthur 3100 25th Street Lamar University Jefferson Texas • Port Arthur,Texas 77640 183,250 Additions/Alterations 1992 Beaumont Gordy&Huffhines,Inc. to Recital Hall Jefferson 479 Pine Street Lamar University Texas Beaumont, Texas 77701 206,400 Carl Parker Building 1992 Beaumont Moore Stansbury&Vaught Architects3100 25th Street Photographic Services Jefferson Reconstruction Texas Port Arthur,Texas 77640 ALLCO . SELECTED LIST OF COMPLETED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 1,700,000 Commercial 1991 Nederland, AMIMid-Jeffers2nH Street l Construction Jefferson Highway ghv Y @ Texas Nederland,Texas 77627 698,000 Lab, Maintenance 1991 Beaumont Goodyear T i00e&Rubber Company &Power House Jefferson 3 Constr. &Renov. Texas Beaumont,Texas 77720 105,000 New Branch 1991 Beaumont Parkdale Bank Bank Facility Jefferson P. O. Box 3567 Washington Blvd. Texas Beaumont, Texas 77726 191,000 CT Scan 1991 Nederland AMI Mid-Jefferson Hospital Facility Jefferson Highway 365 &27th Street Texas Nederland, Texas 77627 750,000 Ash Containment 1991 Port Arthurn 8865h Collegerg&tPrel ,Inc Storage Area- Building Texas Beaumont, Texas 77707 2,045,000 Commercial 1990 Beaumont 28MELMR 50 S. 8 fSo t east Texas Construction Jefferson Texas Beaumont, Texas 77701 125,000 Foundation 1990 Port Arthur Star Enterprise and Building Jefferson P. O. Box 712 Texas Port Arthur,Texas 77641 125,200 Operator's 1990 Port Arthur Star Enterprise Shelter,VPS #2 Jefferson P. O. Box 712 Texas Port Arthur, Texas 77641 150,000 Engineering 1989 Port Arthur Star Enterprise &Drafting Jefferson P. O. Box 712 Space Renov. Texas Port Arthur,Texas 77641 647,455 Expansion of 1988 Beaumont L O Box amar University North Central Jefferson 10016 Plant Utilities Texas Beaumont, Texas 77710 692,080 Additions 1988 Beaumont Parkdale Bank &Renovations Jefferson P.O. Box 7588 to Bank Texas Beaumont, Texas 77706 ALLCO SELECTED LIST OF COMPLE 1'ED COMMERCIAL PROJECTS Contract Class of When Where Located Owner or Amount Work Completed City/County/State Owner Representative 1,411,111 Warehouse 1987 Beaumont Tideland Specialty Addition Jefferson P.O. Box 4046 Texas Beaumont,Texas 77704 165,253 Bank 1987 Port Arthur Mbank-Port Arthur Renovations Jefferson P.O. Box 1000 Texas Port Arthur, Texas 77641 395,741 Addition to 1987 Beaumont St. Andrews' Presbyterian1350 23rd Street Church Jefferson Texas Beaumont,Texas 77706 133,814 Alterations 1987 Beaumont Southwestern Bell Telephone Company to Building Jefferson 3100 Main,Room 609 Texas Houston,Texas 77002 161,852 Emergency 1986 Conroe Doctors Hospital Room Montgomery P.O. Box 1349 Alterations Texas Conroe,Texas 77301 202,093 Bank Bldg. 1986 Beaumont O BoBea67 ont Renovations Jefferson Texas Beaumont, Texas 77704 ALLCO REFERENCES ARCHITECTURAL ALLIANCE RONNIE JONES rjones@architect-aia.com 409-866-7196 HORNS, INC. KELLY HUCK Kelly.huck(&,h-orne.com 601-326-1000 CSRS, INC. NATALiE GRAHAM natalie.graham@csrsinc.com 225-274-6461 GENERAL LAND OFFICE JENNIFER MOLINARI Jennifer.molinari.gov@recovery.texas.gov 512-475-5033 GOHSEP NEAL FUDGE neal.fudge@la.gov 225-925-4114 LOUISIANA MILITARY DEPARTMENT COLONEL DIRK ERICKSON dirk.d.erickson.mil@army.mil 318-641-5981 Pr 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 THE PRE-BID AND VISITED JOBTE. 6. Explain your plan or layout for performing the proposed work: IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS 7. The work,if awarded to you,will have the personal supervision of whom? (a) For administrative management? KEITH BURRELL (b) For resident construction superintendence? ._.ROGER BUDRO (c) What experience in this type of work is enjoyed by the superintendent designated under(b)above? MR. BUDRO HAS OVER 40 YEARS_INTHTS INDUSTRY_ g. What portions of the work do you intend to sub-let? BORING AND ELECTRICAL 9. What equipment do you own that is available for the proposed work? Description,Size Years of Present Oly. Item Capacity,Etc. Condition Service Location PLEASE SEE THE ATTACHED. • 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? YES P-3 . . . :•4.1 S.. cl- CO G") -0 c-1 61 ,--.1 0 ,-I 0 ,--1 o ogu 0 0) 0 0 0 0 0 2 ›. N ,---, c•-•/ N c-i N N c•4 . .. : N " Lu _j _I CC (1) r, `---1 I— 1— . 1— , I— X. •H '--' 0 r--.. , ti , cc r-- U (-) CD — z — 0 , ,— i..,.: U CI i'..:5 •,:r -c3 _,(--) u LL. a, c.) I,' ,0, 0 _1 C 4..0 0 4 0 0 CC) "V3 0 ECI- .. . 4zi- d- d. .c:r CNI 7:1- •-1 02 - 4<14 l_ . 0_ 0_ U (3 r- 1.4_ i__ .. , _ • • . . .... . . .. •-.. _. . .. ., . , •_ . . .. . . . . . ., . . :. . ... • . . . • .: . . - . : . . • . . '. s.. . . . .- CU CD = cc cc D cc cc no cc cc cc .cc -= _- D 44- -,- D D D .(---- D D '-- - u-1 v-, Lc trl L.,-) CU - ‘-‘) LID u-) u") - LID ,r) .4) v-) ai 01 ' t 1- a.) 7- 4-, • • • • • •- .- +-, 4-, U 4-, 4-, 4-, -I-, U 4-, +--, 4-, 4-, (1) a , a cr, a a a a EL a_ ca. cc cc co ro 0 n cc cc •-•.to cc D cc cc co as n no n •• r3 m — E ' - — - — 'ci-.) — EE `L' EEcuEE '. E. E2,-JEEEE E ,C_)1.3 cU O../ cli cl..) cU CU _. £ -'-,' C 4-4 0 +--, 4-, 4-4 4-, 4-4 4-4 -4-4 0 0 cc 0 0 ._.c ru 0 0 0 0 cc 0 0 0 0 •_c 0 4. C co ;•. (I 5 (..) t...)r c '.' Um 3 Um 3 (...)rt3 Ur° Um I- N' 0 I- s'' H .0 :: 2. - • .... . . .. -• . . ,, ..• . .. . :. . . . . ....-_• .. . .: .•,:,........'_ . , • •. . .. . .. . . ... . . . • . •. . . _ . .. . - . . ... • . . ., _.. •. . . . : N .. . . ... .. r.-- 5..- . .. 0) -CI . . .. ... CD N ,---1 cc) G.) ro N 00 : cc) cc) N 0 ,--4 0 • E LD 4.0 .., c:3-) Ls) ,.._. 0 L0 N urD .1-4.... CY) CO LC, __,. ,, Cc) ,.... 1..n m yr) = 00 u") C..) -s .: ,-I N - CO o N - • 0 %-•I •,:t N '<f- CO - cr) C) -' i_r) LC)• 4- C st o '17) m m M M 0.1 ccf- L.r) ° r-'" o.) 0 N up N 0 c° ° CO m 0 cf. .<1- 0 0 (..7 rn C_) — 0 0 `--1 up. 0 0 "'I CO 0 N r' ° r-i o CD 6-'1 N 0 rn '1- .1- CD CO °3 0 0 LLJ L'n 0 0 C) CD ,__i 0 ,__, ,_, x cn r, CD N cc 0 N c)... cc 0 0 0 0 LO cl- C) CD .r. N > z 0 z .t- °° .1. c° L.0 Ln 1-r) C.7 cu Lu --Jr.., LL. co vl z '-'-' 4 m ' t- r-i u_ . ,--.1 ,I N d- ...... ... •- .. , . N • . . LL. 4... LL_ - . . . . _ •• - . . _ . - . .. . . .. . . • .. •. •• . • . , • • . . • . • ... . . - : . • . . . . . . '.. -.•... . . • •. .. ' . . . . . . . • ••• . CC C0 y_ 0 0 • 0 0 I__. .0 0 L._. 0 CLLI LLJ LL1 s-- s.- 4--' s- s- s- 4--' s-_ s_ 5._ s_ 4-' ..., +-, 4-, ._ y_ -I-, O (1.) 411) O./ I-, CU c1.4 r--) au a) (1) 0 o o m o o o 0 0 0 o 0 r':' '44 aY M .31- 0 cc .47, 0 0 0 -,._'-' 0 0 -- 0 0 0 - 4-, 4-, > 4-4 4-4, 4, > 4-4 4-, 4-4 4-, > >, > > > 4..., > Q. _c _c _c -1- _c _c -1- _c _c -c -1- cc 4-3 r3 cc cc cc cc co c43 -cc cc cc < c43 03 < co 475 ..., 2-.4_4 _... ..24._. __ j_.„--- _.._, > > 4;7,4, > > > !...._--,.. > > > > ,,:.-_--4, u: 4,-?, 4,.-?, " > p Ci U U U u U U u U U U u 3 . L-:, a, (-. r. ,:,- ,,, CO CU c7 n x. ',473: ,f; .;.--<- 3 n I,n co C6 CO _..,.. CO CO CZ cc cc U CJC.JU UUUU LLI LLJ CU CO CO C1:3 '4- CO CO < CC co co < x x .— x x x -- x x x x .— . -- -- x -- In on cc . on 1.1.1 u..i c u..1 LLI LL1 C 1.1.1 LLI Li.1 LU C - C C - Li.) C . . •. 2 2 . . • • . .. - - •• . .. • . . . . •• . . • - . . • . . . . . . . . .. . . . . . • - . . . • -- . , .. • . . . . . _ CD — N ,-..-, ,,,- ir: CDNCC Cr, 0 -: N cc) ''14 ‘‘) ‘.0 N cc C) 0 • '-. N cf-, -t- kr-:, ,...o N cc i: - - N N N N N N N N N N r-,-) - - rn --. o N LLJ c-1 c-I <-1 c-I J < 1 J DD c-i pp rL11 r-i !� Co �I u 6 6 cx 0, o 6 `D � to `,1 w o? a N O CD U , N� 6 N N 6 6 U N J J U J 2 D _ O LU CO J -J ON (b _ O .(31.), d' O ,z(DO Do D O CO O O O O rn rn Cfl N o N Crl U t-- 0 o N Uo n_ o d °- Co mLC) 03 U. U u U U CJ U U U Q. 0 0 a_ N m a. U a_ U a C L Cj a U a a n a a. a_a- oU D_ a_ a . 0 0 0 • • : C D .� : C Cu 0 C C Cu 0 0 D Cu Cu 7 '� C N U) 4 vi :•U) -, C C vi in cn in In (n i-, c-, v, (n Un N I. '' ' N 4-4 Cu Cu 6 •CO Cu co co co Cu O co CC CO Cu CO N. Cu CO CO Cu CSC CO CO Cu (C ((C C CO Cu ' CD E E E E E E E E E E < E E E E E E F L L o E E• E E0 0 E E0 E E 0 o O O 0 O O 0 O O Y Y 0 v0 Y Y ,Y +' +-' Y .Y Y Y Y Y Y Y `L • • • n u'1 O lD O u1 ,n Q lD w Lfl m Co N m N C Oo LU NI1 N al al N l-n v) M N N to Lc-) W W N O r{- Ln U M r-I NI O O C) LU al O 0 N m (� O In Lfl l.D N t O N w lD N co Co O N N m m O m N m LU O O cn co �' Co LU t.n ul LU LU LU lD co r N Co CO- N Q Q m ,Y Co m Y Q Q rn Q u1 Q oo `� `� Q Q Q Q Q• �. • • a.) O Q O CO •0 - I._ L u. L L I-- I- L .s 0 U N O 0 0 0 0 0 0 O +; L. L 3- L L 0 S.- L.. Co N L L. L L (O L 5:ni,.. Cu O Cu CR O O O O 0 0 0 0 0 > O O S ' ,-, > > a--' CO> — — > .. Cu ra I Cu (a ro ' co Cu +., i3 CC CuCC Cu Cu (C Q Q CC Cu (C CO Cu U Q Q U U U > U U > > >. U U) > > > > > U > > 3 U > > > x > x Cu Cu x > x x co x x > co ca U (a (o Cu (o Cu u Cu u Q L X u U. -_.J - w u w 0 O w U w w u w w U u U _ U U U U U U U C U 0 w x x x x - U U x •- - x •- �u Li) w w w c w uu o w 4.4> — w w w c w .c_ 0 w C C w .0 C w w w �c. Z > x • (6 w U x E w •- • 2 • • • ( 1 ( _ CC Ci cc:, ,- N c•U LU LU U N x Qi O, N c^.,� ,-, LU V N cc CJ. O C*l cn Cl cncn (Tl LU Cl(r) d' 7- CC 'CU' L' LU 7- Q 7- 7 Vl v,, LU LU vU Le-, LU v, L!1 V; ‘,.0L^ • • N o N I: _ 0 U� LUO- .N U O O O 0 0 > U U U N O O O ,_U ( (V � . :O r _r CC _�. � � ON N O U r N n ONrVN `m� � � QXl � t � W J Q r .0) Q ' . 4 F- . Q Q Q F- I-- cN J ___I __Ic1 Q '1- 1-" • • Q L u Cc u + — ,` + U + U U +' nn MrcJ Nro •o U O (0 fa D- 7 •C U (0 U m Q. ro ru S2 E.L. Q. 1- H .U Y H 1- Q .Y F- H H t-' H H ' F- •ro m Y Y its - ra ro r. U' U U U • • • kx:r co 17 Crl rN r .:.N . d- 0)rri - m 0 • ( ) inct to N O d co cc) 0-, orn ° ._ r` N oul O C O m ,-1 to tD V m 0 d' :O m N •.O O u) io r\ N rn o ,-I N N m m m d tD :00 oO .tr1 tD O O r-N U ".' 0 O p O C 0 0' O O O O O O oO O 001 ;Q . 01 Om •O OOOO pp Np N l/ (' O CO CZ) 0 O r N N N CD c-1 CO m O 1 :C) oLU0cnO Ccr.) Z • mOQm O co ri ri ri ri r-I ri N O co O `U : 1- ZZ U Q < N O O O O O CD 0 te)N N ctN 171- Q • • s_ L L... L i... L L. . • L. -CI • 7°44, -Cs . a 6 .. a) a a) L a o a 0 ra v oO O to o6rBBO 6 O O "O O cO C3O 0 L rB 0 its cmca0 ro O -6 _I _) _ J _I _J __IN _O_ U. ,L U. U. U. jLO Lp O JaO ,._ L co 1._ L t_ L. L L - L ,...: , L. =o tDN aN) N NNNN ro (L :� Q) Q N N J N QN N a N NNQ I N rpo C 6 p 6 0 O O o U ++ N 4-+ 6 vtll- , QJ :o vi v /) I/) V') t!) LI) v., _, LI C!) to t N N it, v, 'n C/1 (J) cr) (l) Li) (I) (.1") (_I) tf) • • • N On d' V) `,0 N 00 G1 O r' .,,N: Cr) to V r� CC rT 0 oo ( x x x LU N 00 C) 0 - CND LU L k. LU LU LU L Vr N N N N N N N N N C� _ _ • •• a o ...: •---� d N N N O O O X N Li-I. r-i �N-i N: l.0 [n rr n C7 .up d u a o r Cl_ o_ or, oL o� rn cH ,-i " X m CO N N N n_• : cv is) ri -.0 Ln p co 0 i, i` m v L u� O LD U U 0 a `° 0 D O U U m m m m .*0' m >_ " L iv " Y CCa C U• U v CO tiom m S w . n — — +� ._ - Cu co . Q -`o..; . ra c .•Q Q: co 0 aJ : cn• ,•.r co (B O O o c : . , Q Q o .Q ..Q 0 .E ar •I. a;:. 0 0 :E E E E v .0 u F - m o m m o; o . i :41 :m• ..m m Cu0 i Y. CO U �'. Y �0, Y Y. Y. O. �O -0 QJ O 0 0 O. a U U U U U.. .0 V E Z Q N O u-1 : 0 ,--I d- cT.. • N CD Ol. drf, In �1 O N m D m 03 L 00 ,__i -i j a1ts) N O .-i t.o d' 00 ,i 00 01. c-1 cr) (� �t c-i O O p r N 0 O O p IN O O t0 m c-i ri H 0) v-1 O O cn ;(•":),' OO O O (• N O O N }-- O O .:O O O O O C° U p ( O O CD O X0) ,--i L ti0• :,0i N M O O riX d O 00 U U U a N> O Z tf Z m QlN fj CD N N w J � rnUtm 0 _ Z in d' rn C O 0 to ul C7 a o G ° cn O • • • C In U cu — , c '- L Ti. 0 aJ' C m E o -c-cc) c O U _� i i L i Q1 S 7 r, u. •i_. i s.: i i s_ s- i i. >_. , i i fB C O L . t a ) E ccs- E a iv QJ a) Qi 4J Q) 4.1 Q) Ql QJ (Ur, N.) i O 07 U U U U -O Q: QJ i 4--, O +, i 0_ N .N... N N N N N N N nl N NACU U I— \ U C _ - :� 0- 0 a O O O O O O O O O O O O O CL)a a a s 0 0 a 0 a 0 a 0 a C O i s_ ai .� 0 3' _, o o C F-- f- F- P- m L 0 +' m O lc.,) cO O _J O U. N N 0• 0 •; • n UI . • • O cV M , v�� x G1 O N cn ..n ,::. N co 0.. N N N N cn 'mot Ln V' ix CN 0 0 O 0 0 0 0 0 0 0 m to m Cr) m m t`cn -o ,--i ,-Icn m rn O O O m CT) CT _ 0 a1 on Q _ to Ca 0 X _ > oLL CDX (.i mO N rn po 00ul 7m U N °J ~ c a N c-1 ca a Om l-n in ul "no tD CD Ln r O O O c Xca ,n N (nrr) mcn , h o Lf mio . Ln in to o o o cu � -, , U N-I o Up v o tr- N mm , LrO ❑ to 0 U o • Om o E E • U U- - ca Cu (0E E ar C > >Q X 0 0 .d v � Cu el . �, L °' m . ..p. .0 C Cp O O _' C • 3eo o 4Q Q Q Q L aL E E u v o aa .Q Q .ao + a Em 0 00 0 — P _0 ,- m U c m o o c� , m m m m O U _ CO • O m m }, 4-, CC - - �C 'C cc CO LC) m 0 d- CO O. 0 .� 0 W LID CV ID COl�D - pp d 0 O N ci .-i lfl c-i `� O c-1 c-'i In Ql N to _.m N O O c-i m L CO m Ql O. N CD .a:-1 ,--I LU m o0. c-1.: :c-1 Ql CD m 00 m O O Ql X N c-1 00 O i i ,--i I� N X o T-i U -� co CO Cr }-co �. O il Lf1 m Lf'1 N O i--1 D UUc (NC) ----Cr) \ N D v-I n tIl m N c 1 Ci 1 U cn N dco O r W C9 CT) CT Q Y tD w U v U CD O n p c-1 0 • • CC CU L p 0CL) co u = c c Q) al .� x E o °o `fl o L E 2 E oz, E c @ cc 17_ cc '1'-i "' cu •}9 `-, 1-- I- E x o w . = p E J L Q au CU C° O 0 p O 0 o 0 0 0 0 O ri c c c E U x U `+- in au n- c o a o 0 0 0 ,-- o cc ,- L c a- o coy U c X O o_ L 0 — d = au m c m cc o m 0 o O o 0 , o o v a� U a7 CC -I C m- m 0 1- 0 F- 0 I- U U O O U U U O.`. O '. 0 — > 0 2 0 2 O d d N N > Q O. a v1 m: O m 2 2 2 > • :.. m V (N co C c.) m om"`- vl �: (N CO_ CT,' O (y c':tr, C' N N N N N N c c cn m cc m cc cc m c : : r,.._.. a C C O _ •Y •Y XX C X X. _ O • X X X X X X X X X (LS X X CO X a) N lD C) .. a) a) a) a) a) a) a) a) a). L a) Cl) C C a) a) C C O � C) W C C C • C C C C C C ~ C C U U O O 0U O 0 O O O O O O O a O O 0 0 N U U U; U U UU U U u U U V V v v U UU U U U 0 O 0 4 N O O • • L C6 - n - 0 O O O O O O- O O O . O O O co73 V O O O O O 2 0 • 0 O 0 0 0 ,__ ° L 03 a) L " L L L. L L L o L L L L L CC Q • a) a) a) C) a) a) a) a) a) a) a) a) t2 e) a) a) a) a) a) a) a) a) a) a) a) 2 2 2 2 2 2 2 2 2 2 Q1 2 2 a) 2 2 2 2 2 2 2 2 2 2 2 2 u 0 x .E • Lf1 cry) up m O .lD` c-i N m O N c-i. O) 61 d' Cm O N `o N N sr) Lfl. W tD N 1. pp Co a) p m N. m _.LU N in r0 .tD co ri co ) °N' J Ln CO C .� m a o , o� oo rn rn tD o ri '<-1 c-1 m N--N rn O m. :d' o Ln m 00 <-1 N _.U) O m Ql N. O Ql O c-i '.!Y) Cn �. N 1U0 Lo (3 Ln C) Lr) C) N W Ql m_ sr-) N. �' DO Lb: 0) N rl c-i o Q c-I: C COC) o•�`O r-I H U O1 r-1 rn N L-) D m L r+ m r� oo fl Ni N O cn N .O .p U m m N N .-- m. :D Q_ :D. D _C C) C C C) C C -.C) C o 1-- Ql ') U I cc Q X F— a 0 L Q e Ln v z U N X Ql •I- rW U J W' m c Q. (9 •• W _ U_ ( � LU U U_ � 0 ( V U LU • an L aC L L = �- aJ a) L W L L L a) a) -o a) i. c C Z _ 0 C — -- C C a) ", C C _ L i L c3 - L - L Q L N co a) (a QJ •m C a) C a) C C J (III c m c 4�'' c , C 0 C C C Z O a) U ? C C C C C C. C C _ C i X 0 co o v 0 C ra m ca to 0 0 c0. (ts 0 U e) 0 U 0 ;° 0 ;U _C C C U C C C> 0 C, C C C C C I— U U � C -U C 'c o� O 0 O O C V a) H n U 0 0 0 0 0 0 w - 0 O O O O O O C Q p U U O U U U U U U U N �. U N U C �' U (II N U U U s_ _ O 0. `_ O O O O O O u... O v O 0 O 0 0 O O O w ZD -.1— co NI a3 x ::C L NJ L CC U N a--+ 0 O - N N N N N N c.L. �, C N ,�., N tn... :a O Oco 2 2 N • O O O NJ O ON N 2 • • Le) `. N 00 C) C) ^ N ('n V) LU r� 00 aT C., -, N ('rl Lc-) V N co0 C_• N .--. vl v� v7 inV' V \O ,..0 LD V .D V' lJ \-D N (` r� N C--- N N N r- N x x 00 oc 00 m r N w rn o N O Ln O O 'c CU O r 0 CO w N Q (- N O O 'O Ln O (n m - O '' O O O r O O O d' Ln Q ,0 m Ln p c cc a) w w C C — ,_. Q Q U .. ro L o o II) do a1 N N C9 U co U O U- coo ca = a) .-.ou ..: . -a. ai u — - — C — Q -cc C a z Z C ca._ C to o u cu c) o n �.: p p p , Q _ c�a U C c i„ r �- c0 m (n , •C U 0 Q °' o - C >, C c , 0 O o c m �' LL; ,� U (n J Ul v I- f- x) o O �' U to D acli a occ, v to. > a Q w w x a a D_ v a_ a_' r if) m '� lD co` m O a m 00 LD GO co cm , N N CO ro co Co a--1 N c4 N -d•.t C. N O 0 .... Cl N (n U-, N r _ r. r r N to _L. N 6 N lD:: CD CO t11 co m LU m Cl N lD N m Ln r CO-" m N O CH O lD N al - O OJ U r O O N O O <-1 U _0,. 0 .l0 �. tD Lt') O. cr ,Y cV O c-1 co O c I a-1 O d' (n (n Lo (n _'"i _ 'Ol. c-!: :_, Lc) N O c-i o 4 '-, cY O �t ,r 0OO. N O N N I :r a-I � N C�. m O.. al p co C' u"1 I� 0 d ri` m CD in N LD 0 't O �t �' D O m rn F- w tt_ a aw.' NI(o. a cY CO U oCIO C f6 p. U --I-, _ C u U _>.- a > U C L N Q1 cc o �' .a C1 L Y Y Y Y O N U LI) W -CO. 'a L CZ G d to L CO U 'HI U C L) U U U 2 o a CO (~n >- o co w a ao C a.) -�, Q 0 < ca' < < < < .+,� �.. s... 0 Lrts •C (C N U d. 11 a)'.'.a io CO (n n 3 > a C Q C ro Q 1 w U w uii ra cc C o _, _(._',0 U U cc 2 ,_ _ Q ? > O p E O o U (n p o a ma N a. aa_ } a) Q Qu (o r v ua ,� -1. - p F -a CL - c v o_ tag cn 0 v ca —IUCJ H 0, Q 0 I— C O co I- o cC N (� oo O� O ,-, (y r, COd' Co G� '2 .-. N rl d- 0N Co C, o N c--, •�i' v� CO Co Co Co Co Cl Cl Cl Cl Cl Cl Cl Cl N N N N N N N N N N N N N N N N N • • O U r�-I 0 0� OI d Cfl_. = Q. Cl Lo Ln O Lo - N Ln Ln O 1. =. .r N O Ln Ln Ln in Ln 111 w N L — @ �: 0 oo 00 d p- 'Q. tip W (N cr) _N m N N N N N N C1_ Ur : _;2 r r r r N r. m 2 Q Ln I— cC 0a .tom p C7 Q 2 m co l m X X .0 O 0 0 L • CD C Ln L L L S.- I-- L "./ Q CD (D :. (D. N (D ro (D co (D (D X Ln '�. L L @ :L L Q Q C_ _ '73 3 a) a) aJ — — — — Lit" N d al a) U cu CpJ U ( . •en• •.Q_ N ( _p > > :-bp too — S2 n <.Q. to Q n. .Q. Q Q Q r "D .— __ — sa — — �. - r0 co L CT :L L a LU C +_' 0 C ui U —. .++ . Q):. U 0 C CD cD Q a� aJ Cl..) W: CD e.) aU a v a 2 2 m Ln co cD +'' Q Q = F (7 CO2 C 03 m 03 m F E Q Q U I _ U U U U U U U ,U U Q Q Q cn .. co L Ln O N cC Ln n Co d [ O • O O h Ln 00 N d' .. - co O - Q� `. m �. O L) LU Co Co e--I ,O:. .�"{ r.r. O 00- N O. O _.co O c- 01 c0 01 J; LD ,i r m LID m r1 Ln LD LD dr 01:.-Ol d- m 5t. •,.:.:( LIl co c--I ri Cn. an rI 0;. 0 ;c.00' N n_ O (V 0 r- N 0�. O0 Ln Co 0 �O O r{ In .ul LLI) Q.. Ql _,m. LD 01 :r -.LD Q O N � r .-i o0 `.pp M _O -:�. LD �.. o O- LXi.. 'c. 0 2O- 00 Ln d- M m _.m.. o ,.d d 0 _d O to rN-i ._ct;, cLn rr. _� �. ;LL Q 1 N = Y O O O U U m N Cn Ln Q Q m o; Q Q Q oo co Q N 2 2 2 2 0 2 = on _ --1. 03 Ln �: U U U U U w U Y D D . . F— U U F- F' 1— z O. C. C C C- L L L L L- Q) U . ncc: ac n Q . _ _ p p p O p E E Q Q 3 C2 - 1- G G 2 Co '. L u U' vUi 0 v U r.-. F- E E N "' cn L L - • ' D D D LU a� 0 u co cc) CD n_ s_ C. L.L. — 'to co w w L v v v v tan to 0 0 0 a CO 2 2 2 0 Cl U- Q Q Y 1 w w (>D p •> .X :X .x . .4 . O C7 (-7 . (_7 c on co t E E E E E •- — � c Ln c cD m _ — c c c c u u o u U O O 3 � U U N_ 2 2 2 2 �. _ — z z z �, _ _ _ = cu ��nn LL L_ z z Ln •co •— •L—' Q Q Q Q CU W al a) aU Q Q Q Q Q -0 O O U . . . 0 0 0 > > e •o _ _ .. •�. U U U u_ Q 0 Q Q Q • co c. O N cn d- v; LU N ,.._, N cn V N � C O ,- cn cn cn in cn r - - N N N N N N N N N N M r-' r-' M cn cn cn cn cn �t 7Y �t 1 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N a r, O 1 2 -r. O ti tl tL >L ti ii N `� o 00 p .�. O O. X X ct c-( .-+ c i r-1 u r-.1 O Lr) :,` Ll tll" ‘7' d ,,; :N N N N N rV J NI r-1 S Q 0 ,U 0 a > > -X:.. n_ a U rZ; U U .D '' C_ La_ a a a 0 L C a_ ll) VI a. L L L L L L 0 G G n .o- t s _C L n- ro co ro CU CO CO - D o aJ v- U U L U U Q- _ c +'-+ _ — _ _ = CO !_. d C a a a. 5 6 -a): 1.._. a) aJ ran OJ N ...E E. E E - 0 'v= .+- .: 1- O F- 1-- F F- 4 CU a) aU a) D _ , , Q Q n_. Q Q o .,_. z Z_ Z_ Z_ -6- -O s._ i L `L L j. �. T >, D- 0. 0. 0 Q) 4) Q) Cl) Cl) a). O. L 11. IT_ ti 11 :L) C c rO a ro ro __co n3 s X. X X X .F-- on a] v r+o c}a r�O ro- ra co O U U. U LL u_ O U 'U U U• U U c 2 2 2 2 ° N cf9 v9l fl CC w Q U U o C7 Q Q _ :a) co �t c-) o d' Ln Cr) <-1 r 00 0l 1.11 (NI 0 d' Cr) :Ol Ol c-i c-i - Ln Ln O- t.f) rs r-1 1`. <--1 < 1 ':O O N _ 'ct.,' N N c-i N ul' 00 co ,--I tom .�-I '71-r-i: c-i ,: � rn C. t\ 4 "000 :0 N p CI) 0 �:: N Cn 00 a) <.-1 c-1 Ql _0 _ -U 0o is, N m X " o :o m m o 2 0 o 0 0 0 ;C) 0 o 0' 0 .fl o L U Q_ ,, rn -co rl ri `O0. O ' 1� `� rn o O O o O o. p 0- a ca_ .aL as .-.1 - 00 "n N 2- N 2.. d- o r-i �-. Lrl ul ri tD o LD .to .(:) `m Cn U C]� >( d d' : dt - - d a a 0- Q ro 0s 0 0 0 ro 0 o- D D D D U 'a -D - ct 0 L L a D D > > Cs_ O 0 00 00 m 00 00 00 00 Q a a. a s E cn in cn a) w a a) a m ¢. a a a. a_ U:. N L 1-. L i D , ] O a O O < 1 � 7:. p >CID C to awn own on 0) � CU °U CU CU 0- U Qa < cca U m a a) E 0 E D a 0 m ro ro CO CO ro no ro ro ro co r0 +-' a) a) a) v U U LU U U D D D D D D 0 v) cn cn v5 v) rn in > > QJ -0 -0. -p v7 N co N. tll Li- U U U a 0) a) a) a) aJ a) Q _ _ _ vJ in in r0 Q cc UQ Q Qco =, co 0 O N C(1 "71- Vrl, L0 N 00 Cr', O — N rn 'cr Vl Vr N 00 0 O - N C''1 d' In \ N V vl to vl 'r In '' In in In \D iV Vr Vr L Vr 'V N' LD ,..o N N N N N N N N N •L N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N.: F .N c)O N CO C .O DO N O O_ N O a0 .0 ,-I ,-I N F- I- I- Q1 540 N CO � i Cl- N 0 _ In 0 � d G N. (II (O U U _0 Ll W 1 ( CD CO bD JI L cr) N y CD L C N L CAD a1 L L E -d CO 'U C — 4_, >- c c C is >. C >. 0 , i- — c6 Lr) 0 41 O �' a1 -O 0 0 .0 a1 :. O0 c O 4J 0 _cm _ C U Q 0 W Q. • F-. QJ 'i. i i. w ate-+ c _c o �' u Q o z Q o L _c 0 o O o co J 0 c Q cu i Q u U L ca 0 cn U m _ _ _ _ _ Y p U d m p 0 o_ a� z 0 OLn if) r` CD N . N N c-o c-c-1 Lc) c-i CD z N N N rH c-{ o CO o C) CD CD o m ,� m CD ,-i L CD CD 0 0 cn O LDiN co O O J J J r-1 - N N O :LU O CT)c� '..Z:: ‘.13 v.. .: O N Ln Ln W O. LU N Q =. m D CD N O 1 o N N N 11) N rn 00 :(U, 0 — N O O O CD cr)(N O N c--1 N ct d c-I m X ,-1 U -:X: :m •� O N N cD ,N-1 Q,l (X c O CD. O. CD �. CD 00 lD Z LU N LU ccc) N -,°3 L ... -N. to U O O ..__,. N. O c-{ -� c--i N m._ r-i U N rn E.-: ct. N. d LL LL: Q Q Q O N CL: N a. d' O O O r-I Ln Ln LIB p 0 p: " ra .. C. 'O Y � : Z Z m cc F— C L L z Z O O L N Ln oD 0 = i L v J (0 L c .L z (a :J 0.� - Cu _ au U Uas _ L C •U. a1 U L 5 3 O O , .c- -a (a L U E- L co Q1 � 'a C U L N :n3 Q L U CL aJ O O O U a1 a1 Ci I--- D- u cm -C � pp E o L y _ = o o v u, o o U L N U L° a) 2 Q = m E U c p c w U m a1 rT) = ro - cB CU _r-i CO V •Ln,n C7 L E . U .E c0 CO o _ C f CI- F cOn Q C c n -C t 1- o Q Q < L o r o U o L _ b CCO a1 a) cB `^ U U a1 U - in > > L i. L. L a1 •- N i., Q- � Ln �._ 0OnU U a) m U Cf C 0 Q LL ca L co cr) (n ca 0 O aLr) _ 4 n o11° m p tJ) n3 J L a1 �. 5- LE) Ln N .,= — : G. CU to J LL = -� - W Fw-- F-- > N- 4.4 (7 i , C bD N tin > 7 CL O 0 2 - N V) in x0 L coU a. 0 0 a1 O m N z z d L = X X U _ C 1— v cu G, O N cn .- `-' V.V N 00 CD C --- N cn in LU C co C. O N cn 0 0 `i N 00 0 N co CC LU CC CC DO CC CC LU CC CD CD C1 C CT CD CD. C7, G1 C1 O O C O O O O O O C I N N N N N N NNNN N N N N N N N N N N N cn c') c'% L' m cn m L' N cn 4 4-4 T . O ,r, ,: O N U - - 2 _ . _.ram ',! C 8 Q U :: - _o O 6 ,: _ K Y�L N c Ql _ N O :O cC) ch. in .Ln m0, � uu° oo u o ..0 U W d- 0 rn U O � N' 0 v ? w ; j 0 0 / s -C 3 -- v a. - 0 0 ` :' . U U :_CCt CC( 3- Q) 0..) -�-r L i In 0 O O s U U r We 721.7, O .--, N On 'Cr .r •--r — .--, ,-.1 11. List the construction projects your organization has underway on this date: Contract Class of Percent Name and Address of Owner 1 Amount Work Comptele or Contracting Officer PLEASE SEE THE ATTACHED. Dated at BEAUMONT this 25TH day of SEPTEMBER __,2024. Lc®, <. BY:v—r P°''.''.........� ,'� T.W. HARRISON E. ; .C� TITLE: PRESIDENT — . _ v s ve ... P-4 ATTCO LIST OF PROJECTS NOW ENGAGED IN COMPLETING Contract Class of Percent Where Located Owner or Amount Work Completed City/County/State Owner Representative 73,643,000 Main Wastewater 55% Port Arthur City of Port Arthur Treatment Plant Jefferson 444 Fourth Street Improvements Texas Port Arthur, Texas 77640 25,241.000 Colliers Ferry Pump 80% Beaumont Freese &Nichols Station Jefferson 11200 Broadway Ste 2320 Beaumont Pearland,Texas 77584 11,656,000 Harris County 99% Cypress DAC Engineers MUD #165 WWTP Harris 17725 Katy Freeway Ste 103 Expansion Plant#2 Texas Houston, Texas 77094 Phase 1 8,298,511 City of Anahuac 95% Anahuac LJA Engineers WWTP Expansion Chambers 2615 Calder Ste 500 Contract C Texas Beaumont, Texas 77702 2,996,544 Water System 75% Livingston Schaumburg&Polk Improvements Lake Polk 8865 College Street Water Supply Corporation Texas Beaumont, Texas 77707 1,660,950 Kelly Road Water Plant 40% Magnolia Baxter&Woodman GST& HPT Additions Montgomery 18111 Buddy Riley Rd. City of Magnolia Texas Magnolia, Texas 77354 20,228,978 Pine Street 48" Raw 25% Beaumont City of Beaumont Water Line Jefferson 1350 Langham Texas Beaumont, Texas 77707 6,848,000 Street Rehab 33% Beaumont City of Beaumont Program Phase V Jefferson 801 Main Street Texas Beaumont, Texas 77701 11,209,454 El Vista Subdivision 20% Port Arthur City of Port Arthur Drainage Improvement Jefferson 444 4th Street Texas Port Arthur, Texas 77640 ALLCO �ILIST OF PROJECTS NOW ENGAGED IN COMPLETING Contract Class of Percent Where Located Owner or Amount Work Completed City/County/State Owner Representative 34,891,106 Port Acres Subdivision 20% Port Arthur City of Port Arthur Drainage Improvement Jefferson 444 4th Street Texas Port Arthur,Texas 77640 3,000,000 Camp Margaritaville 25% Crystal Beach BBCRV Partners, LLC Phase 2 Galveston 1709 Hunters Trail Texas Friendswood, Texas 77546 1,200,000 Localized Flood 30% Lafayette Lafayette Consolidated Gov. Mitigation Contract#21 Lafayette 705 W. University Ave. Louisiana Lafayette, Louisiana 70506 1,300,000 Port Acres Wastewater 10% Port Arthur City of Port Arthur Treatment Plant Jefferson 444 4th Street Improvements Texas Port Arthur,Texas 77640 1,510,841 Surface Water Treatment 1% Beaumont City of Beaumont Plant Chlorine Dioxide Jefferson 801 Main Street System Project FINANCIAL STATEMENT The Bidder shall include in his bid package a current financial statement as requited 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 unopenedafter contract award. The attached statement will remain confidential and will not be included in contract documents. imk SCHAUMBURG tA PDtx,MA; I POLLANS & COHEN, P.C. �.... :_ - .. ... CERTIFIED PUBLIC ACCOUNTANTS I P.O. Box 7759 BEAUMONT,TEXAS 77726 (409)832-7400 (409)832-4288 FAx I IINDEPENDENT AUDITOR'S REPORT To the Members of Allco, LLC, Subsidiary and Affiliate Beaumont, Texas IOpinion We have audited the accompanying combined and consolidated financial statements of Allco, LLC(a Texas I limited liability company), its subsidiary and its affiliate which comprise the combined and consolidated balance sheet as of December 31,2023, and the related combined and consolidated statements of income and comprehensive income, equity, and cash flows for the year then ended, and the related notes to the financial statements. In our opinion, the combined and consolidated financial statements referred to above present fairly, in all material respects,the financial position of Allco, LLC, its subsidiary and affiliate, as of December 31, 2023, I and the results of their operations and their cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America. Basis for Opinion We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Our responsibilities under those standards are further described in the Auditor's Responsibilities for the Audit of the Financial Statements section of our report. We are required to be independent of Allco, LLC, its subsidiary and its affiliate and to meet our other ethical responsibilities in accordance with the relevant ethical requirements relating to our audit. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Responsibilities of Management for the Financial Statements IManagement is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States of America, and for the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement,whether due to fraud or error. In preparing the financial statements, management is required to evaluate whether there are conditions or events, considered in the aggregate, that raise substantial doubt about Allco LLC, its subsidiary and its affiliate's ability to continue as a going concern within one year after the date that the financial statements are available to be issued. Auditor's Responsibilities for the Audit of the Financial Statements I Our objectives are to obtain reasonable assurance about whether the financial statements as a whole are free from material misstatement,whether due to fraud or error, and to issue an auditor's report that includes I I r I —.__ . our opinion. Reasonable assurance is a high level of assurance bui is riot-absolute assurance and therefore is not a guarantee that an audit conducted in accordance with generally accepted auditing standards will I always detect a material misstatement when it exists. The risk of not detecting a material misstatement resulting from fraud is higher than for one resulting from error, as fraud may involve collusion, forgery, intentional omissions, misrepresentations, or the override of internal control. Misstatements, including omissions, are considered material if there is a substantial likelihood that, individually or in the aggregate, 0 they would influence the judgment made by a reasonable user based on the financial statements. In performing an audit in accordance with generally accepted auditing standards, we: Exercise professional judgment and maintain professional skepticism throughout the audit. • Identify and assess the risks of material misstatement of the financial statements, whether due to fraud or error,and design and perform audit procedures responsive to those risks.Such procedures include examining,on a test basis, evidence regarding the amounts and disclosures in the financial statements. • Obtain an understanding of internal control relevant to the audit in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of Allco LLC, its subsidiary and its affiliate's internal control. Accordingly, no such opinion is expressed. • Evaluate the appropriateness of accounting policies used and the reasonableness of significant I accounting estimates made by management, as well as evaluate the overall presentation of the financial statements. • Conclude whether, in our judgment, there are conditions or events, considered in the aggregate, I that raise substantial doubt about Allco LLC, its subsidiary and its affiliate's ability to continue as a going concern for a reasonable period of time. We are required to communicate with those charged with governance regarding, among other matters, the I planned scope and timing of the audit, significant audit findings, and certain internal control related matters that we identified during the audit. Report on Supplementary Information I Our audit was conducted for the purpose of forming an opinion on the financial statements as a whole. The supplementary schedules on pages 25-29 are presented for purposes of additional analysis and are not a required part of the financial statements. Such information is the responsibility of management and I was derived from and relates directly to the underlying accounting and other records used to prepare the financial statements. The information has been subjected to the auditing procedures applied in the audit of the financial statements and certain additional procedures, including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the financial i statements or to the financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States of America. In our opinion,the information is fairly stated in all material respects in relation to the financial statements as a whole. I Polio 44-Cr Calesv, P.C. Beaumont, Texas 1 I August 20, 2024 I 1 1 ALLCC4'LLC, SUBSIDIARY AND-AFFILIATE COMBINED AND CONSOLIDATED BALANCE SHEET DECEMBER 31, 2023 . IAssets Current Assets Cash $ 14,394,478 Marketable securities 1,021,475 Accounts receivable, net of allowance for credit losses of$0 19,967,860 1 Deposits 352,267 Cash value of life insurance 192,913 Contract assets 2,678,532 Growth purchase price, current portion 700,575 I Total Current Assets 39,308,100 • Fixed Assets I Land 200,000 Leasehold improvements 40,897 Machinery and equipment 26,673,425 Vehicles 7,152,505 Furniture and fixtures 45,538 Total Fixed Assets 34,112,365 Less; Accumulated depreciation (28,434,930) ITotal Fixed Assets, Net 5,677,435 Other Assets 1 Long-term receivables, net of allowance for credit losses of$345,417 2,349,502 Right of use asset 54,231 Other asset 870,000 Total Other Assets 3,273,733 ITotal Assets $ 48,259,268 I I I I I I The accompanying notes are an integral part of these combined and consolidated financial statements. -3- I ALLCO, LLC SUBSIDIARY AND AFF!!ATF _ _ _.. . COMBINED AND CONSOLIDATED BALANCE SHEET DECEMBER 31, 2023 Liabilities and Members'Equity Current Liabilities Accounts payable and accrued expenses (including retainage of$3,009,188) $ 15,377,328 Contract liabilities 2,196,596 Notes payable 2,830,015 Lease liability-current 51,406 Other current liabilities 48,331 Total Current Liabilities 20,503,676 Long-Term Liabilities Notes payable 2,328,987 Lease liability-long-term 2,803 Other long-term liabilities 1,176,534 Total Long-Term Liabilities 3,508,324 Total Liabilities 24,012,000 Equity Members' equity 24,247,268 Total Liabilities and Members'Equity $ 48,259,268 I I I I I I The accompanying notes are an integral part of these combined and consolidated financial statements. -4- SECTION Q CERTIFICATE OF INTERESTED PARTY FORM ADDITIONAL CONDITION OF AWARD — DISCLOSURE OF INTERESTED PARTY FORM; NEW OBLIGATION OF THE CITY TO RECEIVE INFORMATION FROM WINNING BIDDER Effective January 1,2016, pursuant to Texas Government Code, Section 2252.908 (the"Interested Party Disclosure Act"), the City may not award a contract to a bidder unless the bidder submits a Certificate of Interested Parties Form 1295 (the"Disclosure Form")to the City as prescribed by the Texas Ethics Commission ("TEC"). In the event that the bidder's bid for the City of Port Arthur, is the best bid received, the City or its consultant, will promptly notify the bidder. That notification will serve as the conditional verbal acceptance of the bid. Upon this acceptance, the winning bidder must promptly, not later than TIME(CST) on the DATE, file the materials described below. PROCESS FOR COMPLETING THE DISCLOSURE FORM The Disclosure Form can be found at https://www.ethics,state.tx.us/forms/1295.pdf, and reference should be made to the following information in order to complete it: (a) item 2—Name of City("City of Port Arthur") (b) item 3 —the identification number("City of Port Arthur"), and (c) item 3—description of the goods or services assigned to this contract by the County ("Construction Services for City of Port Arthur" You must: I) complete the Disclosure Form electronically at the TEC's"electronic portal", and 2) print, sign and deliver a NOTARIZED copy (scanned and emailed is fine) of the Disclosure Form and Certification of Filing that is generated by the TEC's "electronic portal." The following link will take you to the electronic portal for filing: https://www.ethics,state.tx.us/TECCertlntlpages/login/certLogin.is f Also, a detailed instruction video may be found here: https://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm Neither the County nor its consultants have the ability to verify the information included in a Disclosure Form, and neither have an obligation nor undertake responsibility for advising any business entity with respect to the proper completion of the Disclosure Form. CERTIFICATE OF INTERESTED PARTIES FORM 1295 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. 2024-1216332 ALLCO, LLC BEAUMONT, TX,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 09/18/2024 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. P24-059 HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS 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 T-W. HARRISON , and my date of birth is 3-6-1953 My address is 6720 COLLEGE , BEAUMONT ,TEXAS , 77707 ,USA (street) (city) (state) (zip code) (country) declare under penalty of perjury that the foregoing is true and correct. Executed in JEr'H'EKSON ``.0\ COt i f/�, County, State of TEXAS ,on the 25 day of S1 '1-r. ,2024 � • ,:� / (month) (year) „a _ Signature of authorized agent of contracting business entity \ • (Declarant) Forms provided by Texas Ethics Conetr)iiss on•...•,. • wgv`w.ethics.state.tx.us Version V4.1.0.48da51f7 * SECTION R CONFLICT OF INTEREST 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 Log., Regular Session. OFFICEUSEONLY This questionnaire is being fried In accordance with Chapter 176•Local Government Code,by a vendor who Oats R ccivad has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of tads that require the statement to be filed. See Section 176,006(a-1).Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006,Local Government Code.Art offense under this section Is a misdemeanor. ?I Name of vendor who has a business relationship with local governmental entity. ALLCO, LLC 4.1 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 tiled questionnaire was incomplete or Inaccurate.) J Name of local government officer about whom the Information Is being disclosed. CITY OF PORT ARTHUR Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and 8 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? i Yes X No B. is the vendor receiving or likely to receive taxable income,other than investment income,from or et the direction of the local government officer or a family member of the officer AND the taxable Income is not received from the local governmental entity? Yes X No J Describe each employment or business relationship that the vendor named In Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as en officer or director,or holds an ownership Interest of one percent or more. N/A • Check this box lithe vendor has given the local government officer or a family member of the officer one armors gifts as described In Section 176.003(a)(2)(B), exdudin gt is a$r ,I Section 176.003(a-1). \),' �: All �(1 �• eptember 25,2024 gnatu - o ven.or •o g •usness I t e goveruaren ens ' ' Y Dale T.W.HARRISON-PRF,STDFNT _ . . = • • '/7 *1irttltevv. 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.siatutes.legis.state.lx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):`Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,stale,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 Govern mentCode§176.003(a)(2)(A)and(B); (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12- month period preceding the date that the officer becomes aware That (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed:or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§ 176.006(a( and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(8), 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 (8) 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): (8) 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 S ADDENDUMS ADDENDUM NO. 1 August 21, 2024 TO CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 THIS ADDENDUM IS ISSUED FOR THE PURPOSE OF AMENDING THE PLANS AND CONTRACT DOCUMENTS 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 Opening page. CONTRACT DOCUMENTS 1. Advertisement For Bids -The bid opening date is hereby revised to Wednesday,September 11, 2024. Sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, September 11, 2024 and read aloud at 3:15 p.m., On Wednesday, September 11, 2024 in the City Council Chambers,5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: Highway 365 Force Main and Lift Station Improvements, BID NO. P24-059. 2. Bid Proposal -The Bid Proposal is hereby revised. See attached. 3, Bid Opening - The Bid Opening page is hereby revised. See attached. 4. Scope Of Work-The Scope of Work is hereby revised. See attached. SPECIFICATIONS 1. item 406 - Direction Bore Force Main -The attached specification is hereby added to the contract documents. 2. Item 508- High Density Polyethylene Pipe- Item 508 has been revised to specify an SDR rating of 11. See revised specification attached. PLANS 1. The line weights on the proposed force main plan sheets have been revised for clarity. See attached. 2. Plan Sheets 5&6-The proposed bore and casing has been extended 30 LF to the north side of Sassine Avenue. See revised plan sheets attached. 1 of 2 ADDENDUM NO. 1 August 21, 2024 3. Plan Sheet 15-The location of Jefferson Co. D.D. No. 7(Lateral C-7) is called out on the plan sheet. See revised plan sheet attached. 4. Plan Sheet 19-The location of Jefferson Co. D.D. No. 7(Lateral C-9) is called out on the plan sheet. See revised plan sheet attached. The angle of the directional drill shown is approximately 10°,the vertical scale is 10X the horizontal scale which makes it appear much steeper. 5. Plan Sheet 23-The location of Jefferson Co. D.D. No. 7(Main "C" Canal) is called out on the plan sheet. See revised plan sheet attached. CLARIFICATIONS/ADDITIONAL INFORMATION 1. A copy of the Non-Mandatory Pre-Bid conference sign-in-sheet is attached. 2. Questions will be received until August 29,2024,at 5:00 PM, CST. Questions submitted after this date& time may not be answered. .0®�51�0 END ADDENDUM NO. 1 y�� •� Tqs G- *BBB dr, Is JEFFREY G. BEAVER e e®"6' 60676 Je rey G ever, P.E. kt 9IS gi °° ge, tA1. 2 of 2 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price BASE BID ITEMS 1. 1 LS Mobilization, including payment bond, performance bond, insurance, & moving equipment to project; NOT TO EXCEED 4%OF TOTAL PROJECT BID for DOLLARS CENTS $ $ * Lump Sum FORCE MAIN IMPROVEMENTS 2. 7,655 LF 20" HDPE Force Main - Furnish all labor, equipment, and materials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration,testing, thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 3. 2,238 LF 20" HDPE Force Main - Furnish all labor, equipment, and matrials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths by Directional Boring, including bore pits, excavation, backfill, compaction, surface restoration, testing, end seals and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 4. 325 LF Spur 93 / UPRR / LNVA Crossing - Furnish all labor, equipment, and materials to install a 24" x 1/2" steel casing by JACK AND BORE complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No. t I)- BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 5. 35 LF Texas Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 6. 40 LF Wilson Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 7. 40 LF Davis Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING ONLY complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 8. 110 LF Highway 365 Crossing - Furnish all labor, equipment, and materials to install a 24" x 1/4" steel casing by DRY BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No. I I)-_' BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 9. 10 EA AirNacuum Valves - Furnish all labor, equipment, and materials to install an AirNacuum valve, complete and operable, including 4' diameter fiberglass manhole, saddle, ball valve, piping, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 10. 5 EA 16" Gate Valves - Furnish all labor, equipment, and materials to install 16" gate valve on the proposed force main pipe, complete and operable, including connection to 20" HDPE pipe, valve box, excavation and backfill, all in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 11. 1 EA Proposed 72" Manhole - Furnish all labor, equipment, and materials to install 72" diameter reinforced concrete sanitary sewer manhole, including excavation, backfill, coating, connections, ring &cover, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 12. 1 LS Connect FM to Proposed 72" Manhole - Furnish all labor, equipment, and materials to connect force main to proposed manhole, including 20" HDPE DR11 pipe, 90 degree bends, Harvey adapters,tee fitting inside manhole, excavation, backfill, and surface restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum ADDENDUM No. I I)-3 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 13. 1 EA Proposed 22 1/2 degree Bend - Furnish all labor, equipment, and materials to install a 22 1/2 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each 14. 3 EA Proposed 90 degree Bend - Furnish all labor, equipment, and materials to install a 90 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each 15. 1 LS Connect Proposed FM to Existing FM -Furnish all labor, equipment, and materials to connect the proposed 20" HDPE force main to the existing 14" force main, including 16" PVC tee fitting, 16" PVC 90 degree bend, 16" C905 PVC DR25 pipe, 16" x 14" MJ reducer, 20" HDPE x 16" PVC connections, excavation, backfill, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum MISCELLANEOUS IMPROVEMENTS 16. 1 Allow Material Testing -Provide material testing for all concrete and soils compaction, as approved by Engineer, all in strict accordance with plans and specifications, reimbursement based on supplied invoices Seven Thousand Five Hundred DOLLARS Zero CENTS $ 7,500.00 $ 7,500.00 Allowance ADDENDUM No. I i)- 4 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 17. 5,180 SF Special Shoring - Furnish all labor, materials, and equipment to install special shoring as required for safety, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Square Foot 18. 1 LS Trench Safety Plan - Furnhish Trench Safety Plan as prepared and sealed by a Texas Registered Engineer, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 19. 7,688 LF Trench Safety System -Furnish all labor, equipment, and materials for installation of trench safety protection for all excavations over five-feet deep, complete in place, including shoring, trench boxes, or other approved system, in accordance with the plans and specifications for DOLLARS CENTS $ $ Linear Foot 20. 200 TON Additional Class I Embedment Material for wet trench construction, as directed by the Engineer(but not included in other bid items), furnished and installed, complete in place, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Ton 21. 200 TON Additional Cement Stabilized Sand, 1-1/2 sacks of cement per cubic yard sand, for supplemental backfill, as directed by Engineer (but not included in other bid items), furnished and installed, complete in place, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Ton ADDENDUM No. I I)-5 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 22. 1 LS Groundwater Control as approved by the engineer, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 23. 1 LS Storm Water Pollution Prevention - Furnish all labor, equipment, and materials to install and maintain the storm water pollution prevention system for the duration of the project, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 24. 44 EA SUE Level A- Furnish all labor, equipment, and materials to determine the horizontal and vertical location of the existing pipeline using hydro excavation methods, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each 25. 1 ALLOW Miscellaneous Improvements - Allowance to furnish all labor, materials, and equipment necessary to perform all miscellaneous improvements, as directed by the Owner FIFTY THOUSAND DOLLARS ZERO CENTS $ 50,000.00 $ 50,000.00 Allowance ALTERNATE BASE BID ITEMS 2A. 7,688 LF 16" PVC Force Main - Furnish all labor, equipment, and material to install 16" C905 PVC DR-25 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing,thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No. I I)-(i BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 2B 12 EA HDPE to PVC Connection - Furnish all labor, equipment, and materials to connect 20" HDPE to 16" PVC, including 20" x 16" reducer, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each 2C 4 EA Proposed 16" by 45 degree Bend - Furnish all labor, equipment, and materials to install a 45 degree bend on the proposed 16" force main, including excavation, backfill,surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each ADDITIVE BID ITEMS -LIFT STATION IMPROVEMENTS 26. 1 LS Existing Lift Station - Furnish all labor, material and equipment to abandon the existing lift station in place, including demolishing the top slab and portion of the walls, disassembling and removing all pumping equipment, piping, valves, steel platforms and stairs, electrical and controls, disposal of sludge and debris, and backfilling with select fill, in accordance with the plans and specifications for CENTS $ $ • Lump Sum 27. 1 LS New Lift Station - Furnish all labor, equipment and materials to construct a new submersible lift station, including new submersible pumps, pump guide rails, electrical connections, excavation, cement stabilized sand backfill, compaction, 12'x 12' RC wet well and coating, valve box, aluminum hatches, grating, piping, valves, fittings, bypass assembly, jib crane, surface preparation and painting of all exposed piping, influent line connection, and all necessary appurtenances to make the station complete and operable, in accordance with the plans and specifications for DOLLARS CENTS $ $ * ADDENDUM No. I Lump Sum I)- 7 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 28. 1 LS Site Improvements - Furnish all labor, equipment, and materials for the proposed site improvements, including new limestone driveway and parking area, new water service line including freezeless yard hydrant and backflow preventer (armored insulated), water meter and box, connection to existing water line, site restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 29. 1 LS Electrical Pad - Furnish all labor, equipment, and materials to construct a 6' x 14' reinforced concrete electrical service pad, including excavation and backfill, foundation, electrical canopy and appurtenances, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 30. 1 LS New Electrical Equipment- Furnish all labor, equipment, and materials to construct new electrical underground service, electrical rack and concrete pad, service equipment, automatic transfer switch, connections to existing standby generator, lightning protection system, pump control equipment, site lighting, wiring devices, outlet and junction boxes, duct banks, conduit, conductors, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 31. 1 EA New Manhole - Furnish all labor, equipment, and materials to install a new 5 ft diameter precast concrete sanitary sewer manhole, including excavation, cement stabilized backfill, connections, ring & cover, rain stopper, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each ADDENDUM No. I U-S BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 32. 33 LF Influent line - Furnish all labor, equipment, and materials to install a new 27" PVC PS-115 gravity sanitary sewer from the new manhole to the new wet well, complete in place, all depths, including excavation, backfill, compaction, piping, fittings, testing, and surface restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Linear Foot 33. 77 LF 16" Force Main - Furnish all labor, equipment, and materials to install 16" diameter DI Force Main from the valve vault and connect to the proposed force main within the lift station site, all depths, including all fittings, excavation, backfill, compaction, surface restoration, thrust blocking, and testing. in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Linear Foot 34. 1 Allow Electrical Service installation charges by Entergy and lightning protection review of electrical equipment installation by Bonded Systems, Ltd. or approved equivalent, reimbursement based on supplied invoices Thirty Five Thousand DOLLARS Zero CENTS $ 35,000.00 $ 35,000.00 Allowance * Do NOT extend unit prices or total out bid items. Show unit and lump sum prices in words and figures only. If case of discrepancy,the amount shown in words shall govern. All extensions and total prices shall be calculated by Owner and/or Engineer. Bidders calculated total bid amount is to be provided on the accompanying"BID OPENING"sheet. ADDENDUM No. I Il-4 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: Highway 365 Force Main and Lift Station Improvements Bid No. P24-059 Owner: City of Port Arthur Bidder has examined copies of all the Contract Documents including the following Addenda, receipt of all of which is hereby acknowledged: Number: Date: Total Base Bid Amount (Items 1 —25) Name of Bidder D SPI SCHAUMBURG& POLKK.ho• SCOPE OF WORK CITY OF PORT ARTHUR Highway 365 Force Main and Lift Station Improvements Bid No. P24-059 A. GENERAL This contract shall provide for construction of a new sanitary sewer force main for the City, of Port Arthur in Jefferson County, Texas. This contract shall include all necessary superintendence, labor, equipment, materials, safety measures, environmental protection, disposal of surplus items, site restoration, and all other related construction for the proposed construction. This contract provides for the installation of approximately 9,926 linear feet of new sanitary sewer force main. The proposed force main will extend from the existing Highway 365 lift station site to a proposed manhole to be installed on the existing 30" diameter gravity sanitary sewer line on the southwest side of West Port Arthur Road (Spur 93). This contract may also provide for the construction of a new submersible pump lift station at the existing Highway 365 lift station site. The contractor shall perform all work as indicated in the plans and specifications. B. SUMMARY OF WORK This contract includes, but is not limited to, the following: Force Main (BASE BID) 1. Contractor shall furnish and install approximately 7,688 linear feet of 20" HDPE DR11 sanitary sewer force main. 2. Contractor shall furnish and install approximately 2,238 LF of 20" HDPE DR11 sanitary sewer force main installed by directional drilling. 3. Contractor shall furnish and install 325 linear feet of 24" x '/2" steel casing by jack and bore at the Spur 93, Union Pacific Railroad and LNVA canal crossing. 4. Contractor shall furnish and install 35 linear feet of 24" HDPE DR17 casing by boring at Texas Avenue. 5. Contractor shall furnish and install 40 linear feet of 24" HDPE DR17 casing by boring at Wilson Avenue. 6. Contractor shall furnish and install 40 linear feet of 24" HDPE DR17 casing by boring at Davis Avenue. 7. Contractor shall furnish and install 110 linear feet of 24" x 1/4" steel casing by dry boring at Highway 365 crossing. -k ADDENDUM No. 1 SOW 1 of 31.11 - SCHAUMBURG& POLK,INC 8. Contractor shall furnish and install air/vacuum valves including all appurtenances and manholes in accordance with the plans and specifications. 9. Contractor shall furnish and install 16" gate valves including all appurtenances and valve boxes in accordance with the plans and specifications. 10.Contractor shall furnish and install a 72-inch precast concrete manhole including ring and cover, with stainless steel rain inflow prevention device, on the existing 30" gravity sanitary sewer line and connect the proposed force main in accordance with the plans and specifications. 11.Contractor shall determine the horizontal and vertical location of the existing pipelines that the force main will cross using hydro excavation methods (SUE Level A). Lift Station (ADDITIVE BID) 12.Contractor shall abandon the existing lift station including demolishing top slab, portion of the walls, remove/salvage self-priming pumps, piping, valves, electrical equipment, remove/dispose of sludge and debris, and backfill existing lift station, in accordance with the plans and specifications. 13.Contractor shall construct a new sanitary sewer lift station, including wet well, coating, top and bottom slabs, hatches, submersible pumps, pump rails, piping, fittings, valves, reinforced concrete valve box, grating, vent stack, and appurtenances, in accordance with the plans and specifications. 14.Contractor shall furnish and install all electrical equipment, controls, conduit and conductors, in accordance with the plans and specifications. 15.Contractor shall furnish and install a 6' x 14' reinforced concrete electrical pad and canopy, in accordance with the plans and specifications. 16.Contractor shall furnish and install a 60-inch precast concrete manhole, ring and cover, with stainless steel rain prevention device, in accordance with plans and specifications. 17.Contractor shall coat all exposed piping, including surface preparation, in accordance with the plans and specifications. 18.Contractor shall plug and fill approximately 30 LF of existing sanitary 27" sewer line in place with self-leveling flowable grout, in accordance with the plans and specifications. 19.Contractor to furnish and install a new 2" water service line, including hose bib, back flow preventer, water meter, and connection to the existing 12" water line, in accordance with plans and specifications. ADDENDUM No. 1 SOW 2 of 3 WAIF SCHAUMBURG POLK,r.c 20.Contractor to provide site improvements and surface restoration, grading, and seeding, in strict accordance with the plans and specifications. 21.Contractor shall provide all bypass pumping and flow control as required to maintain sewer flow during construction, in accordance with plans and specifications. C. SPECIAL REQUIREMENTS 1. The Contractor shall pay close attention to the project schedule to ensure that the work is completed in a timely manner and the lift station can be place in operation without delays. 2. The Contractor shall contact Mrs. Jess Liao, P.E., Utility Engineer Manager (City of Port Arthur) at (409)983-8193 prior to starting any work within the project site. 3. The Contractor shall coordinate with Mrs. Jess Liao, P.E., Utility Engineer Manager (City of Port Arthur) at (409)983-8193 regarding salvaging of equipment or materials prior to disposal. 4. The City of Port Arthur 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. 6. Potable water service is not available at the site. It is the Contractor's responsibility to supply water. . r, r; SOW 3 of 3 SRI • SCHAUMBURG '.. POLK,' :o ITEM 406 - DIRECTIONAL BORE FORCE MAIN 406.01 -DESCRIPTION This item shall comprise the furnishing and installing of sanitary sewer Force Main by directional boring. The work shall include all excavation and backfill incidental to the installation. 406.02-MATERIALS Pipe material for this section of the Specification shall be as indicated on the plans and in Item 508- High Density Polyethylene Pipe. 406.03-CONSTRUCTION METHODS The Force Main shall be installed by the method of directional bores in places indicated on the drawings. Prior to beginning work under this item, the contractor shall investigate each crossing to locate all existing utilities and to verify actual depth and horizontal positions. The directional boring equipment shall be equipped with an Atlas Bore Planner or approved equal that indicates the horizontal and vertical alignment of the Force Main at all times, and has the ability of producing a printed document of the final position of said sewer line. A pilot hole shall be established for the entire length of the proposed bore. Upon completion of the pilot hole and verification of proper horizontal and verticals positions, the machine shall be fitted with a cutting tool and an attachment securing the proposed Force Main to the cutting tool, subsequently pulling the line into its final position. A drilling gel or mud may be added at the cutting tool in order to facilitate the installation of the line. Drilling gel or mud shall be submitted to the Engineer for approval prior to commencing the pilot hole. The cutting tool shall be of such design that the drilling gel or mud may be mixed with the mined insitu material to fill the annular space between the O.D. of the pipe and the inside wall of the bore. The entire operation of directional boring and placement of the line shall be carried out subject to the inspection and approval of the Engineer and by the agency having jurisdiction. The equipment necessary to bore, cut, and pull the proposed Force Main shall have sufficient capacity to completely place the proposed Force Main on its proposed Alignment without, stopping, or plugging of the proposed bore. 406.04-PROTECTION OR REMOVAL OF UTILITY LINES. The Contractor shall anticipate all underground obstructions such as, but not limited to, water mains, gas lines, petroleum lines, storm and sanitary sewers, telephone or electric light or power ducts, concrete, debris, and rock. Any such lines or obstructions indicated on the drawings show only the approximate locations and shall be verified in the field by the Contractor. The owner and Engineer will endeavor to familiarize the Contractor with all known utilities and obstructions, but failure to identify a utility or obstruction on the drawings shall not relieve the contractor from full responsibility in anticipating all underground utilities or obstructions. 406- 1 of 3 SPI SCHAUMBURG POLK, ITEM 406 -DIRECTIONAL BORE FORCE MAIN The contractor shall, at his/her own expense, maintain in proper working order and without interruption of service, all existing utilities and services, which may be encountered in the work. Such utilities and services may be temporarily interrupted, with approval of the Engineer and the utility owner, to permit the Contractor to remove designated lines or to make temporary changes in the locations of utilities or services. The cost of making any temporary changes shall be at he Contractor's expense. The Contractor shall notify all utility companies involved to have their utilities located and marked in the field. All underground utilities shall then be uncovered to verify location and elevation before the construction begins. The Contractor shall obtain all necessary permits, except right-of-way permits, required for the completion of this work. 406.05-ALIGNMENT AND TOLERENCES. The reamed hole for pipe installation must have a minimum of sixty(60) inches of cover below the deepest point of any obstruction unless otherwise approved by the Engineer or as indicated by the Contraction Drawings. The Contractor shall have sole responsibility of placing the proposed Waterline in accordance with the proposed plan and profile shown in the drawings. Failure to meet the required plan or profile within a tolerance of plus or minus six (6) inches shall be cause for rejection. Rejection shall mean that the Contractor will provide a new directional bore at his/her own expense. 406.06-PROJECT CONDITIONS. Adequate means shall be provided by the Contractor to keep the work free from water, including, but not limited to, pumping of surface water and well-pointing, at no additional cost to the owner. The Contractor shall install and maintain a dewatering system, if necessary, to maintain the groundwater level a minimum of three(3)feet below the excavation. The Contractor shall provide and maintain all dewatering equipment during excavation, construction, backfill, and until the boring is completed. The Contractor shall operate the dewatering system continuously without interruption during weekends and holidays. The Contractor shall erect sheeting, shoring, and bracing as necessary for protection of all persons, improvements, and excavations. The Contractor shall have sole responsibility for catching and disposing of all excess drilling gel or fluid in accordance with all local state and federal laws and regulations. The Contractor shall ensure that no drilling mud or gel flows into waterways, and shall thoroughly clean the boring area at the completion of work, to prevent runoff of drilling mud or gel. 406.07-CONSTRUCTION ADJACENT TO EXISTING ROADS. No trench shall be carried closer than 10 foot of highway pavement edges and 5 foot of all other pavement edges. No dirt from trench excavation shall be piled on roadway shoulders. All trench backfill shall be mechanically tamped to same density as surrounding ground. Before completion of this proposed work, all roadway shoulders,slopes, ditches, and berms shall be restored to their original condition. 406-2of3 SCHAUMBURG E. POLK, ITEM 406 - DIRECTIONAL BORE FORCE MAIN The Contractor shall provide and implement a traffic control plan acceptable to the City, when working within street right-of-ways. If required, the Contractor shall furnish signs, barricades, and flagmen in accordance with latest version of the Manual of Uniform Traffic Control Devices. 406.08-MEASUREMENT AND PAYMENT Directional bore will be paid at the unit bid price for applicable items as listed in the proposal. Said payment shall include all items necessary for the completion of the directional bore such as, but not limited to, all equipment, personnel, materials, trench safety, signs, barricades, dewatering, excavation, and backfill. No additional payment will be made for trench safety or dewatering. All excavation and boring under this item shall be considered through unclassified material. No rock classification will be made for additional payment. No additional payment will be made for alternations due to pipe depth, direction, or location due to conflicts with existing utilities. Measurement for payment will be for the length of bore shown on the plans. No additional payment will be made for boring beyond the limits shown on the plans. MAW/ SCHAUMBURG& POLK,.;..: ITEM 508-HIGH DENSITY POLYETHYLENE PIPE 508.01 -GENERAL Furnish High Density Polyethylene pipe and fittings of size(s) shown on plans. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in sanitary sewer force mains. 508.02- MATERIALS A. Polyethylene pipe having an SDR rating of 11. B. Polyethylene pipe meeting ASTM F714 and manufactured from a high density, high molecular weight, polyethylene resin which conforms to ASTM D-1248 and meets the requirements for Type III, Class C, Grade P34, Category 5, polyethylene compound and has PPI rating of PE 3408. The pipe produced from this resin shall have a minimum cell classification of PE 4543C per ASTM D3350. C. Before beginning work, the Contractor shall submit to the Engineer for approval, the vendor's specific technical data with complete physical properties of pipe and pipe dimensions pertinent to this job. HDPE pipe to be as manufactured by Driscopipe Prisma 4200, or equal. D. Butt fusion and extrusion welding of HDPE pipe and fittings shall be accomplished with proper equipment and operated in a thoroughly workman manner, in conformance with ASTM D3261. Equipment shall be in good repair. Contractor shall have fusion machine manufacturer's written instructions on site during fusion operations. Contractor shall employ only skilled welders capable of meeting the qualifications set by the manufacturer's specifications for an acceptable welded joint. Submit samples of fused joints using materials that are intended to be incorporated into the work for Consultant's review and acceptance prior to commencement of pipeline fusing. A qualified factory designated representative of the HDPE pipe shall be on site when Contractor begins butt fusion of the HDPE pipe, to provide direction and assistance for acceptable fusion of the HDPE, minimum of one day. E. Fittings to be fitted or fabricated. Fabricated fittings to have SDR rating equivalent to pipe. Fittings to be fusion welded to pipe, except mechanical jointing will be allowed at elbows for the purpose of minimizing stress to the pipe during installation. Mechanical joints shall include flange adapters fused to the polyethylene pipe and convoluted stainless steel or ductile iron back-up flanges rated for a nominal non-shock operating pressure of 200 psig. Ductile iron flanges to be wrapped in 8 mil polyethylene film to prevent contact with backfill soils. Bolts and nuts to also be of stainless steel. 508.03- INSTALLATION A. Trenching - To be in accordance with applicable underground piping technical specification contained herein. Excavate trench to a point 4 inches below the bottom of pipe. B. Pipe Zone Bedding - Install in accordance with ASTM D-2774. Hand tamp bedding material around haunches to a point twelve (12) inches above the top of pipe. Bedding and initial backfill material to be Class II Or III as defined by ASTM D2321. Class II materials are defined as coarse sand or gravels with a maximum size of 1-1/2 inches and have Unified Soil Classification system (USCS) designation of GW, CP, SW and SP. Class II materials can be installed in loose state achieved by dumping. Class III materials are find sands, sand-clay mixtures and clayey gravels with USCS designations of GM, GC, SM and SC. Compact Class III bedding materials to a minimum of 85% of the maximum density achieved ADDENDUM No 1M._ 508- 1 of 2 SCHAUMBURG c POLK ITEM 508-HIGH DENSITY POLYETHYLENE PIPE when tested in accordance with ASTM D698 (Standard Proctor), Place bedding material to a point four inches (4") below pipe and twelve inches (12") above the top of pipe. C. Backfill Above Pipe Zone - To be in accordance with applicable underground piping technical specification contained herein. 508.05- MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with applicable underground piping technical specification contained herein. SPI SCHAUMBURG ,". POLK, RECORD OF PRE-BID MEETING ATTENDANCE CITY OF PORT ARTHUR, TEXAS Highwayt 365 Force Main and Lift Station Improvements Bid No. P24-059 Date: Monday,August 12th,2024 Time. 10:00 am NAME COMPANY E-MAIL / PHONE No. jbeaver@spi-eng.com Jeffrey G. Beaver, P.E. Schaumburg &Polk, Inc 409-866-0341 pjacobs@spi-eng.corn Philip Jacobs, EIT Schaumburg &Polk, Inc 409-866-0341 ZAN— oP7 eliVAAroldwz, StIke O4 Act t'a.vg____ tic. —S,-s43"--5' \ �►4a. LJLtsrc . XYc.EM. cow) doh/A) i,U ES.r X'iLE-Al QEtJATttR. Iw1G tip? 719- o7B ci7//, potz.f 409°vl T6- f/.c. iyrr .1n1C7 4Z - - 60 hcvi r z e'11.tr t. Arthd., t/G�i �%�� '� ! 7 c57 c,ati-- - ootf r�►4e,, Akt...0 L' t /,ilia Ct- Of Pv-4 f 4rj8I@a CONSTRUCTION PLANS FOR CITY of PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 AUGUST 2024 INDEX ;✓� SHEET NO. DESCRIPTION r ��— 1 COVER SHEET/INDEX 2 GENERAL NOTES Tcea, 3-4 OVERALL LAYOUT 9-27 PLAN AND PROFILE SHEETS 28-29 MISCELLANEOUS FM DETAILS 3040 HWY 365 LIFT STATION 5 MAYOR HONORABLE THURMAN "BILL" BARTIE I c COUNCIL MEMBERS DONEANE BECKCOM MAYOR PRO TEM WILLIE BAE LEWIS, JR. COUNCIL MEMBER PREPARED BY sI TIFFANY L. HAMILTON EVERFIELD COUNCIL MEMBER HAROLD L. DOUCET, SR. COUNCIL MEMBER THOMAS KINLAW, III COUNCIL MEMBER i -VICP.ITY rAP- DONALD FRANK, SR. COUNCIL MEMBER 1x a CITY MANAGER _ __ RONALD BURTON, CPM - - - 7 7_ _ y DIRECTOR OF WATER UTILITIES Mir SCHAUMBURG POLK, -- - CALVIN MATTHEWS, P.E. ' II ax4ov�Hegavm F�15 aa r 'YP0 itm I*. F �. f BB.Cale.arR Beaumont ims)7707 IA r 409 366.0341 P-409.8850337 F �- a camcM 8034 v PPEC'T 1_� OLOCa T.+OS -. - PORT ARTHUR S = L SHEET 1 OF 40 3 GENERAL CONSTRUCTION NOSES TRAFFIC NOTES 1.The contractor shall be fully responsible for any and all damage to existing public or private utility 1.Contractor shall submit a traffic control plan sealed by a licensed professional engineer in the State lines,including but not limited to water lines,wastewater collection systems and storm sewer during of Texas to the Engineer and Owner for review and approval. construction.Contractor to comply with TAC Title 16,Part 1,Chapter 18 including notice to notification center prior to excavation and post-damage notification.All damages shall be repaired in 2.Contractor shall provide and install traffic control devices in conformance with part VI of the Texas - accordance with the utility owner's standard construction practice,at no additional cost. Manual on Uniform Traffic Devices(Texas MUTCD,most recent edition with revisions)during construction. 2.Contractor shall provide notification and/or coordination of construction to City personnel. 3.Lane closure permits are to be obtained when required. Contact: Ms.less Liao at 409-983-8193 _ 4.Contractor shall cover excavations with steel plates,anchored properly,dung non-work hours and 3. Drawings show information obtained from on ground observation,limited surface survey and open lanes for traffic flow. existing construction drawings for topographic features,and elevations/location/nature of pipelines, -----' natural gas lines,underground cables,utilities,etc. However,accuracy of or completeness of such 5.Approved copies of"Traffic Control Plans"and"lane/Sidewalk closure Permits"shall be available information is not guaranteed.The contractor shall verify all elevations,dimensions,and condition for inspection at job site at all times. in the field before commencing any work.Changes in horizontal and vertical alignment are to be approved by the engineer.It shall be the contractor's responsibility to report any conflicts or _ discrepancies to engineer in a timely manner. g ] 4.Contractor shall be responsible for obtaining all applicable city,county,state.and federal permits. Ij 3 5: 5. Contractor shall be responsible for removal and lawful disposal of all waste material generated duringconstruction.Waste material must be removed from work site and disposedN a j cons of in such manner g as to not damage owner or other persons.Contractor to coordinate salvage with the Coy. Final � 5 disposal of any materials refused is responsibility of contractor. 6.The contractor must clean mud,dirt,or debris tracked into existing streets by any vehicle that exits site at the end of each day or at more frequent intervals,if needed.Condition of road and/or right- of-way upon completion of job shall be as good or better prior to starting work. T. Any e'ti g facilities disturbed during construction,including but not limited to ditch grade and section,manholes cluding stack,frame and cover,driveways including pavement culvert and curbs, Ifence,plants(e.g.,shrubs,trees,flowerbeds)and property corners,shall be restored to its original condition by contractor at no additional cost unless noted on plans and by separate bid proposal item. 8. Contractor shall be responsible for providing required security to protect his own property, equipment,and work in progress.Contractor shall coordinate with the City on the location of their proposed laydown/storage area. yyy 9.The contractor will be responsible for maintaining an updated'REDLINE'set of plans on site for c• inspection by authorized inspector. ¢ m y 10. Contractor to take necessary precautions to protect root system of shrubs,plants,and trees among the area of excavation. � 5 4xOna2 trenching, hing,Cont and s shall comply with OSHA regulations and State ofTexas law con erring ex ovation, LL 3 n " trenching,and shoring. 12. Contractor is made aware that if there are any additions or changes to the project that require a change order,the contractor shall make a written request and submit it to the Engineer for review and prior approval.In addition,if different site conditions are encountered during the course of the work, the contractor shall notify the engineer and owner in writing and stop work at that location until given written authorization to proceed. 13. All drainage structures and outfall channels on or contained within the limits of this project shall 3 remain free ofsilt and debris throughout the project,necessary clean out of existing structures due to constructions shall be considered subsidiary to various bid items. 2 nag as 14. When construction work necessitates the moving of mailboxes,the contractor shall temporarily ore it relocate them as necessary to keep them clear of construction operations and convenient for the mail Se 3 carrier.Mounts for temporarily relocation mailboxes shall conform to an approved method of the City. ate, .113 j and the local Postmaster.Temporary relocation of mailboxes will be considered subsidiary to various 1 bid items. 2 ff40 , ____ ,-,,- •• ..!,1:-.., -•-t ' ,r, .r•' _ . • . . , ,..ki4ANE a , t: . - t . ----• - .- 4._ ... t,1 e' ' il I 1 v ' I , ' : • .. R fa' g !ill 1 I1,41 1 1,... -,, 4 ......., .,, --.... -...: i .. ,.. . . . .. -11 1... • --- .,. , I', ti 0-, . • .... .. r ,_ : '. ' ' 1 I Igs r? 4 ttil •- ,..'4'1, , . *jig ,'• - ,..""". , '..:', ' :''' "41 '''''''''.•! ".'.''' "*7-, ! g I M..t. .4,, '. - - . ._,... . 4 _. .. e -. , . , .. ..„. , .,. . ... __ ., „. ... ..„., ...,, „,-- - WE.11.2624 ... . Sr....1 J.SWIM 1 131,..11V SS I [Knell...JR 1 3 cF 40 I 1 t n !1.• r 1 1-1 % Nki 1 , 1„...•41 . - i . : . _ ity.A. 8 , i----; --__-7_, . . ‘-_- gl i ,. ,-. ___,_i § - ill i 4-co* iliz,,,',.4- ' . . 1 , - i - , I 1 i i III. 3 PP 365 I.=I'STATION SEE ! ‘g5Ps SHEE S 30-40 1 1 O'l Jiip.:,• A. ...IL i g . i g 1 V I § - s 144 s ! suu.6 400. 1 oFtwor,SB ixpEo Be J. I .2.0.113.•JO SEET I 4 m 40 . 4.t. -- ,, • i i .,.. -, .- .. ,.... - .... ....,... '. I — 1.--,— ..- ,-* ,r,'.- :- ; I .... .1--,.. iti- i i I , . .. - ----. , - ..- ,,,,,,, ,...,„.- . .. -, i " Iii ' 1 I I ,s I. ....• ; g11--1'‘ ‘,....**i.* ..5e, I I . 112 if i 1 1 II -. . ...... : .... ..,...." , '!-. . ..., 44, . i ' k* ,44- 2 i 11 /1 ' 14 ,, I ' 3 - .'.i. I If g SgRz . ; ,-:;:-._ ._, ,i. - ft':".'•* '' '-*'''''' '—'''''.' i I I I • -,- '.-: g :,..:-:,-,..:!::''''':',•:"'JT':;1•7, '-ka--•-;•-- ---,:••,i.-*. ''.-,"'-:: s If .-- -- ---- i i DATE AlAillSi 2074 3 s.....,.. .-s 044444134 S. ix,4,4olr4 JO ] 5.4T 5 OF 40 j 12 PROFILE(STA 0+00 TO 5+00) 12 0 s 6 6 6 6 -- -_ r- 5 4 +,. 1 4 -— 2 i Ai " - 0 31: V 1l 2 -2 Il 1 -4 ) i (r I )J -4 �' -6 1 -6 :4-0./.'' II 0-2S —10 CO NAN —10 EJ°ENS �29�SEI MU -12 _ mi/ �ro°ceuri+xo'°�E _12m "cwccrioKk oa:u 4 d g o -14 -14 g"iciEi a / / S i -16 -� -16 `t PA! � I'____ _ _ -_ _.__ __ 11 r,i7 -18 r -18 -20 xo oer o°i 0. PROP wvv x. s EEC CANING Pic cu.�n Naor.pq crow 20'HOPE xa.0 :i °o„3"STEEL — -20 —22 ao.305FD xx 1/z xEcaEE°Evc 8 -22 _.'np'? 5 —vcoa mm nrz Al1333463 xi. -24 -24 'g uu�seix 1 -26 -26 ate.w.J 0+00 1+00 2+00 3+00 4+00 5+00 „ "ai 6 a40 - „ , ..- ..,-...,,-,.... -',..' ,.... I , ,., , - , : , :.... -- _ i ,. . , . , ... ' . , ..........j,.... , ... ,-. ,.- • -• - I i ,- . . 1 / -,+, r I 0 1.11„ . e RILEY ST. ' 1 . , I bi ii- r, -0, , „ . .:,-.. .... , . 2,47) 1 . !: ... I R 26 '.i,.. gl; i ! --• ,, „2-•-j :-.44----- ', Dmv 003UST KEA 1 Dwrow Er,SO I .salErs et JO i qf MEP Pry A NEFF 7 CF 40 7 10 5+00.00 To 9+40.89 0 8 8 6 6 a 4 4 to i _ 2 � � B. PROPPw< VACJw — n F 1 2STA �3 o 0 I -4 / ----_________________ - / o-°P.JJS S "wP[JR�u5�'G J x°•n°Pc Jx-i 8 g —c°o c+xca°nu°Pig fi¢ 10 -10 12fm -12 i c4dgge '. PROP.o°n c°iai.'.P i e a,Y!n 8 -14 .-ii c vu, -14 3iImZz 1' a~Q� m -g 6 9 -18 -18 20 ; 5+00 6+00 7+00 8+00 9+00 9+41-20 `yn "..- 3 ',U� 18 s 40 ..... .. 1 n 1 I TEXAS AVL, / i . rEvv, I I,T h I ..'-.' h R ,- ,, ..- Li )if,-- .str ' letamorombrots--..—..ar 1 1 !iv:,i b i t. . li 1 6 9+40 89 To 13+00 00 ' I4 4 1 i i .AOF 15.4.1 90.BEND 1 IbC1 '5 2 :11.2 R — _ ___ —._ ,k:__ ff' _ i o ,— ___ 6 ir.:,1,N ' PROA IC 1Y X 14J ' 6i; —2 -2 i 1 - (TO MAN) ---- .1 '40.1.'irl_i A -8 -8 ,.NlaST 2024 -10 -10 TIE-IN CONNEC104 CF.,. M.P....1B I 9+41 10+00 11+00 12+00 13+00 CKMEI,eV J. i 9 cF 40 .. -1- _ __--- ---- -- 1 i ., . )'1 1 illi: i 6 13+00.00 To 18+00.00 i 6 I 4 I 4 5g 'I. 2 I ‘4dP3 I I --\ i 0 ' ------,------ 0 -2 i e417, * " -2 PROP [ -4, . .RO.500 IS Of 20-HOPE CP I I ' -6 5 -8 33 3 -10 13+00 14+00 15+00 16+00 17+00 18+00 1 3 9.1 10 40 -, -i_ , . ,- ,-:',Mt.--,' ' - •. .. , ,• ,.. .......,,,..,.. ..-.- - ----- . ., ... , ii- • i 1 i '1"' -r,•:-,.''''''',.--." '' '" - - . ..,.-,-..., • '.., .' 18+00.00 To 23+00.00 2 i 2 1§' If52f.". ° —2 i. —2 1 1 i Uf.li .41 i _4 —6 —6 ,;•---.---,,,, — —6 - -10 10 ..,ALEMTZV4 i sum.K SNOWY i —12 —12 ,......4,..4 18+00 19+00 20+00 21+00 22+00 23+00 ‘.........,,, ....-, I 11 F40 - - 1 I F.M. HIGHWAY 365 i .issgs.Z-i-MOSIM I I -" g , 1 i h I ..: I 1 AT 1 f ir _.___________ I ------ -----,------- ----- ------_ ; , , __ ,-.! , __ i, ill . ..„ TXDOT ROW = 1 i - As-,-,...s*A., x,t. 1,t....1 i . . -'---, - ^ 1 • — . • -I -_- .71... 4 23+00.00 To 28+00.00 4 ls I STA 25.00 7 i 2 ,er'"r11-6 6 M ii 2 -- , ,s 1 '4dgi 2, is,r6E.p _ I __ ____ _ 0, i Vq1,i1 6 4 ti, i -2 - t -2 g/ . , i 1 -4 i -4 — i 51501.5,00,Ce 20..155.5 YU 1-\\\\.'.-i ../..- X -6 i -10 -10 1 xscran sr 25 1 -12 -12 .1.11 23+00 24+00 25+00 26+00 27+00 28+00 12 F40 sfl a as - — w _._ C Y' , � 3 ' s- F Ar.HIGHWAY 365 -- --' - ¢@= 79 q 5' i 1 'MOT ROW } e � 3 , :4 28+00.00 To 33+00.00 4 i 2 2 m s 2 g' .2e 8 i _4 anov is c,rc vu�c ° 'a tl m -a ; �t _g wroa+..wis of �' �'i a0 3 —10 rre xms 12 avw« 28+00 29+00 30+00 —72 a....,58 31+00 32+00 = Je 33+00 s Ja 13oF40 .. / F.M.HIGHWAY 365 .,. -— , ; /7 • I --.„. __---- -1 i f-rx."':-. H i = . r - , I i -i ..t. 1 . • . 'otuky, * 1 33+00 00 To 38+00 00 6 6 1 4 4 - PROP tvit.g,S,,..4101. PRI 7 GS.2 i I i .z --1 i 0 ----/ STA AA•ES ---------0 1 Pdgi ,f4 2 / SG 16+90 I —2 I —2 / —4 i — / ,.;T.•\'‘c=:',P/c, g VS. 7 / PROP 125 L Pr HOPE OR11 1 i i Zici.cL5Ec-owc:2D'4:1'' 1 „, ..-.• PROP 125 LE 0,Sfr 10.£PA I TI,7-k-ZAP, 2 -10 -10 Fkt 071EVTIONAL.ORIEL i —12 1 33+00 34+00 35+ —1200 36+00 37+00 38+00 i .., i 14 m 40 ?, , nIl / i i� ,:4 I pcsAlLmii 14. *ico ,ter j- __ g . 1. 4 38+00.00 To 43+00.00 4 2 — ilf- —_s•v / 2 �-L i . 2 Y _4 ` 1 PROP.,6]�f 1O'HOPE ORt i J tic,m 6 I _g - — „s P„c ov o.o.s*a� ON 3s*cf°i Z $ su _ e a22aIi R, 8 -10 sr a_ —10 c� 3 'ca -12 -12 .5 f 1}"'A: s -18 �_ ,.,r zm. PROP O3 1s OF -16 P...AS avw« 5 -1B of Ernw m+i, A....",SS I 38+00 39+00 40+00 42+00 -18 a „r 41+00 43+00 J. 15 m40 -.- -.. i ,.., „ it FM.HIGHWAY 765 F M HIGHWAY 365 CI ', i I 1 2 IJUJIJI ROW ille .4100° 41 4 AiiiIIIIIIIMbrill - .40e f, 6 43+00 00 To 48+00 00 6 4 i 4 i I -8 zZ''17------ ; I 'It4II.1-",17 -10 :4 \ ,11.1 AUGUST HI. -10 SFA 43•67 Lau AP EMMA i -12 E.-.EP IONA JR!L l'—PROP 6/LE OF 2C.HOPE 3R1.1 DIRECT MI I 43+00 44+00 45+00 46+00 47+00 48+00-12 MRsAt011*.8 scrt 16 CF 40 PIM.HIGHIJAY 365 .,.00.. 4 - ' - . ............. .......-................ 4---r---- ..: _ -.. _ . .., , . ,................________. . .......-„,..-- „,.----- ....- ---- --,- - - 5 Fii! i l,, bi 4_ I 1, 4 48+00.00 To 53+00.00 4 2 2 ------ __________ —-.•.5 NO . ___ ,0 Mr , i 1 1 —4 PROP SOO LF OF 20.HOPE OR I• .... —4 v 1 XX - — WTI 8 1Pdgilh g , t —6 i —10 rwaREcTigl.2= gri —10 i —14 —14 PROP I 12 LF OF 20.0OPE i —16 DR,I 011iE.0 I 10.1.OR.LL —16 0[4.0 0.6 WOO" A04.0 DV SO M0,000-0 00,0 f 0 48+00 49+00 50+00 51+00 52+00 53+00 .... I 17 cF40 II I 1 11 I i 1 1 III 11 II 1 i I 1 1111 *I . I ' it III 1, 1 1, 1: 1 1 l' ?.. - tt-?--" 11 '• — f 1— ... _ .ii 11\1 t 0..i , i P IIII 4 S It 53+00 00 To 58+00 00 2 2 0 ---- 4 i 101f. —2 1, , 1 —2 1 / —6 / / \\ )/ —4 S 6 Ji o , ig ili /7 I —6 —8 ,i / ghth . . ;„,..„ r .22 P 1 —8 Eya,_rn i —12 gl _ -10 -,4 PROP SOO LI-Or 10.ROPE DR,I OREM.,DR, ' —16 --___ —16 / —18 54+00 55+00 53+00 I I .44.RSBONR 56+00 57+00 —18 58+00 RRET 18 cF 40 FM.HIG1114* 65 Fill,.952r. ..,j; / \\J :, •:,i. -1., , I. 2. . ,e. . li XLUT ROW . • =-1:. -: '' ;••: IT' , N , , • . ,•: ,— , , ‘ W.x.Pst*.--- —-- — ..:. • 1 1 ... •.. •,_ 'f- 1; - ;•••."-• -0, -1et. \ ;. ' ,7. -:?.-.7-i•.,- 111Mt-e,,y..31'.-1i 1.,,,...:" . -1 'i- . - ' t "--7' ----....t...„...„. , , ...„__. _ . • • ..,"1,1„..r,,..- - . -:,,;ir. .. 4 58+00.00 To 60+90.00 I 4 2 /--- ,----——, 0 ,. 1 —2 I —6 11 r —\ \ — —--- - . I 1 RdgE • I —8 1 1 8 d i t54-51,g ' i —16 PROP •33,or . 7711DPE'PP,7 ''''':::0' —18 WE.901.161,024 58+00 59+00 60+00 e=4,As s41444 e —18 lqAvaetr,93 , 60+90 .99•13 e•Je ........n.Je efr 1 9 OF 40 .,. ,:p. oselsoft 47 ' I 'leignol, - % . _•......._______.....• ._._.___........._._._._....... _ E -- 'il low. !IP m ILI F VI HIGHWAY 365 .41- 1 ' 44 I 60+90 00 To 65+00.00 4 i i i 2 2 i 3- - -- _ _ 0 h i 0, 8 ! ci 6 tq t to 1 . 1 —4 /— ' _—-- —4 ---- - g P i ------1\._ . —10 —10 i 61+00 62+00 63+00 64+00 65+00 i ...no*. 1 94F I 20 cf 40 rde'' 1_ ,=: - --—----4.--- _, _._•_._._•......__......_....._......._._._. - ________ ---_-_• .- ___ __ - . ....-: PM H1GHW4Y 365 I il- 1 . . 1 . 4 65+00.00 To 70+00.00 4 i ril 2 2 ! ---------_____ --- -0 __ - ____ _____ —____ _ 0 i gig f, i -2 " cl.:iga -2 g 1 ; . $ -4 i ,Pe -4 PROP 503,-OP PO'1 OR• , 4,, .f: '1 _ -6 -6 c - ! -8 -8 t -10 i 65+00 66+00 67+00 68+00 69+00 70+00 I 91.1 21 CF 40 Ville r ; .,- T)<DOT POW --— __-- , . — - — , -,- . ,-2_,„..._.:=-7-' , aL"'..-et-,-r'-.V, •-"r'''''',74 , ,.., ,„...,^.-'' — — i'II P Ai HICHWA Y 365 I I 5 70+00 00 To 75+00 00 6 I . - 4 4 1 1 i 2 /— — — r w 3 1 0 ! 0 I ig' 2 —2 —2 gi'i —6 START DIRECZNI 14:2___/ -6 i ! —8 -10+00 7 71+00 72+00 73+00 74+00 75+00 "j 3...1 MOAT 2024; 1 .WHED at.11. ....in A %AT i 22 cF 40 1 .--14- :;,, nary , 6 75+00.00 To 80+00.00 '" 4 i 4 �c a 2 ` x `) PPw 1,wc yr ______—_.__-. �9� 0 \ _ _—_ -0 -_ -2 �� 2 -.` I f _4 i --unrr""- \/f nJG/� �� 7� PppP.157.f OF 20'„�JPE ptl B //�\, e 7F.,...„.._ a 8 r B '"r 2a 2 \ R z° -1p L..-siftoz,..on, - ial: k gy / -0 r 12 gi9 -12 -14 -14 3 -16 ,�µp -16 "!.,ie- 'P Don 3 -18 .� r a 1c __ PxoP S -nWE -18 oai oacn�row ox� w..w.. I -20 :o.o�..OFOIFO[II 75+00 76+00 77+00 76+00 20 11 78+00 80+00 xE�23 Ex 40 1 lo A 40 -- ----, 0 . i .7.: ''. '''''..!P V 4 :::.1,d: '-14:::,,T:'f'1,,,,,,•.:.,'--:-..L7•'''.,'', . .'-',:' ' , ,':... • '',C..-,,.., ' - =:-..'. .- '. ......, i ! T.,±i 4 74111 ..,.....___.............. •___ --• -----,-7- I 7:1 j ,....„,.....,.,..„..—:-.._-,-- 2 4 i'd F.M.HIGIIWAY 365 bi 1 li SNP . , _ .• _ .. , ,_ , ,... --,...,-,,, ,,,,, , ., ' .--..,104._ ... . .. -. ,..._. - . •-- - ,• _ „---,.. _, .,- -• ,.-- • __ , . _ • • •- • • • • ...,..---m ..r...if... 1 , - • :4 80+00.00 To 85+00.00 4 i 2 ri\ 2 '6' 2'... 8 g .. I -2 i -2 ! 9-ig 8 .464 lc c'.:t'X',..2- 1 . -4 -4 g i'i ___ . _i____ i 6 -10 i -10 l' ..-0+00 —12 .2“01 ED IT ell! 81+00 82+00 83+00 84+00 85+00 I so, 24 cc 40 ye7 , •g , * •,,,-,.' ri:' 5---, ----..-- .... -.-.-.......... Th - -- - ---- --------:TROUT ROW --•-*-,-7.- ' A --___ i g ii , •i A 'i.,1 F.M.HIGHWAY 365 l I 1 W ,. 0,11,.„)!. 85+00.00 To 90+00.00 4 -.2 i 4 I 2 --- 11 2 1 ' X g • alErt ! ; --------- e'in2t 4 0 /--VALVE AND 1,.. 0 ii!Ig 2 ! 1 -2 - X PRCYD 50C 1,Of 1C",..OPE 0111, i 4- -6 '.. •'. ,..: ! - ! -M 8 -8 WE i matz A664300.1—10 ........^55 i 85+00 86+00 87+00 88+00 89+00 90+00 ...113.08,f Jr1 9E0/111M.Jil y., 25 OF 40 1 I. viol W� t . I c TXOOT ROW 1. .s K_ e F V.HIGH W.4Y365 i f�4*.: : � 51 :$9 11), 6 90+00.00 To 95+00.00 6 4 a —2 •� —2 9 am,9 cncP xo_or za -o r�a m ? —4 a o ; 3 —6 6 i a 3 -10 -10 yh.ll0116 R._ s _...069OMi 1 —12 — x.vna+ 4. 90+00 91+00 92+00 93+00 94+00 95+012 ,ESEoevs 26 m 40 1 mot *,. t ^' __.. — L- 1 Al MGM!'IY355 \ 1a `Si it \\ .� 6 95-00.00 To 100+00.00 6 ff 1 p` : 4 ems.w.ao pd 0 kNc/,.oLm�` F" 0 ' §5s z -2 OF ).1 ionic -2 _a lEn 1 ' -4 y n :z a U 4 arm m _ yy s �ci i -6 'A 95-1) >a 0a-J / I i E R`KE LIVE p� -8 Mgr DIaEAN...U2 IL - J II caw•i.:aE -Nett�a+. 8 -10 —12 ti...u01s1-234 7 Lmuu70•Nc' —12 .3...3... .,. swM. o-accnauE wnu -14 na..o..�9 95+00 96+00 98+00 —14 ,„ „a $ 97+00 99+00 100+00 xF 27 ac 40 ) ;.,,.- alfz:gra- !!i_ I fro ow //11.1.. . EL, ,rflif."- 1.1-4,v,•- riMawara ....=--- • ...., r 11.1' 1,-.64-4,2*-.1 ....., '1-51:-----7- ...........„ v- Er I......:,..b.. ..,,............ ......_ ........... I ', • •••- •, , ..,...--.1 ' As urc tw moo+RR e ORR.WoOLVS•srs, 1 I.— ."71 aaa I 1_ ,_Lt...ketil j ... I- -r,. , .,-= ...........„..,.. .....„. 80.. .14 gggY.S Now SE Fteara Fame z eg QoarS MY SW'S 1 I I CASING REWIRED er 1K 1 woe.DRY WM FF.. s .:41 wwwww www N EowERo.r pp.yr....pp.... WRING IS SPEGOND a•ENGOWER CRIER GONIRICIOR NM, VERN.wit IN APOROFFO EN EIFGRFEER MIAOW Alt YOUgggeN, , NW.B•The ER.. ASS SINOECAROMS MIT EIGNOVIS OR OP.P041.1•T CAS.FICOURES ar DRY eon WCINOO ow, ...wn AlE/VACUUNON mazes.VALVE AIR/MOFFSETay.1f RELGSRKANNOLE IALVE .DIES YALTA TANKER _ROAD BORE AND CASING DETAIL LINE 4 Q i i21 COY ALL..urrAuC 5417.5....:Zi,iutZ0r, EXUSINOT :I:11,Li....,,....,,,w.wa.. ..: 1 MM.,MACS Or/2 SACK/C•MEM VP..Sve I 1 3.. _,,,,,------ -t..st...,... TO MP MET MOVE MINES i . ,. ' • 1-1----' '7;.7'1'.7',77.:," i cAiS ' 21 tiq' i Oa --":::"- g 'S i : . ......_.,_._ i _A.,,.. 2.-0'FOR 0WE SEWER i re GOD SOK NOW ' ,..AL,LOG p.a.5.yygg p gr y gyggg,,,,,,c, TIFICALM,Kful FOR FYNE WA OF J.,assow.f OW.,oFF OF LAWN wow 'Ni,.4?,,, 0NDFR PAAFLOW OR WIWI S-0. w wwww Pier gy y,g.gygg g rgygy g,yyg, I MOM.ockscr-91a SW wvccro• FAN INGINI WORE SOIL wwwww or.,sox Fro•woo•oR .11 OMAN ROSWIE ..'''117..'fb--- MR 4181.2024 i .41•6 91016.4 1314.1.1r,5{1 1 Dr 9..01.1 A r.)BALVIILL DETAIL UNDER PAVEMENT ,..TYPICAL EACILEILL NATURAL GROUND TYPICAL Aurrniraws III PIE CONNECTION_ ,TYPICAL YOUVETNYISMA 70 PVC CONNECTION I ...eV LB YU T i 3 28 eF 40 3n _x_ atev - �a_ imili "� Kh®mur _o s --+ _ .i - ? i c 5,1 TYPICAL VALVE ANCHOR TYPICAL PRE CAST[OXCARTS MANHOLE (OUTSIDE PAYSNSNT) .' we - m 1_P q. f i 1 asfa rl g S' �{ E „R 5 NC uc � , � ' F s..a... ou,ormur "r tm .+rssum� _ . �o z sa �z a �' ✓ 4 :7-Tcivsr'--zo.aau�c 3 gilliA ,1N III ao,., _ -- .,,..,. PAs-usr coxcAerz AIANHolE ••'a iiNC - oan 3 _.-- STATION O+PS xr,29 SF 40 MONTH CJ EXISTING SITE PLAN LIFT STATION HWY 365 I g ii 3 _mot. _4.__ � M_ g d ! mo2 i Y $ s irs,wS' oPct xux1 y 1 • • • • yAMES MG 9 Kam. GAGGS•SS f .-. EK,.U,Kw ` _ >__yK..` GED 30640 NCTE: `"' °" ,o> E DEMOLITION PLAN LIFT STATION HWY 365 -�,,, w",Eo l • ABANDON NEN.ELL/D.Y YELL BACKFILL Y/s.ND—\\ , +B ' r -A:),1 W1RnGiOR i0 BR[N(-WT , _ a',B•.NaEs.i Z:LI/MrM.LI Bo*row REMOVE EF¢nNo PIPING r o J- w`c OK PLUG k SAGA FILL NS L.F tT,A/GROUT PLUG _ ---. - - - 21 a 0 ' ' � W REMOVE £ ¢ ZZQ2 . i U _ a—u .. a—> . .a _ .. .. ._.—. - alarm At J. Nix-WANT PO2,1 0.031 a 4O NOM PROPOSED SITE PLAN LIFT STATION HWY 365 - • • • 1117. P;OPOS95 fPPROPOSED REfRELL ___— PROPOSED CR0EM? 36 • 1'NOSE Y (I)f6'W 65-PROPOSED- 5'-O d'-0B' <y'$ (f)16'W TT.S BEND COKREIE 4M - • PROPOSED JIB CR.. I< PROPOSED 1' PROPOSED` PPE BOI l I✓. T J-PRO wx SERER 1I • T PROPOSED / (1)i6-W 90 DENO // // PROPOSED2. xE ' gz / A Ruck ROG R 4 C 1u 5 CONNECT PROPOSED // .-REMO. ..MOON —� PROPOSED ? F�'¢O is EFS,P0 T]- C IS DM OW TO / E%1snNc Tr s KKPRECIST O N '� ?FOP.f6-EN. / :?FSZ4 NV O 16 W A5'BEND /[ . _ p 3 (f)16'W 1T5'BEND 1.1 [xTxv,aT wnrMr S[ ompZ i Fz [ NFL �, aN� PROP.16'M PROPOSED NZ-. _ PROPOSED Ira, TFPPRIG SADDLE•VALVE - d AUGUST TmA B .. —. Sr..Assa.An 1 o.oIP.,s .. 32 6 40 .'; CAJED 1 'A'-'' NM ;!‘'L-A. ''': '.. PROPOSED LIFT STATION HWY 365 : 1 ",:•..rzi'''''' 1 „,--,/.;,,,..„, A---•,0„..v.gg. ' , '"":,,E-'17,,,l'i i ,, i 1 Si aox SEC,.Off,, M i 14, S'AISKISDS.4.E.S, , `JA!" 6.3 I .,.. ,...___ ., C 1 — '—' h i , . —ril —1 fia.,Irstj 104' , .. . \ / ! . '7 A ::I -.;ssAC—A : 4; 1. : — .. _k . / 1-- I ' ' I .,. _a..„: _ 5,, § , I ki; a _. . — - -SECTION A—A PLAN VIEW 3 i i 3 DA'S.31161,024 Eir...ASSFOORI Inwmar SD atspito we JO Saff"A080 A s4A T 33 17 40 CAlED MAN PROPOSED _� LIFT STATION HWY 365 z E GGG p; iii , c • 3 5 ---r SECTION B-B SECTION C�C o. ICAO i m..e iR�I➢NA I 34ff40 ....;.., ,.. r. 'ror.V.r;::•,'°;:::`,":''''''''''' _ , 1 "V S' ir.1-7::,)t-f'Y' .7'' .-.7•,.--''' _ ---I.-----—1,:..;If.','.•.:',"‘ "—, —-——' s? —— - , - ......., r—::.„„.: 1! , ',•.',,,,z— "' — "5',.=-:- -,,,,,,:---1=----' ,„...„-— --- • --_—— Lev,.SECT. , i 2..,.„... FRAUE SIC.. il ..,........„ g 4 1!= , 1 , -' TYPICAL TIP/CAL CONCRETE MANHOLE INSTA I LA TIOM ,.:.:,STANDARD MANHOLE FRAME sk COVER ' ADJLETABLE PIPE suMbirr 1 71:':'.AZ1:fZuw,., L.mf.,)"E ySTAINLESS STEEL) -,—, i ,..," ,-,.-7,,,%-.,,,.:, E • • 0, ........ , V71.3t g gl i 3 ONII AUGUST 20241 DIJIPPjf1/5-4-7/11S";;;;;ZS7g7/,'!TTLYS --_,TYPI“L RISER CLAMP 1- .,'F'NT'.y.-'4.,'''J'y' PIPE BOLLARD .r.„..,m.o." Bm.mmv DB lavotactat Ja 4 C.O.Err JO 1 i 35 CF 40 NOTES. ./z s.c - - - x,.. r r Wxx 1,,WAL WE... xriL. - ., r s'2 11 MM1 HI bR: L .r 1 w.Mg xA, �f • II 3 #* ci Ill ,. - I si ..1 ..xsa—d 2 1 L'L'RASON/C TRANSOUC£F T_YP/CAL BACN£ILL-NATURAL GROUND NCRYTE R£PLAC£4£NT /^BEAM SEAT DETAIL I NDUNTING D — �-'OF CONCR£T£/DRIVCIAY PAVEN£NT 411 i .ri.roux, ' sI �i 3 -_.' .mow..e.,..L. =EA.nOF .-ar i T- _.4 _' � • •: �L�: +—o,.n. W,� �� ��,�� N a ...... ,..xx . 22 oo omoI , J :tiy - - =� _ JI sau: aLG. l a a. I HOSE BIB DETAIL(NBI) ��TYP/£AL REMOTER PRESSURE ZONE ER �o x' 2. `j — BACKPLOW PFEV£NT£R O£TAII 'CRATE SUPPORT V WORKSTATION JIB CRANE jI n..wxv Av:xxxr lD 36 cF 40 i CONDUIT&CABLE SCHEDULE ELECTRICAL NOTES: NIL a,50111101510 10231.0 Vr C.9p-au.Fw.ry WM w.wm ivaa svu coca.Lou Law MO Kma.n oxTa No • 1'c v r...9 R. Bev.0u..WM-WRvn9 _ _ • rcv...m.nw al.nwr .a.r m.w >_O LM10. s .�.a�uT O ®.Nuu .,0.®D INSTALL SISTER CROWD GRID PROP.GROJND WELL. PROP.11R STATION i.TK (SEE DEINLS ON SHEET EI) raS OF 2 NEEf(SEE OETNE CpRROEKP/J��(SEE .Ny g01mn Cd urs�iY s��OK tMxEN 1 rC Va-aev,nN m 9aa� DETNL D SN M '. T 05..,NOT L... RUOR.!-Nvp IS ON ME WOE.T1 I0u Om M. .n Of I I?c y-N•HN•w m uT w a l poo.vmp STRUCTU.w[w 6.AA.MP ON COW TO mNO,r - CaxeteN. I In.a9-P.I-11..wm Ir wa,mv.m..M -� S.MAICIMR TT T SE=PuwE m aroma We MO NE MOOS II?c9/sp.HN.wm efwa>Ram.maq Q �_ —, '/ FF vaC TIE OMR Of NE MOM 9.EE WOE , 11 I'C.N-la In Pt.Ili m an-an®q�,p M/0 8iME 0/THE 001=MOK 13 I. K-Hi./N m Ramw ow.) MOTE ID�` ``® - .`11 CM10.PLANS)PlD N._... O.eOiA O.. MD.0111 G OM WOE 0900. T.ET HELL..... A tnm i I ii p OxNAYC cMVMIi 9.10, PEEL PMDP.TlAYN/E BO%f5, 0 ® _ ———— �. 5(SEE WO. C�Jma.W[[WM LOCAL 6.110047016�i.m CH W9a�W TO OF NOS 04 0 0 E.) POLE 9ox�TS. 013 Rota ., Y/ - - lo"»c To:.:.1i6010E0.0T MO "r'�...0.4 LP 3J M 9 - P:aPOSED •°NaaE P.O...'ima sve m,Ni epy/p N u.p® SECTION SECTION / �K'V ... —PROPOSED.izn•wEnrEu 49 a Ea.E. MOM.90.6 TO TKE PROPOSED PROVOS/.MOW FOR MERRE SOME MS 9109 LOCATOR EN nNwm rain. •1 r�.0.BIB ..f.EOUPWIJ:011.1E E,o _SE RAIED '< 5'40 x5'-O'---4- PROPo5E0 EL▪E▪C10CEL EON.0 155 I. TO r-0..ide 0 OE. 0O 0O 0O 00 1 CONCRETE SUB — — ► 8 CRNxE 9 F.aCYwwrz�o FOR•i ell HA. fpx( 1 IY 10 Loc.. 'M (XL GROUPS<.o r W PR^JSfJ J J �- 091 EAST. (P\SECTION Q SECTION _ `'PE '-i�s6/'_— I, •'Es PROMOS CO AND:Ton ,uCaA'.D `� .. (� — ——- - PROP.FEECIRIGL COOPTOR TUMW O M M µD Pt=MO t9F EilEi RViMclo99aai d.I•i4 Na ` ` 17 EOO.NENT RAGE T� // x DEae COI SWEET is72 Q / TIE RECu.n COILS TO.PE A D,ENE'"E No iCM.. PER RE.E-t,E MAm9 ON E: IV 1.Na1MN mEw.TOP CM..NM D.I.M. / ' N„D L�SECTION // oM�«om•T ERMa E...PERKEc We.a // -_ \PMOPpSEJ DUCTRANK SECTIONS // ESTONE DIMWIT LEGEND: M Mu // i II w,m..O,... •Z 2 Of www / / w.Cal.Mr.PFE Mw yen.) //l FA..1i•SAW./SFNTR H NW ma a Oa WM T.el a Xtle r 52 SSS Xx ROP. IC M(er OWNS) _— �iT i T.`i p w.aElmm-�mraamm it!tii !� iX EXISTING ELECTRICAL SEIMCE TT NSTNL XEW EWIREM q ® w R,R MP{�I-lS M u moo) �;N m EOVIPNEM AND RACK TO BE GROUND N Ewan< 0 w.001-9=Tvv�De m-NE EOM.MET 19 TOENOOTD.FAST GENERATOR 1 GENERATOR�E(S DUNE _ ry od.� w.Roma ow ma 99ET En U ES Y ' NEW CON POWER CNMFS! GENERATOR NEuiR..1 �+ ..-- D.,uN 9enTN Ts+c sE COND.TS INSTALLED BEAM. FT w!D ME NEW A.T.S. SFRA0 EN SHALL BE.C.NDED AT _ CO.ewp VI J N* . (SEE NOTES 1]!IS) — _ _uaTNc_NRTFR _ (i 19 r z roa ..—,. .. —�—..— a_—..—.—a- - - -w—.. ' x. R CNI OE — W.NJ a Tls.wrm�..l.�. • LIFT STATION ELECTRICAL SITE PLAN Wa NT.S U FA El <. 37 0 40 POMO ONE-LINE DIAGRAM LEGEND .74 4 sum °O0"O1 ELECTRICAL NOTES: E...rs¢e P.Of AN 4/ Yl niwa fir SAYO WE 111 Gm 101111.13.1.WE M AS U .R..�...roi.., I I �- , R..� , am.r.R. --n• ...o mr•m fl, L_ I an r,ax a sy.is.t """o.wa a cu.m r,aw TO PO.Pi NAY MO WIN IF NNW 1111911 NNW 101.A tw[MR SR c•/Lawn ` .nE WA1(OUNCE ELECTRICAL LOAD ANALYSIS I, I ,'moo.[AY. zg4. rcro,81 °D r . m r - I. r a.n xdo M.1 ..3 [9N '` r OR N.i. -- •..n.os•oa i.�N[o/: ioi. :flz '� sr w.0 MAIN RN.x.+[ IN 3111 IN Al0 _ �$) - r -7 lox.. 1n•c(..SC.r...•....0-,..„.. f I ,.,r eI (11133.3 or o..0 ONE-LINE DIAGRAM Zr"- 11.33. r I I .�am�° .a";a MSS LEAD orb 1[ --- - -J i.[[b,�:•,•..��. O m..a nn P.C. LIFT STATION CONTROL PANEL NAMEPLATE SCHEDULE • iliHI Aura SUN MOD r0 SE MOE MN KM mm® mom 39®®®®m® .mR .L[.� sl c n mra P», :4 on.RR.., _ CM OE ft A 39 Ar ,) u¢RAP. ra oiNm .ae.R-uu:<mm an ® WOWve ..w.a.a...r.ems -Iq'*"W 111111111110.11 UNUSED TV Cs a o' _.111 W R..,pA,f u a.e I r.n. RN.r W ma TM•.�", I r- Z Ai avzota Z4 :z,a 0 •W tY SWING-OUT PANEL ARRANGEMENT RACK PANFL ARRANGEMENT =$¢ U G LIFT STATION CONTROL PANEL ELEVATION s 0 0 e ,, NOTES: 3333 iJi-� : ---�-1-zt » ;o° :.,.A M �o Son° OMB . 0 ^-III II Rio .moo.,. ^ m *wand.•.wp. Z. TS I o . —ii e - ^ I p"" ^ U r _ +� " CONTROL DIAGRAM LEGEND i • ^' .r -fir �I'O._°» r CONTROL DIAGRAM �J SYMBOL DESCRIPTION tC � ©^,�� -lIi-•. ® )^ I�� n - i :Tim r 1 itii/ N `M"tart � O O —i i _Ave ` Oa • =. G 0a . _I I-, --1 r--�-1 b(0 f--- i0 j 1-4+ "'.2`X n r.''' 4 . —i i -f O O 0 0 " —i i-- -�F-•-i.0�O """"""` 0 S�Ro '�, o>; a —iiJ D F= o I. Ill M1A L w°any_ 0 a z!, v SVOM4o"y ci "� O . � — I J, ... 1).-4I T,' zLi,_ tA E3 i a 46 39 40 Fe-1MM Mt CI ° o Elo 0 o J .SM.M I 00 ./a,. .° • T. III r4Poor= L ..mma ° L ,�jp+ r.cwamo °Al ":..calla o 37 Cu �n-/ ' i 'r n*R: a YuI, r 111MM, r AA _4I� II II meal 44 Pc (01.0311 eoln mu NIt L��1:111110401rJ PAM.W M•J. W OTOLL COMM� LIFT PUMP MOTOR TERMINAL BOX Fl OATS TERMINAL BOX UITRA-SONIC TRANSDUCER TERMINAL BOX r�Mal `m.I fir{ n �..T.��1 ..Ts .Ts TYPICAL DUCT BANK CONSTRUCTION ua. 0.,a.6 x.xo MT,o..w M. 0 CA°W U W/a.. 0'..a...MO MT AMOK°O°` O,„k,r,,arj:' bT/i",w,sas'"". SPECIAL DEVICE SCHEDULE 0 OM.WO 1 STM.:aS, 11,fir/.-v1 s9 tt`s.s ITEM OESCRIPXON ITEO OESCMMION 0 ...,..axm.m.1 ® ,Seri. h..W...m 0 -wawa W.A.ewen p arm 41..4c4- 0S e.rxi.SAFE W W1-so.r..,-S ®t,.i. :. Air"..,:c� O , ,,- ..� , �' - .-..rx ,.. TERMINAL BOXES DETAILS 0. :'� . .... ® a��•+T A.1.1010 .T� mos 0 a 66,.,.� 0 „/„ . OAK; 0 ,ran..m:....:..A..,.A... ® .m- ..e.®m ....M,. _I I al FM' w u.. . / 'e w,pew :sroSo .,, r' 1 :n.:Q.waw° gAz 00 .K R m.o~" .1 1 iiiW u0il »�-' 1 A..a�... 9 'oxr d U�I a S ¢ x IIwFFu _® mao m.o. I i MN we®.a e LL 3 x MI 13611 tsy<m '/''O1'W°' `Lt.�:T., GROUND WELL DETAIL Timm 0m .Ts ; u.im IIIIIIIEllE® .m air .) Smw re MO 40.011C131irl141 Of 11,111.33 ON. 1111.111 I�IM O.) ..w.rm z .4.4 �I n•I inn.a...r. ...... «� w w 1. 41.6 • . .AMn•M.. Ill ,y`_7 .IL II _. owe 0.)�I — —I Zp�RNA.. Ell El . .•w..-.... 4J w . FLD011UGHT DETAIL 'r PROPOSED ELECTRICAL SERVICE EQUIPMENT RACK DETAIL `� W aB RVI MS GROUND GRID DETAIL 0 E. - - O( 'S. E4 Q. 40 -40 ADDENDUM NO. 2 September 3, 2024 TO CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 THIS ADDENDUM IS ISSUED FOR THE PURPOSE OF AMENDING THE PLANS AND CONTRACT DOCUMENTS 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. 2 in the space provided on the Bid Opening page. CONTRACT DOCUMENTS 1. Bid Proposal - The Bid Proposal is hereby revised. See attached. 2. Bid Opening - The Bid Opening page is hereby revised. See attached. 3. Bid Breakdown - The Bid Breakdown is hereby revised. See attached. 4. Scope Of Work-The Scope of Work is hereby revised. See attached. SPECIFICATIONS 1. Item 500S- Ductile Iron Pipe For Pressure Service- Item 500S is hereby revised to clarify section 500.02, E. Lining. See attached. 2. Item 502S - AWWA PVC Pressure Pipe For Sanitary Sewer Use - The attached specification is hereby added to the contract documents. 3. Item 503- Pressure Rated PVC Pipe - Item 503 is hereby deleted and is not applicable for this contract. PLANS 1. Plan Sheets 5 &6 -The proposed force main to be installed inside the 24" steel casing has been revised to 16" PVC DR18 with Restrained Joints. See revised plan sheets attached. 2. Plan Sheet 29 -The Pre-Cast Concrete Manhole detail has been revised to provide for 16" PVC DR18 force main pipe shown inside the steel casing, and to add a HDPE to PVC connection, Flg. x M.J. D.I. fitting. See revised plan sheet attached. Page 1 of 4 ADDENDUM NO. 2 September 3, 2024 CIVCAST QUESTIONS Q1. Can the yellow line/text be changed to something darker that will stand out? Al.The line weights on the proposed force main plan sheets have been revised for clarity, refer to Addendum No. 1. Q2. Can the lift station wetwell be installed by caisson method instead of open cut? A2. Yes,the caisson method will be allowed. If the bottom slab must be modified for the caisson installation, the Contractor shall provide a bottom slab design, prepared/sealed by a Texas Professional Engineer. Q3. Has the city obtained the UP railroad permit? If so, can it be included in an addendum? Will UPRR require the construction observer and flagger to be onsite for the entire 325 LF of bore? A3. Yes,the City has obtained the UP railroad permit. It is expected that a construction observer and flagger will be onsite during the bore under the railroad right-of-way. Q4. The drawings call for DR 11 HDPE. Specification Item 508 calls out DR 17.Which is correct?I would assume DR 11 since this is a force main. Also, is this pipe DIPS or IPS? A4. DR 11 HDPE pipe is correct, Item 508 has be revised accordingly, refer to Addendum No. 1. The HDPE pipe should be DIPS. Q5. Since it appears we are behind the fence of 2 pipeline/refinery plants on HWY 365, what are the requirements for working in their facility? TWIC required, permits, etc. A5. The proposed force main will pass under the Kinder Morgan facility from approximately station 54+00 to 58+00. A copy of the Guidelines for Design and Construction near Kinder Morgan Operated Facilities is attached. Q6. What is the estimated budget for the project? A6. The estimated budget for the Base Bid is approximately $2,200,000. Q7. The proposed FM Discharge MH on the existing 30" line. Do you want PVC PS-115 pipe like what is called out for the NEW MH by the lift station? The MH can/will be made with PVC pipe stubs to connect to existing sewer line. A7. The PVC gravity sewer shall be as per specification Item 512A-Large Diameter PVC Gravity Pipe. Q8. Would you please post the pre-bid sign in sheet. A8. Refer to Addendum No. 1 Q9. What is the average daily flow and the peak flow of the existing 30" sanitary sewer line adjacent to West Port Arthur Road where the proposed manhole is to be installed for the new force main tie in point? A9. Flow information for the existing 30" sanitary sewer is not available. Q10. Can the bid date be extended 2 weeks? A10. Refer to Addendum No. 1 Q11. What are the liquidated damages of the contract? Al 1. Liquidated damages are $500.00 per Calendar Day. Page 2 of 4 ADDENDUM NO. 2 September 3, 2024 Q12. Plan Sheet 20, Sta. 60+90 to Sta. 74+20 +/-, the new 20" force main is shown overlaying an existing SS (existing sewer?). At Sta. 74+20 +/-, all of a sudden a green dot appears and a call out in white letters says "SAN SWR. MANHOLE RIM = X. What exactly is the proposed 20" force main overlaying, existing gravity or existing force main? What are the elevations of this existing utility? Is the intent of the new 20" force main to remove the existing which means it won't function? Does this mean that the entire existing sewer from the existing lift station to Sta. 60+90 have to be bypassed? Al2. From station 60+90 to approximately station 74+20 the proposed force main will be installed on the"west"side of an existing gravity sanitary sewer;and,from approximately station 74+20 to the existing lift station the proposed force main will be installed on the"west" side of the existing force main. It is intended that the existing force main will remain in service until the new force main is placed in service. Q13. Follow Up to Question No. 12: Plan Sheet 22, Sta. 74+20 +/-, the new 20" force main is shown overlaying "FM" to Sta. 99+47. AS in question No.12, are we to protect the existing utility in place or remove it? A13. The existing force main will remain in service until the new force main is placed in service, and then the existing force main will be abandoned in place. Q14. Plan Sheet 23, approximately Sta. 75+00 to Sta. 78+00, the proposed 20" force main is shown being directionally drilled under DD#7 Main C Canal. TCEQ separation requirements of potable water and sanitary sewer separation is not being met. Is there a reason for this oversite? A14. The proposed force main will cross under the existing water line maintaining the required TCEQ separation requirements. Q15. Will there be an addendum issued moving the bid date? A15. Refer to Addendum No. 1 Q16. Is sand or select fill required in the existing wet well? Is there a compaction requirement for the fill inside the existing wet well? A16. The existing wet well shall be backfilled with select fill in accordance with specification Item 400.15, paragraph B.4. Q17. Can you provide the drawings of the existing lift station to be abandoned? A17. Drawings of the existing lift station are not available. The existing lift station is has a dry pit and wet well, approximately 24 feet deep. There is also an intermediate floor in the dry pit. Q18. Plan Sheet 12, Sta. 23+20 +/-, An existing Force Main that perpendicularly crosses the proposed 20" Force main is not shown in the vertical profile for elevation. Can this elevation please be called out? A18. The Contractor shall locate and determine the elevation of the existing force main prior to construction. The elevation profile of the proposed force may be lowered between station 23+00 to 25+25 if necessary to avoid the existing force main. Page 3 of 4 ADDENDUM NO. 2 September 3, 2024 Q19. Plan Sheet 12, Sta. 23+60 +/-, 20" proposed Force Main is being placed in a 24" HDPE Casing crossing under Wilson Ave. The horizontal over view show an existing SS utility exactly in that alignment. Please share how that bore is to not conflict that existing manhole. A19. The proposed force main is to be installed directly"east" of the existing manhole and above the existing sanitary sewer. Q20. Addendum #1 new Itemized Bid Schedule has 34 Base Bid Items. Why does the Bid Opening Sheet still call out Total Base Bid Amount 1 - 25? I'm also disappointed in the bid opening being on 9/11. It's been 23 years, but it still needs remembered with respect. A20. The Base Bid Items in the attached revised Bid Proposal include Bid Items 1 -27, and the Total Base Bid Amount to be filled in on the attached revised Bid Opening sheet is the total of Items 1 -27. Alternate Bid Items 3A-3C may be considered in place of Bid Item 3 if determined to be beneficial to the City of Port Arthur. Additive Bid Items 28-36 may be awarded if sufficient additional funds are available. I Q21. The bore pit for the 325 LF bore is shown to have a bend in it. This will not work. The dry bore pit needs to be 40' long and straight in line with the bore. This will put part of the pit in Riley Street. Will there be a bid item for repair of Riley Street? A21. The bore pit has been revised on the attached Plan Sheet 5. Backfilling and surface restoration, including pavement repair, shall be subsidiary to the installation of force main. Q22. Will coating be required for the interior surfaces of the new wet well? If so, which coatings are approved? A22. Yes, see specification Item 602 - Protective Linings for Manholes, Boxes, and Wet Wells. CLARIFICATIONS/ADDITIONAL INFORMATION 1 1. A Floor Type Hydrostatic Relief Valve shall be installed in the center of the wet well bottom slab. The Relief Valve shall be a Kennedy Valve Floor Type Pressure Relief Valve, or approved 1 equivalent, see attached. 11 2. Plan Sheet 28, Road Bore and Casing Detail-The casing size chart shown is based on interior carrier pipe diameter. Where a 16" pipe calls for a 24"casing,the outside diameter of the bell on a 16" C900 PVC DR18 pipe is 21.135". The outside diameter of 20" HDPE DR11 pipe is 21.6". 3. Ductile iron pipe and fittings shall have either a Ceramic Epoxy lining, Polyurethane lining, or Epoxy liner as per specification Item 500S- Ductile Iron Pipe for Pressure Service. e.4aw.ma e END ADDENDUM NO. 2 y� � o� tF/ * .*-,g1 j, 1 JEFFREY G. BEAVER o r 6eaver, P.E.: . .(<<. 1 i pal.:" Page 4 of 4 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price BASE BID ITEMS 1. 1 LS Mobilization, including payment bond, performance bond, insurance, & moving equipment to project; NOT TO EXCEED 4% OF TOTAL PROJECT BID for DOLLARS CENTS $ $ * Lump Sum FORCE MAIN IMPROVEMENTS 2. 362 LF 16" PVC Force Main - Furnish all labor, equipment, and material to install 16" C900 PVC DR 18 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, restrained joints, and labeled "FOR USE AS A SANITARY SEWER LINE", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 3. 7,326 LF 20" HDPE Force Main - Furnish all labor, equipment, and materials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 4. 2,238 LF 20" HDPE Force Main - Furnish all labor, equipment, and matrials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths by Directional Boring, including bore pits, excavation, backfill, compaction, surface restoration, testing, end seals and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No.2 D- I BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 5. 355 LF Spur 93 / UPRR / LNVA Crossing - Furnish all labor, equipment, and materials to install a 24"x 1/2"steel casing by JACK AND BORE complete in place, including casing, bore pits, excavation, backfill,filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 6. 35 LF Texas Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 7. 40 LF Wilson Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 8. 40 LF Davis Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING ONLY complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No.2 D-2 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 9. 110 LF Highway 365 Crossing -Furnish all labor, equipment, and materials to install a 24" x 1/4" steel casing by DRY BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 10. 10 EA AirNacuum Valves - Furnish all labor, equipment, and materials to install an AirNacuum valve, complete and operable, including 4' diameter fiberglass manhole, saddle, ball valve, piping, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 11. 5 EA 16" Gate Valves - Furnish all labor, equipment, and materials to install 16" gate valve on the proposed force main pipe, complete and operable, including connection to 20" HDPE pipe, valve box, excavation and backfill, all in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 12. 1 EA Proposed 72" Manhole - Furnish all labor, equipment, and materials to install 72" diameter reinforced concrete sanitary sewer manhole, including excavation, backfill, coating, connections, ring & cover, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each ADDENDUM No.2 I)-3 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 13. 1 LS Connect FM to Proposed 72" Manhole - Furnish all labor, equipment, and materials to connect force main to proposed manhole, including 20" HDPE DR11 pipe, 90 degree bends, Harvey adapters, tee fitting inside manhole, excavation, backfill, and surface restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 14. 1 EA Proposed 22 1/2 degree Bend - Furnish all labor, equipment, and materials to install a 22 1/2 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 15. 3 EA Proposed 90 degree Bend - Furnish all labor, equipment, and materials to install a 90 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 16. 1 LS Connect Proposed FM to Existing FM -Furnish all labor, equipment, and materials to connect the proposed 20" HDPE force main to the existing 14" force main, including 16" PVC tee fitting, 16" PVC 90 degree bend, 16" C905 PVC DR25 pipe, 16" x 14" MJ reducer, 20" HDPE x 16" PVC connections, excavation, backfill, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum ADDENDUM No.2 i)-4 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 17. 2 EA HDPE to PVC Connection - Furnish all labor, equipment, and materials to connect 20" HDPE to 16" PVC, including 20" x 16" reducer, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each MISCELLANEOUS IMPROVEMENTS 18. 1 Allow Material Testing - Provide material testing for all concrete and soils compaction, as approved by Engineer, all in strict accordance with plans and specifications, reimbursement based on supplied invoices Seven Thousand Five Hundred DOLLARS Zero CENTS $ 7,500.00 $ 7,500.00 Allowance 19. 5,180 SF Special Shoring - Furnish all labor, materials, and equipment to install special shoring as required for safety, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Square Foot 20. 1 LS Trench Safety Plan - Furnhish Trench Safety Plan as prepared and sealed by a Texas Registered Engineer, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 21. 7,326 LF Trench Safety System - Furnish all labor, equipment, and materials for installation of trench safety protection for all excavations over five-feet deep, complete in place, including shoring, trench boxes, or other approved system, in accordance with the plans and specifications for DOLLARS CENTS $ $ Linear Foot ADDENDUM No.2 D-5 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 22. 200 TON Additional Class I Embedment Material for wet trench construction, as directed by the Engineer (but not included in other bid items), furnished and installed, complete in place, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Ton 23. 200 TON Additional Cement Stabilized Sand, 1-1/2 sacks of cement per cubic yard sand, for supplemental backfill, as directed by Engineer (but not included in other bid items), furnished and installed, complete in place, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Ton 24. 1 LS Groundwater Control as approved by the engineer, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 25. 1 LS Storm Water Pollution Prevention - Furnish all labor, equipment, and materials to install and maintain the storm water pollution prevention system for the duration of the project, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 26. 44 EA SUE Level A- Furnish all labor, equipment, and materials to determine the horizontal and vertical location of the existing pipeline using hydro excavation methods, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each ADDENDUM No.2 I)-6 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 27. 1 ALLOW Miscellaneous Improvements - Allowance to furnish all labor, materials, and equipment necessary to perform all miscellaneous improvements, as directed by the Owner FIFTY THOUSAND DOLLARS ZERO CENTS $ 50,000.00 $ 50,000.00 Allowance ALTERNATE BID ITEMS 3A 7,326 LF 16" PVC Force Main - Furnish all labor, equipment, and material to install 16" C900 PVC DR 18 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 3B 12 EA HDPE to PVC Connection - Furnish all labor, equipment, and materials to connect 20" HDPE to 16" PVC, including 20" x 16" reducer, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 3C 4 EA Proposed 16" by 45 degree Bend - Furnish all labor, equipment, and materials to install a 45 degree bend on the proposed 16"force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each ADDENDUM No.2 D-7 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price ADDITIVE BID ITEMS-LIFT STATION IMPROVEMENTS 28. 1 LS Existing Lift Station - Furnish all labor, material and equipment to abandon the existing lift station in place, including demolishing the top slab and portion of the walls, disassembling and removing all pumping equipment, piping, valves, steel platforms and stairs, electrical and controls, disposal of sludge and debris, and backfilling with select fill, in accordance with the plans and specifications for CENTS $ $ * Lump Sum 29. 1 LS New Lift Station - Furnish all labor, equipment and materials to construct a new submersible lift station, including new submersible pumps, pump guide rails, electrical connections, excavation, cement stabilized sand backfill, compaction, 12'x 12' RC wet well and coating, valve box, aluminum hatches, grating, piping, valves, fittings, bypass assembly, jib crane, surface preparation and painting of all exposed piping, influent line connection, and all necessary appurtenances to make the station complete and operable, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 30. 1 LS Site Improvements - Furnish all labor, equipment, and materials for the proposed site improvements, including new limestone driveway and parking area, new water service line including freezeless yard hydrant and backflow preventer (armored insulated), water meter and box, connection to existing water line, site restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum ADDENDUM No.2 I)-8 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 31. 1 LS Electrical Pad - Furnish all labor, equipment, and materials to construct a 6' x 14' reinforced concrete electrical service pad, including excavation and backfill, foundation, electrical canopy and appurtenances, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 32. 1 LS New Electrical Equipment- Furnish all labor, equipment, and materials to construct new electrical underground service, electrical rack and concrete pad, service equipment, automatic transfer switch, connections to existing standby generator, lightning protection system, pump control equipment, site lighting,wiring devices, outlet and junction boxes, duct banks, conduit, conductors, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 33. 1 EA New Manhole - Furnish all labor, equipment, and materials to install a new 5 ft diameter precast concrete sanitary sewer manhole, including excavation, cement stabilized backfill, connections, ring & cover, rain stopper, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 34. 33 LF Influent line - Furnish all labor, equipment, and materials to install a new 27" PVC PS-115 gravity sanitary sewer from the new manhole to the new wet well, complete in place, all depths, including excavation, backfill, compaction, piping, fittings, testing, and surface restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No.2 t)-9 t,. BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 35. 77 LF 16" Force Main - Furnish all labor, equipment, and materials to install 16" diameter DI Force Main from the valve vault and connect to the proposed force main within the lift station site, all depths, including all fittings, excavation, backfill, compaction, surface restoration, thrust blocking, and testing. in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Linear Foot • 36. 1 Allow Electrical Service installation charges by Entergy and lightning protection review of electrical equipment installation by Bonded Systems, Ltd. or approved equivalent, reimbursement based on supplied invoices Thirty Five Thousand DOLLARS Zero CENTS $ 35,000.00 $ 35,000.00 Allowance * Do NOT extend unit prices or total out bid items. Show unit and lump sum prices in words and figures only. If case of discrepancy,the amount shown in words shall govern. All extensions and total prices shall be calculated by Owner and/or Engineer. Bidders calculated total bid amount is to be provided on the accompanying"BID OPENING"sheet. ADDENDUM No.2 D- 10 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: Highway 365 Force Main and Lift Station Improvements Bid No. P24-059 Owner: City of Port Arthur Bidder has examined copies of all the Contract Documents including the following Addenda,receipt of all of which is hereby acknowledged: Number: Date: Total Base Bid Amount (Items 1 —27) Name of Bidder ADDENDUM No. 2 D- 10 MIX SCHAUMBURG POLK, BID BREAKDOWN CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID No. P24-059 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 28 Existing Lift Station Remove and dispose existing pumping equipment, valves, a piping, steel platforms and stairs, aluminium hatch LS 1 cover,and all electrical equipment inside the drypit b Remove and salvage existing self priming pumps, piping, LS 1 valves and all electrical equipment c Clean and remove all sludge and debries from the existing LS 1 wetwell Demolish and dispose of the dry pit and wetwell top slab d and top of the walls, and cut holes in the bottom slabs per LS 1 Item 98 e Fill wetwell/drypit with select fill LS 1 TOTAL BID ITEM NO. 28 29 NEW LIFT STATION a Excavation and cement stabilized backfill LS 1 b Construct 12' X 12' RC wetwell, including bottom & top LS 1 slabs c New 60 HP 8"Submersible Pumps,with power cord EA 2 d Pump guide rail system EA 2 e Aluminum Hatch covers LS 3 f Excavation and cement stabilized backfill LS 1 Construct concrete 9.5' x 14' RC valve vault including g structural steel, grating, and 4"PVC drain pipes LS 1 h 8"Check valves EA 2 i 8"Gate valves EA 3 j 16"x8"Tee EA 3 k 8"90 degree bend EA 3 I 8"Cam-Lock EA 3 m 8"discharge piping wall supports EA 15 n 16"header piping pipe supports EA 3 o Air release valve EA 1 p 8"DI discharge piping LF 33 Painting all exposed metal surfaces including surface q preparation LS 1 r 6"PVC air vent with SS screen EA 1 s 24"x 24"access hatch EA 1 t Influent line connection to wetwell LS 1 u Coating of wetwell LS 1 ✓ Jib Crane LS 1 TOTAL BID ITEM NO.29 111 ADDENDUM No.2 D- 11 BID BREAKDOWN CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID No. P24-059 Bid item Description Unit Quantity Cost/Unit Item Amount 30 Site Improvements a Install 8"limestone driveway and parking area SY 250 b Provide and maintain SWPPP LS 1 Install 2"water line including hose bib, backflow preventer, c water meter, service line, connection to existing water line, LS 1 armor insulation d Surface restoration LS 1 e Repair of exsiting chain link fence LS 1 TOTAL BID ITEM NO.30 31 Electrical Pad a Site preparation, excavation, fill, foundation, and conduit LS 1 b Construct 6'x 14' reinforced concrete slab LS 1 c Electrical canopy LS 1 TOTAL BID ITEM NO. 31, 32 Electrical a Construct underground service LS 1 b Construct electrical rack and concrete pad c Furnish and install service equipment d Furnish and install automatic transfer switch LS 1 e Make connections to existing generator LS 1 • f Furnish and install lightning protection system LS 1 g Furnish and install pump control panel/equipment LS 1 h Furnish and install ultrasonic transducer EA 1 Furnish and install duct banks, conduit, conductors, cables LS 1 and j-boxes j Furnish and install site lighting LS 1 k Service Equipment LS 1 I Testing and start-up EA 1 TOTAL BID ITEM NO. 32 ADDENDUM No.2 D-12 SCOPE OF WORK CITY OF PORT ARTHUR Highway 365 Force Main and Lift Station Improvements Bid No. P24-059 A. GENERAL This contract shall provide for construction of a new sanitary sewer force main for the City of Port Arthur in Jefferson County, Texas. This contract shall include all necessary superintendence, labor, equipment, materials, safety measures, environmental protection, disposal of surplus items, site restoration, and all other related construction for the proposed construction. This contract provides for the installation of approximately 9,926 linear feet of new sanitary sewer force main. The proposed force main will extend from the existing Highway 365 lift station site to a proposed manhole to be installed on the existing 30" diameter gravity sanitary sewer line on the southwest side of West Port Arthur Road (Spur 93). This contract may also provide for the construction of a new submersible pump lift station at the existing Highway 365 lift station site. The contractor shall perform all work as indicated in the plans and specifications. B. SUMMARY OF WORK This contract includes, but is not limited to, the following: Force Main (BASE BID) 1. Contractor shall furnish and install approximately 362 linear feet of 16" PVC DR18 sanitary sewer force main. 2. Contractor shall furnish and install approximately 7,326 linear feet of 20" HDPE DR11 sanitary sewer force main. 3. Contractor shall furnish and install approximately 2,238 LF of 20" HDPE DR11 sanitary sewer force main installed by directional drilling. 4. Contractor shall furnish and install 355 linear feet of 24" x '/z" steel casing by jack and bore at the Spur 93, Union Pacific Railroad and LNVA canal crossing. 5. Contractor shall furnish and install 35 linear feet of 24" HDPE DR17 casing by boring at Texas Avenue. 6. Contractor shall furnish and install 40 linear feet of 24" HDPE DR17 casing by boring at Wilson Avenue. 7. Contractor shall furnish and install 40 linear feet of 24" HDPE DR17 casing by boring at Davis Avenue. ADDENDUM No. 2 SOW 1 of 3 SFI SCHAUMBURG HULK 8. Contractor shall furnish and install 110 linear feet of 24" x 1/4" steel casing by dry boring at Highway 365 crossing. 9. Contractor shall furnish and install air/vacuum valves including all appurtenances and manholes in accordance with the plans and specifications. 10.Contractor shall furnish and install 16" gate valves including all appurtenances and valve boxes in accordance with the plans and specifications. 11.Contractor shall furnish and install a 72-inch precast concrete manhole including ring and cover, with stainless steel rain inflow prevention device, on the existing 30" gravity sanitary sewer line and connect the proposed force main in accordance with the plans and specifications. 12.Contractor shall determine the horizontal and vertical location of existing pipelines that the force main will cross using hydro excavation methods (SUE Level A). Lift Station (ADDITIVE BID) 13.Contractor shall abandon the existing lift station including demolishing top slab, portion of the walls, remove/salvage self-priming pumps, piping, valves, electrical equipment, remove/dispose of sludge and debris, and backfill existing lift station, in accordance with the plans and specifications. 14.Contractor shall construct a new sanitary sewer lift station, including wet well, coating, top and bottom slabs, hatches, submersible pumps, pump rails, piping, fittings, valves, reinforced concrete valve box, grating, vent stack, and appurtenances, in accordance with the plans and specifications. 15.Contractor shall furnish and install all electrical equipment, controls, conduit and conductors, in accordance with the plans and specifications. 16.Contractor shall furnish and install a 6' x 14' reinforced concrete electrical pad and canopy, in accordance with the plans and specifications. 17.Contractor shall furnish and install a 60-inch precast concrete manhole, ring and cover, with stainless steel rain prevention device, in accordance with plans and specifications. 18.Contractor shall coat all exposed piping, including surface preparation, in accordance with the plans and specifications. 19.Contractor shall plug and fill approximately 30 LF of existing sanitary 27" sewer line in place with self-leveling flowable grout, in accordance with the plans and specifications. 20.Contractor to furnish and install a new 2" water service line, including hose bib, back flow preventer, water meter, and connection to the existing 12" water line, in accordance with plans and specifications. ADDENDUM No. 2 SOW 2 of 3 SCHAUMBURG POLK, 21.Contractor to provide site improvements and surface restoration, grading, and seeding, in strict accordance with the plans and specifications. 22.Contractor shall provide all bypass pumping and flow control as required to maintain sewer flow during construction, in accordance with plans and specifications. C. SPECIAL REQUIREMENTS 1. The Contractor shall pay close attention to the project schedule to ensure that the work is completed in a timely manner and the lift station can be place in operation without delays. 2. The Contractor shall contact Mrs. Jess Liao, P.E., Utility Engineer Manager (City of Port Arthur) at (409)983-8193 prior to starting any work within the project site. 3. The Contractor shall coordinate with Mrs. Jess Liao, P.E., Utility Engineer Manager (City of Port Arthur) at (409)983-8193 regarding salvaging of equipment or materials prior to disposal. 4. The City of Port Arthur 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. 6. Potable water service is not available at the site. It is the Contractor's responsibility to supply water. ADDENDUM No. 2 SOW 3 of 3 MIX SCHAUMBURG POUK, ITEM 500S- DUCTILE IRON PIPE FOR PRESSURE SERVICE 500.01 - GENERAL Furnish ductile iron pipe and fittings of size(s) shown on the Plans. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in sanitary sewer force mains. 500.02- MATERIALS A. Pipe. Manufactured and tested in accordance with AWWA C151/ANSI A21.51. Unless otherwise noted on Plans, pipe shall be Pressure Class 250. B. Fittings. Fittings shall be manufactured and tested in accordance with AWWA C110/ANSI A21.10. C. Joints. Joints shall be one of the following types or as shown on the plans: 1. Bell and spigot with confined elastomeric gasket (AWWA C-111/ANSI A21.11). 2. Mechanical joint (AWWA C-111/ANSI 21.11). 3. Flanged joint (AWWA C-115). D. Restrained Joints. Use one of three restraint methods. 1. Use mechanical joints at fittings. The mechanical joint restraint device shall be designed to fit standard mechanical joint bells with standard T head bolts conforming to ANSI/AWWA C111/A21.11 and ANSI/AWWA C153/A21.53 of latest revision. Glands shall be manufactured of ductile iron conforming to ASTM A 536-80 grade 60-42-10. 2. Manufactured restrained joint such as American Ductile Iron Pipe "Flex-Ring" or "Lok- Ring"joints. 3. Mechanical restraint system such as Megalug manufactured by EBAA Iron Sales, Inc. or equal. Joint restraint ring and its wedging components shall be made of grade 60-42-10 ductile iron conforming to ASTM A536-84. Wedges to be ductile iron heat treated to a minimum hardness of 370 BHN. Set screws shall be of hardened ductile iron and require the same torque in all sizes. Steel set screws are not permitted. E. Lining. The material used for lining the pipe and fittings must have a successful history of protecting pipe lines in sewer service. Lining to be one of the types specified below. Ceramic Epoxy. A high build multi-component Amine cured Novalac Epoxy lining. The standard of quality if Protector 401 Ceramic Epoxy. Any request for substitution must meet the following criteria and be accompanied. By 1. The permeability rating when tested according to Method A of ASTM E-99-66, Procedure A with a test duration of 42 days as reported by an independent laboratory. 2. A statement from the manufacture of the submitted material attesting to the fact that at least 20% of the volume of the lining contains ceramic quartz pigment. 3. A laboratory report containing test date for Immersion in Acids, Bases and Deionized Water at temperatures using ASTM-D 714-56 (1974) for the rating method. The report should also contain data ASTM D-4794 Direct Impact and ASTM-G 53-77 Moisture and Ultraviolet Light Exposure. 4. A statement concerning recoatability and repair to the lining. Miry500S-1 of 2 SCHAUMBURG POLK ITEM 500S- DUCTILE IRON PIPE FOR PRESSURE SERVICE Liquid applied polyurethane coating. The standard of quality is Corropipe II Wasteliner as manufactured by Madison Chemical Industries, Inc. Any request for substitution must supply data showing results or following test: 1. Adhesion to steel (Elometer), Hardness (ASTM D2240) 2. Adhesion to Ductile Iron (Elometer) 3. Hardness(ASTM D-2240) 4. Flexibility(ASTM D-522 5. Abrasion Resistance (ASTM D-4060 Taber CS-17) 6. Permeability(ASTM E-963 @ 15 mils 7. Resistance to Cathodic Disbondment (ASTM G8 (STP)) 8. Chemical Resistance (ASTM D-543) 9. Ultraviolet Resistance (Q.U.V.) High Build Epoxy Liner with ceramic filler. The standard of quality is Perma-Sheild PL Series 431 as manufactured by TNEMEC. Any request for substitution must supply data showing results or following test: 1. Adhesion (ASTM D4541) 2. Adhesion to Ductile Iron (Elometer) 3. Hardness(ASTM D-2240) 4. Abrasion Resistance (ASTM D-4060 Taber CS-17) 5. Resistance to Cathodic Disbondment (ASTM G8) 6. Chemical Resistance (NACE TM 01-74:2002) F. Coating Below Grade: Exterior of pipe shall be bituminous coating in accordance with ASTM A746. Provide polyethylene encasement, for burial installation, minimum of eight (8) mil thickness in accordance with AWWA C105. Above Grade: Exterior of pipe shall be shop primed and prepared to receive paint system per Item 600. 500.03- INSTALLATION. A. Trenching. To be in accordance with Item "Underground Construction". B. Pipe Zone Bedding. Provide Type 1, Type 2, Type 3 and Type 4 or Type 5 bedding as illustrated in this specification. C. Backfill Above Pipe Zone. To be in accordance with Item "Underground Construction". 500.04- MEASUREMENT AND PAYMENT Measurement and payment to be in accordance with bid items. Include cost in contract price bid for work of which this is a component part. 500S-2 of 2 SCHAUMBURG PULK, ITEM 502S -AWWA PVC PRESSURE PIPE FOR SANITARY SEWER USE 502.01 - GENERAL Furnish PVC pipe and fittings of size(s) shown on PLANS. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in sanitary sewer force mains. 502.02 - MATERIALS A. Pipe. Pipe shall consist of AWWA C900 Class 235 PVC (DR 18) for pipe from 4 inches to 36 inches and Class 200 PVC (DR 21) for pipe 42 inches and larger. Pipe shall be made from Class 12454A or 12454B virgin compounds as defined in ASTM D-1784 and conforming with the outside dimensions of cast iron pipe. Pipe shall be GREEN in color and shall be clearly labeled "FOR USE AS A SANITARY SEWER LINE" permanently stenciled on each joint of pipe. B. Fittings. Fittings shall be ductile iron manufactured and tested in accordance with AWWA C- 110/ANSI A21.10. C. Joints. Joints shall be of the bell and spigot type with confined elastomeric gasket meeting ASTM F477. Where restrained joints are noted on the plans, the gaskets shall have built in retainers that lock the pipe joint together when the pipe is belled. The restraints shall conform to FM 1612, and UNI Bell-B-13, and shall be as manufactured by Eagle LOC, RieberLOC, or equal. D. Detector Tape. For sanitary sewer force mains, install detector tape labeled "Pressurized Wastewater" continuously in 1 Y2"tall letter per TCEQ 217. 502.03 - INSTALLATION A. Trenching. To be in accordance with applicable underground piping technical specification contained herein. B. Pipe Zone Bedding. Install in accordance with ASTM D-2774, using well rounded sand or gravel with a maximum particle size of 1/2 inch. Hand tamp bedding material around haunches to a point twelve (12) inches above the top of pipe. C. Backfill Above Pipe Zone. To be in accordance with applicable underground piping technical specification contained herein. 502.04 - MEASUREMENT AND PAYMENT No separate payment. ADDENDUM No.2 SPI 502S- 1 of 1 SCHAUMBURG HULK, 1 ! /Pe' „ c.,"; , I '-i 1 , ..ct.., _ _ , .t. 1 ..-' . I I g I Ili I A * ,t4.„,.''4 1 1 1 z 11 -i I 9,1 I \ ; 111117`. 1 , ..11TA.3506 n ' ija.S.'Y Si * i 4 d A . Lia.....„....4.1.--, k li 'Flo, ! It' IsiliR P 1 . 1 - i VII 3 'i i 1 ; 1 2,.. I , iomY.10.61.2024 I ...ASBONN maw..68 IOPNIMEOBV J. I otomber JB '—'.5 OF 40 12 PROFILE[STA.0+00 TO 5+00] 12 e I. 10 — - - _ 10 /�'f a - a a _ _ 6 . . ©'. 4 l 4 2 '1" r.....� T _- _—_-..._ 2 Q a 0 I w..E,I,nE 0 -2I -2 I - li 4 :J)i ( / 4 i _6 i'i i -- -6 $ . I a 0 TO OPOSED 4NMOEE'i -10 E DEW SNEE1 29 -12 OPG A In ;rocxEw�i i p-13 12 ¢i`2w 1 STA 5rwt OIREcnanu 0rti_ 4 m S ££ 1 nZZ o r-� i I a �s s 3 ill: PROP 366 if OF& ®PROP.6 LE OF 1 3 '06'NODE pi1B GORGE YVn PROP.]65 V•OG 163 Pvt CRRIS GORGE unn OF�OPLOoF ! -20 ersZi- aloft .i s41.sRc Eswrrc0 JOAT _I V.oRECTon6< i. -20 ST.3483 -i ROP06EO TO la OEOREE RERO '._.-..,-,4 -22 oPE ro la mE«Ecron® ,r•-Y`z`.-.. -22 PRaP.BORE PR DATE 63113.6,2063. 9 -24 -24 nssmw § DAR"«b S. 7 -28 ll-26 ®m 0+00 1+00 2+00 3+00 4+00 5+00 N� 6 EF40 aauesr DISC rt.omw.._ 1 1° y\a .«.. ___ .. . 1PL g j' fTTPIOA VALVE ANCHOR TYPIpL FM-CABr uUMROLS (OUTSIOd PAVl[roxcNEMTrdI) 'Al)a .rr _ OE4EPN.N01ES n va wu ne zx `\ �` i \ti :, a /47", "`"""_‘-= I 1171t-17 ' 471111111 ---' I V 1 i 91 1 6. 011 1ts .s sv sz.s -z r gi !.A — aE NUSf MOCK. .4 " _ I u •• • t *1isi � i �� - \ - iyli iI \.VA,AA \,A VA V v =A ` AIOIIIIIMIIMIIMM ea.,AS SMATI S 0 PIPE THRUST BLOCK/NC J A,,g4/4,, (J�-CAST CONCRETE MANHOLE o®®n f STATION wu ...,29 aF 40 KINDERMORGAN Guidelines for Design and Construction near Kinder Morgan Operated Facilities Name of Company: Kinder Morgan Texas Pipeline The list of design,construction and contractor requirements, including but not limited to the following, for the design and installation of foreign utilities or improvements on Kinder Morgan Texas Pipeline(Company)right-of-way(ROW)are not intended nor do they waive or modify any rights Company may have under existing easements or ROW agreements. Reference existing easements and amendments for additional requirements. This list of requirements is applicable for Company facilities on easements only. Encroachments on fee property should be referred to the Land and Right-of-Way Department. Design • Company shall be provided sufficient prior notice of planned activities involving excavation,blasting, or any type of construction on Company's ROW to determine and resolve any location, grade or encroachment problems and provide protection of our facilities and the public before the actual work is to take place. • Encroaching entity shall provide Company with a set of drawings for review and a set of final construction drawings showing all aspects of the proposed facilities in the vicinity of Company's ROW. The encroaching entity shall also provide a set of as-built drawings showing the proposed facilities in the vicinity of Company's ROW. • Only facilities shown on drawings reviewed by Company will be approved for installation on Company's ROW. All drawing revisions that effect facilities proposed to be placed on Company's ROW must be approved by Company in writing. • Company shall approve the design of all permanent road crossings. • Encroaching entity shall, at the discretion of the Company, incorporate Heath ATI "sniffer"Gas Detection Units in the design of paved areas or"Green Belt"areas of Company ROW. The units shall be installed per Company Standard TYP-V-0100- B010—Gas Detection Unit for Pipelines Located under Asphalt or Concrete Parking Areas. • Any repair to surface facilities following future pipeline maintenance or repair work by Company will be at the expense of the developer or landowner. • The depth of cover over the Company pipelines shall not be reduced nor drainage altered without Company's written approval. • Construction of any permanent structure, building(s)or obstructions within Company pipeline easement is not permitted. • Planting of shrubs and trees is not permitted on Company pipeline easement. • Irrigation equipment i.e. backflow prevent devices, meters, valves, valve boxes, etc. shall not be located on Company easement. • Foreign line, gas, water, electric and sewer lines, etc., may cross perpendicular to Company's pipeline within the ROW, provided that a minimum of two (2) feet of vertical clearance is maintained between Company pipeline(s) and the foreign pipeline. Constant line elevations must be maintained across Company's entire ROW width, gravity drain lines are the only exception. Foreign line crossings below the Company pipeline must be evaluated by Company to ensure that a significant length of the Company line is not exposed and unsupported during construction. When installing underground utilities, the last line should be placed beneath all existing lines unless it is impractical or unreasonable to do so. Foreign line crossings above the Company pipeline with less than two (2) feet of clearance must be evaluated by Company to ensure that additional support is not necessary to prevent settling on top of the Company natural gas pipeline. • A foreign pipeline shall cross Company facilities at as near a ninety-degree angle as possible. A foreign pipeline shall not run parallel to Company pipeline within Company easement without written permission of Company. • The foreign utility should be advised that Company maintains cathodic protection on their pipelines. The foreign utility must coordinate their cathodic protection system with Company's. At the request of Company, foreign utilities shall install (or allow to be installed)cathodic protection test leads at all crossings for the purposes of monitoring cathodic protection. The Company Cathodic Protection (CP) technician and the foreign utility CP technician shall perform post construction CP interference testing. Interference issues shall be resolved by mutual agreement between foreign utility and Company. All costs associated with the correction of cathodic protection problems on Company pipeline as a result of the foreign utility crossing shall be borne by the foreign utility for a period of one year from date the foreign utility is put in service. Reference: O&M Procedure 204 Page 1 of 3 0M200-29 2016-05-01 KINDERMORGAN Guidelines for Design and Construction near Kinder Morgan Operated Facilities • The metallic foreign line shall be coated with a suitable pipe coating for a distance of at least 10-feet on either side of the crossing unless otherwise requested by the Company CP Technician. • AC Electrical lines must be installed in conduit and properly insulated. • DOT approved pipeline markers shall be installed so as to indicate the route of the foreign pipeline across the Company ROW. • No power poles, light standards, etc. shall be installed on Company easement. Construction • Contractors shall be advised of Company's requirements and be contractually obligated to comply. • The continued integrity of Company's pipelines and the safety of all individuals in the area of proposed work near Company's facilities are of the utmost importance. Therefore, contractor must meet with Company representatives prior to construction to provide and receive notification listings for appropriate area operations and emergency personnel. Company's on-site representative will require discontinuation of any work that, in his opinion, endangers the operations or safety of personnel,pipelines or facilities. • The Contractor must expose all Company transmission and distribution lines prior to crossing to determine the exact alignment and depth of the lines. A Company representative must be present. In the event of parallel lines, only one pipeline can be exposed at a time. • Company will not allow pipelines to remain exposed overnight without consent of Company designated representative. Contractor may be required to backfill pipelines at the end of each day. • A Company representative shall do all line locating. A Company representative shall be present for hydraulic excavation. The use of probing rods for pipeline locating shall be performed by Company representatives only, to prevent unnecessary damage to the pipeline coating. • Notification shall be given to Company at least 72 hours before start of construction. A schedule of activities for the duration of the project must be made available at that time to facilitate the scheduling of Company's work site representative. Any Contractor schedule changes shall be provided to Company immediately. • Heavy equipment will not be allowed to operate directly over Company pipelines or in Company ROW unless written approval is obtained from Company. Heavy equipment shall only be allowed to cross Company pipelines at locations designated by Company. Contractor shall comply with all precautionary measures required by Company to protect its pipelines. When inclement weather exists, provisions must be made to compensate for soil displacement due to subsidence of tires. • Excavating or grading which might result in erosion or which could render the Company ROW inaccessible shall not be permitted unless the contractor/developer/owner agrees to restore the area to its original condition and provide protection to Company's facility. • A Company representative shall be on-site to monitor any construction activities within 25-feet of a Company pipeline or aboveground appurtenance. The contractor shall not work within this distance without a Company representative being on site. Only hand excavation shall be permitted within a minimum of 18-inches (refer to state specific rules/regulations regarding any additional clearance requirements)of Company pipelines,valves and fittings. However, proceed with extreme caution when within three(3)feet of the pipe. • Ripping is only allowed when the position of the pipe is known and not within 10-feet of Company facility unless Company representative is present. • Temporary support of any exposed Company pipeline by Contractor may be necessary if required by Company's on-site representative. Backfill below the exposed lines and 12-inches above the lines shall be replaced with sand or other selected material as approved by Company's on-site representative and thoroughly compacted in 12-inches lifts to 95% of standard proctor dry density minimum or as approved by Company's on-site representative. This is to adequately protect against stresses that may be caused by the settling of the pipeline. Reference: O&M Procedure 204 Page 2 of 3 0M200-29 2016-05-01 KINDERMORGAN Guidelines for Design and Construction near Kinder Morgan Operated Facilities • No blasting shall be allowed within 1000-feet of Company's facilities unless blasting notification is given to Company including complete Blasting Plan Data. A pre-blast meeting shall be conducted by the organization responsible for blasting. Company shall be indemnified and held harmless from any loss, cost of liability for personal injuries received, death caused or property damage suffered or sustained by any person resulting from any blasting operations undertaken within 500-feet of its facilities. The organization responsible for blasting shall be liable for any and all damages caused to Company's facilities as a result of their activities whether or not Company representatives are present. Company shall have a signed and executed Blasting Indemnification Agreement before authorized permission to blast can be given. No blasting shall be allowed within 300-feet of Company's facilities unless blasting notification is given to Company a minimum of one week before blasting. (Note:covered above)Company shall review and analyze the blasting methods. A written blasting plan shall be provided by the organization responsible for blasting and agreed to in writing by Company in addition to meeting requirements for 500-feet and 1000-feet being met above. A written emergency plan shall be provided by the organization responsible for blasting. (Note:covered above) • Any contact with any Company facility, pipeline, valve set, etc. shall be reported immediately to Company. If repairs to the pipe are necessary,they will be made and inspected before the section is re-coated and the line is back-filled. • Company personnel shall install all test leads on Company facilities. • Burning of trash, brush,etc. is not permitted within the Company ROW. I Reference: O&M Procedure 204 Page 3 of 3 0M200-29 2016-05-01 Visit our webs ite at www.kennedyvatve.com KENNEDY VALVE FLOOR TYPE 40 KENNEDY VALVE PRESSURE RELIEF VALVE e ory ismu or IIGLSAI I.b+C 1 er eo e+nne a+u 0VVO.Nfr eno u+rn KENNEDY VALVE Size 4" Figure No. F-1493 Body Length- "L" - Inches 12 18 24 Weight Complete- Pounds 33 41 51 1. A RUBBER (EPDM)TO METAL SEAL IS ACCOMPLISHED 4 WHEN THE COVER IS IN THE CLOSED POSITION, METAL FACE IS COATED WITH EPDXY PAINT. 2. GROUND WATER PRESSURE CANNOT SEPARATE COVER OR GRATE FROM BODY. 3. COVER AND GRATE CAN BE REMOVED BY TURNING TO RIGHT OR LEFT AND LIFTING OUT. 4. THE COVER WEIGHS APPROXIMATELY 6 POUNDS AND STARTS TO OPEN AT A HEAD OF APPROXIMATELY 9"OF WATER. 5. IN ORDER FOR THE F-1493 FLOOR TYPE VALVE TO OP- ERATE CORRECTLY, IT MUST BE INSTALLED IN A VERTI- CAL POSITION. Updated 06/14/13 Kennedy Valve / Pressure Relief Valve 16-1 FLOOR TYPE PRESSURE RELIEF VALVES CROSS SECTION & PARTS LIST KENNEDY VALVE F-1493 7" Dia. 4 �����`\\ \�������� Cover — A Cast Iron /� � j/ Rubber 4 8"V . 4" Dia. / % 7" Dia. Om 8" Minimum �� �1 Body 24" Maximum Cast Iron GRATE #iiNAMIKSEMOSI Amisimmir 1 4 4 3/4" Dio. F-1493 Floor Type Pressure Relief Valve Floor Type Hydrostatic Relief Valve • pening • . . o. Q . . o.. • . • :o • ( V •o . C o.. 'O ' O , 0 . o -, •O • • o •• 0, e• O • a • ,,C o� Qo . o -� /% e ' o :o•.. o �,...� '. o 0 0 • . o • .'. • . 0 • - • 0, ► ed •o - • .o �• o. . ' o ' ' : • : e e A b A '• :• . Crushed Stone • ` I, A b e : . • Below Screen Sand Tamped in Place — t' • ' ' Updated 06/14/13 16-2 Kennedy Valve / Pressure Relief Valve SUGGESTED SPECIFICATIONS KENNEDY VALVE 4" FLOOR TYPE PRESSURE RELIEF VALVES KENNEDY VALVE Specifications Floor type hydrostatic pressure relief valve shall be designed for installing in the bottom of concrete tanks. The assembly shall consist of three parts: cover, body and grate. All three parts shall be of cast iron conforming to ASTM specifications A-126 Class B. They shall be designed so that neither the cover or grate can become separated from the body of the valve, due to groundwater pressure around the tank. However, when necessary, both may be easily removed by turning them to right or left to free them from locking lugs cast integrally on the inside of the body. The seats shall be of EPDM rubber, bonded to the cover, mating with an epoxy coated seat in the body. Floor type pressure relief valves shall be as manufactured by Kennedy Valve or approved equal. Updated 06/14/13 Kennedy Valve / Pressure Relief Valve 16-3 ADDENDUM NO. 3 September 9, 2024 TO CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 THIS ADDENDUM IS ISSUED FOR THE PURPOSE OF AMENDING THE PLANS AND CONTRACT DOCUMENTS 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. 3 in the space provided on the Bid Opening page. CONTRACT DOCUMENTS 1. Bid Proposal -The Bid Proposal is hereby revised. See attached. 2. Bid Breakdown -The Bid Breakdown is hereby revised. See attached. SPECIFICATIONS 1. Special Provision No. 1 to Item No.764-The Special Provision is hereby revised to amend paragraph 1 and paragraph 4. See attached. CIVCAST QUESTIONS Q23. Is there any subgrade stabilization required for the limestone drive/parking area at the lift station site? A23. See specification Item 106-Access/Construction/Utility Roads Q24. The bid breakdown mentions fence repairs to be included in bid item 28. Where are fence repairs required? Can you provide a quantity and details? A24. Fence repairs will include repairing any damage to the fence incidental to the force main and lift station construction. Q25. Per the bid breakdown there is supposed to be an electrical canopy at the electrical service pad (Bid Item 29). Is this required? If so please provide details, etc? A25. See the Lift Station Control Panel Elevation details on sheet 38 of the plans. Page 1 of 2 ADDENDUM NO. 3 September 9, 2024 Q26. Control panel drawing/electrical data and plan sheet for lift station indicate a triplex station for three pumps. The bid form requests pricing for (2) pumps and (2) rail systems. Please clarify if the job is to be bid for 3 pumps or for 2 pumps with provisions to add a third pump at a later date. A26. The bid shall include 3 pumps, see revised Bid Breakdown attached. Q27. Will Kerneos SewperCoat PG be accepted as an approved equal for the protective linings of the wet well surface and manholes? A27. See specification Item 602 —Protective Linings for Manholes, Boxes, and Wet Wells. ®ovea0' END ADDENDUM NO. 3 --le of * c -49*i i,e ' :*/ JEFFREY G. BEAVER e ofv. 60676 ffr y er, P.E. �^` s Of$T NG���r • 9-r z� Page 2 of 2 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price BASE BID ITEMS 1. 1 LS Mobilization, including payment bond, performance bond, insurance, & moving equipment to project; NOT TO EXCEED 4% OF TOTAL PROJECT BID for DOLLARS CENTS $ $ * Lump Sum FORCE MAIN IMPROVEMENTS 2. 362 LF 16" PVC Force Main - Furnish all labor, equipment, and material to install 16" C900 PVC DR 18 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, restrained joints, and labeled "FOR USE AS A SANITARY SEWER LINE", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 3. 7,326 LF 20" HDPE Force Main - Furnish all labor, equipment, and materials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 4. 2,238 LF 20" HDPE Force Main - Furnish all labor, equipment, and matrials to install 20" HDPE DR11 Sanitary Sewer Force Main, all depths by Directional Boring, including bore pits, excavation, backfill, compaction, surface restoration, testing, end seals and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No.3 I)- I BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 5. 355 LF Spur 93 / UPRR / LNVA Crossing - Furnish all labor, equipment, and materials to install a 24"x 1/2"steel casing by JACK AND BORE complete in place, including casing, bore pits, excavation, backfill,filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 6. 35 LF Texas Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 7. 40 LF Wilson Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 8. 40 LF Davis Avenue Crossing - Furnish all labor, equipment, and materials to install a 24" HDPE DR17 casing by BORING ONLY complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No.3 I)-2 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 9. 110 LF Highway 365 Crossing -Furnish all labor, equipment, and materials to install a 24" x 1/4" steel casing by DRY BORING, complete in place, including casing, bore pits, excavation, backfill, filling with low strength grout, casing spacers and end seals, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 10. 10 EA AirNacuum Valves - Furnish all labor, equipment, and materials to install an AirNacuum valve, complete and operable, including 4' diameter fiberglass manhole, saddle, ball valve, piping, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 11. 5 EA 16" Gate Valves - Furnish all labor, equipment, and materials to install 16" gate valve on the proposed force main pipe, complete and operable, including connection to 20" HDPE pipe, valve box, excavation and backfill, all in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 12. 1 EA Proposed 72" Manhole - Furnish all labor, equipment, and materials to install 72" diameter reinforced concrete sanitary sewer manhole, including excavation, backfill, coating, connections, ring & cover, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each ADDENDUM No.3 D-3 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 13. 1 LS Connect FM to Proposed 72" Manhole - Furnish all labor, equipment, and materials to connect force main to proposed manhole, including 20" HDPE DR11 pipe, 90 degree bends, Harvey adapters, tee fitting inside manhole, excavation, backfill, and surface restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 14. 1 EA Proposed 22 1/2 degree Bend - Furnish all labor, equipment, and materials to install a 22 1/2 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for 0 DOLLARS CENTS $ $ * Per Each 15. 3 EA Proposed 90 degree Bend - Furnish all labor, equipment, and materials to install a 90 degree bend on the proposed 20" HDPE force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 16. 1 LS Connect Proposed FM to Existing FM - Furnish all labor, equipment, and materials to connect the proposed 20" HDPE force main to the existing 14" force main, including 16" PVC tee fitting, 16" PVC 90 degree bend, 16" C905 PVC DR25 pipe, 16" x 14" MJ reducer, 20" HDPE x 16" PVC connections, excavation, backfill, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum ADDENDUM No.3 I)-4 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 17. 2 EA HDPE to PVC Connection - Furnish all labor, equipment, and materials to connect 20" HDPE to 16" PVC, including 20" x 16" reducer, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each MISCELLANEOUS IMPROVEMENTS 18. 1 Allow Material Testing - Provide material testing for all concrete and soils compaction, as approved by Engineer, all in strict accordance with plans and specifications, reimbursement based on supplied invoices Seven Thousand Five Hundred DOLLARS Zero CENTS $ 7,500.00 $ 7,500.00 Allowance 19. 5,180 SF Special Shoring - Furnish all labor, materials, and equipment to install special shoring as required for safety, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Square Foot 20. 1 LS Trench Safety Plan - Furnhish Trench Safety Plan as prepared and sealed by a Texas Registered Engineer, in accordance with the plans and specifications for 41 DOLLARS CENTS $ $ Lump Sum 21. 7,326 LF Trench Safety System - Furnish all labor, equipment, and materials for installation of trench safety protection for all excavations over five-feet deep, complete in place, including shoring, trench boxes, or other approved system, in accordance with the plans and specifications for DOLLARS CENTS $ $ Linear Foot ADDENDUM No.3 I)-5 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 22. 200 TON Additional Class I Embedment Material for wet trench construction, as directed by the Engineer (but not included in other bid items), furnished and installed, complete in place, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Ton 23. 200 TON Additional Cement Stabilized Sand, 1-1/2 sacks of cement per cubic yard sand, for supplemental backfill, as directed by Engineer (but not included in other bid items), furnished and installed, complete in place, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Ton 24. 1 LS Groundwater Control as approved by the engineer, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 25. 1 LS Storm Water Pollution Prevention - Furnish all labor, equipment, and materials to install and maintain the storm water pollution prevention system for the duration of the project, in accordance with the plans and specifications for DOLLARS CENTS $ $ Lump Sum 26. 44 EA SUE Level A- Furnish all labor, equipment, and materials to determine the horizontal and vertical location of the existing pipeline using hydro excavation methods, in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Each ADDENDUM No.3 I)-6 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 27. 1 ALLOW Miscellaneous Improvements - Allowance to furnish all labor, materials, and equipment necessary to perform all miscellaneous improvements, as directed by the Owner FIFTY THOUSAND DOLLARS ZERO CENTS $ 50,000.00 $ 50,0.00.00 Allowance ALTERNATE BID ITEMS 3A 7,326 LF 16" PVC Force Main - Furnish all labor, equipment, and material to install 16" C900 PVC DR 18 Sanitary Sewer Force Main, all depths, including excavation, backfill, compaction, surface restoration, testing, thrust blocks, and detector tape labeled "PRESSURIZED WASTEWATER", in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot 3B 12 EA HDPE to PVC Connection - Furnish all labor, equipment, and materials to connect 20" HDPE to 16" PVC, including 20" x 16" reducer, excavation and backfill, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 3C 4 EA Proposed 16" by 45 degree Bend - Furnish all labor, equipment, and materials to install a 45 degree bend on the proposed 16"force main, including excavation, backfill, surface restoration, thrust blocks, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each ADDENDUM No.3 I)-7 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price ADDITIVE BID ITEMS-LIFT STATION IMPROVEMENTS 28. 1 LS Existing Lift Station - Furnish all labor, material and equipment to abandon the existing lift station in place, including demolishing the top slab and portion of the walls, disassembling and removing all pumping equipment, piping, valves, steel platforms and stairs, electrical and controls, disposal of sludge and debris, and backfilling with select fill, in accordance with the plans and specifications for CENTS $ $ * Lump Sum 29. 1 LS New Lift Station - Furnish all labor, equipment and materials to construct a new submersible lift station, including new submersible pumps, pump guide rails, electrical connections, excavation, cement stabilized sand backfill, compaction, 12'x 12' RC wet well and coating, valve box, aluminum hatches, grating, piping, valves, fittings, bypass assembly, jib crane, surface preparation and painting of all exposed piping, influent line connection, and all necessary appurtenances to make the station complete and operable, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum Write-in the Name of the Pump Manufacturer included in Bid Item 29. 30. 1 LS Site Improvements - Furnish all labor, equipment, and materials for the proposed site improvements, including new limestone driveway and parking area, new water service line including freezeless yard hydrant and backflow preventer (armored insulated), water meter and box, connection to existing water line, site restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum ADDENDUM No.3 I)-8 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 31. 1 LS Electrical Pad - Furnish all labor, equipment, and materials to construct a 6' x 14' reinforced concrete electrical service pad, including excavation and backfill, foundation, electrical canopy and appurtenances, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 32. 1 LS New Electrical Equipment- Furnish all labor, equipment, and materials to construct new electrical underground service, electrical rack and concrete pad, service equipment, automatic transfer switch, connections to existing standby generator, lightning protection system, pump control equipment, site lighting, wiring devices, outlet and junction boxes, duct banks, conduit, conductors, and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Lump Sum 33. 1 EA New Manhole - Furnish all labor, equipment, and materials to install a new 5 ft diameter precast concrete sanitary sewer manhole, including excavation, cement stabilized backfill, connections, ring & cover, rain stopper, surface restoration and testing, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Each 34. 33 LF Influent line - Furnish all labor, equipment, and materials to install a new 27" PVC PS-115 gravity sanitary sewer from the new manhole to the new wet well, complete in place, all depths, including excavation, backfill, compaction, piping, fittings, testing, and surface restoration, in accordance with the plans and specifications for DOLLARS CENTS $ $ * Per Linear Foot ADDENDUM No.3 I)-9 BID PROPOSAL CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 Item Quantity Unit Description Unit Price Total Price 35. 77 LF 16" Force Main - Furnish all labor, equipment, and materials to install 16" diameter DI Force Main from the valve vault and connect to the proposed force main within the lift station site, all depths, including all fittings, excavation, backfill, compaction, surface restoration, thrust blocking, and testing. in accordance with the plans and specifications for DOLLARS CENTS $ $ Per Linear Foot 36. 1 Allow Electrical Service installation charges by Entergy and lightning protection review of electrical equipment installation by Bonded Systems, Ltd. or approved equivalent, reimbursement based on supplied invoices Thirty Five Thousand DOLLARS Zero CENTS $ 35,000.00 $ 35,000.00 Allowance * Do NOT extend unit prices or total out bid items. Show unit and lump sum prices in words and figures only. If case of discrepancy, the amount shown in words shall govern. All extensions and total prices shall be calculated by Owner and/or Engineer. Bidders calculated total bid amount is to be provided on the accompanying" BID OPENING"sheet. 1 ADDENDUM No.3 D- I0 BID BREAKDOWN CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID No. P24-059 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 28 Existing Lift Station Remove and dispose existing pumping equipment, valves, a piping, steel platforms and stairs, aluminium hatch LS 1 cover,and all electrical equipment inside the drypit b Remove and salvage existing self priming pumps, piping, LS 1 valves and all electrical equipment c Clean and remove all sludge and debries from the existing LS 1 wetwell Demolish and dispose of the dry pit and wetwell top slab d and top of the walls, and cut holes in the bottom slabs per LS 1 Item 98 e Fill wetwell/drypit with select fill LS 1 TOTAL BID ITEM NO. 28 29 NEW LIFT STATION a Excavation and cement stabilized backfill LS 1 Construct 12' X 12' RC wetwell, including bottom & top LS 1 b slabs c New 60 HP 8"Submersible Pumps,with power cord EA 3 d Pump guide rail system EA 3 e Aluminum Hatch covers LS 3 f Excavation and cement stabilized backfill LS 1 Construct concrete 9.5' x 14' RC valve vault including g structural steel, grating, and 4"PVC drain pipes LS 1 h 8"Check valves EA 3 i 8"Gate valves EA 3 j 16"x8"Tee EA 3 k 8"90 degree bend EA 3 I 8"Cam-Lock EA 3 m 8"discharge piping wall supports EA 15 n 16"header piping pipe supports EA 3 o Air release valve EA 1 p 8"DI discharge piping LF 33 Painting all exposed metal surfaces including surface g preparation LS 1 r 6"PVC air vent with SS screen EA 1 s 24"x 24"access hatch EA 1 t Influent line connection to wetwell LS 1 u Coating of wetwell LS 1 ✓ Jib Crane LS 1 TOTAL BID ITEM NO.29 ADDENDUM No.3 D- 11 BID BREAKDOWN CITY OF PORT ARTHUR,TEXAS HIGHWAY 365 FORCE MAIN AND LIFT STATION IMPROVEMENTS BID No. P24-059 Bid item Description Unit Quantity Cost/Unit Item Amount 30 Site Improvements a Install 8"limestone driveway and parking area SY 250 b Provide and maintain SWPPP LS 1 Install 2"water line including hose bib, backflow preventer, c water meter, service line, connection to existing water line, LS 1 armor insulation d Surface restoration LS 1 e Repair of exsiting chain link fence LS 1 TOTAL BID ITEM NO.30 31 Electrical Pad a Site preparation, excavation, fill, foundation, and conduit LS 1 b Construct 6'x 14'reinforced concrete slab LS 1 c Electrical canopy LS 1 TOTAL BID ITEM NO. 31 32 Electrical a Construct underground service LS 1 b Construct electrical rack and concrete pad c Furnish and install service equipment d Furnish and install automatic transfer switch LS 1 e Make connections to existing generator LS 1 f Furnish and install lightning protection system LS 1 g Furnish and install pump control panel/equipment LS 1 h Furnish and install ultrasonic transducer EA 1 Furnish and install duct banks, conduit, conductors, cables LS 1 and j-boxes j Furnish and install site lighting LS 1 k Service Equipment LS 1 I Testing and start-up EA 1 TOTAL BID ITEM NO.32 ADDENDUM No.3 D- 12 SPECIAL PROVISION NO. 1 TO ITEM NO. 764 The following information is provided as referenced in paragraph 764.03 INSTALLATION. 1. The performance for the proposed pumps shall be shall be as indicated herein. Pump No. Duty Point Secondary Duty RPM Impeller Maximum (Note 2) Points (Note 2) Size Motor Hp (Note 2) (Inches) (Note 3) P1,P2&P3 2250 gpm @ 1600 gpm @ 81 ft TDH 1150 15" 60 70 ft TDH 3000 gpm @ 54 ft TDH 2. Each pump & motor shall be suitable for operation by a variable frequency drive (VFD) to allow for speed adjustments. Supplier shall furnish pumps to meet the Duty Point condition, and best fit to the Secodary Duty Points conditions indicated. 3. Maximum motor horsepower is based on design of electrical systems. Pump manufacturer can supply smaller meeting conditions of specifications. 4. Acceptable manufacturers shall be Hydromatic Pumps (Model S8L), Myers Pumps (Model 8VL), or prior approved equivalent. 5. The manufacturer shall warrant the pumps being supplied to the Owner against defects in workmanship and materials for a period of 5 years under normal use and operation. Manufacturer warrants that the pump or components shall be replaced if damaged or defective in the normal use of the equipment (including labor and material costs). The warranty shall be supplied to the owner, in writing, during the submittal process. 6. The manufacturer must provide assurance to the owner that service personnel will respond and provide service within 24 hours of a pump malfunction notification.This assurance must be submitted to the owner, in writing, during the submittal process. ADDENDUM No. 3 ADDENDUM NO. 4 September 9, 2024 TO CITY OF PORT ARTHUR, TEXAS HIGHWAY 365 FORCE MAIN and LIFT STATION IMPROVEMENTS BID No. P24-059 THIS ADDENDUM IS ISSUED FOR THE PURPOSE OF AMENDING THE PLANS AND CONTRACT DOCUMENTS 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. 4 in the space provided on the Bid Opening page. CONTRACT DOCUMENTS 1. Advertisement For Bids-The bid opening date is hereby revised to Wednesday,September 25, 2024. Sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, September 25, 2024 and read aloud at 3:15 p.m., on Wednesday, September 25,2024 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,Texas for certain services briefly described as: Highway 365 Force Main and Lift Station Improvements, BID No. P24-059. END ADDENDUM NO. 4 5� c........ -*WAD P*• •*Oo JEFFREY G. BEAVERS r • l 60676 41 eff a aver, P.E. 7-7-24 Page 1 of 1