Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 19091: CITY OF PORT ARTHUR AND ALLCO LLC PORT ACRES WASTEWATER TREATMENT UPGRADES
1 -1 �s City of —_ P.R.No. 19091 �\ )10, 7/29/15 cs ort rthu — li Texas INTEROFFICE MEMORANDUM UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION Date: August 11, 2015 To: Brian McDougal, City Manager From: Jimmie Johnson, Ph.D., Director of Utility Operations RE: Proposed Resolution No. 19091 Nature of the Request: I recommend the approval of Proposed Resolution No. 19091 authorizing the execution of a contract with Allco, LLC of Beaumont, Texas, for the Port Acres Wastewater Treatment Plant Upgrades in Port Arthur, Texas, in the not to exceed amount of$2,686,183.75. These upgrades will also be a part of the compliance with TCEQ Agreed Final Judgment Order, D-1-GV-07- 001556. The following two bids were received on June 10, 2015, and the lowest responsive bid was submitted by Allco,LLC of Beaumont,Texas. Bidder Total Bid(Base & Supplemental Items) BDS Construction dba MK Constructors of Vidor, TX. $2,799,300.00 Allco,LLC. $2,686,183.75 Beaumont,TX StaffAnalysis, Considerations: City staff will assist with coordination of plant activities. Upon completion of this project, the City will accept the public improvements. Recommendation: I recommend City Council approve Proposed Resolution No. 19091 authorizing the execution of awarding the contract with Allco, LLC of Beaumont, Texas. Budget Considerations: This project will be funded through by a bond fund and charged through a City Account No. 429-1258-532.59-00, and Project No. CPA-496. P. R. No. 19091 7/29/15 cs RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND ALLCO, LLC OF BEAUMONT, TEXAS,FOR PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES, IN THE NOT TO EXCEED AMOUNT OF $2,686,183.75. ACCOUNT NO. 429-1258-532.59-00, PROJECT NO. CPA-496. WHEREAS, the Port Acres Wastewater Treatment Plant upgrades is necessary to enhance the quality of discharge into the waterways and compliance with the TCEQ as per discharge permit; and, WHEREAS, Purchasing advertised for bids with three bids being received on June 10, 2015; and, WHEREAS, the lowest responsive bid was submitted by Allco, LLC of Beaumont, Texas, (bid tabulation with descriptions of items attached hereto as Attachment "A"); and, WHEREAS, Arceneaux Wilson & Cole, LLC., of Port Arthur, Texas, reviewed and recommended the award of the contract to Allco, LLC of Beaumont, Texas. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, THAT,the City Manager of the City of Port Arthur is hereby authorized and directed to execute a contract with Allco, LLC of Beaumont, Texas, in substantially the form as attached hereto as Attachment"B", for the Port Acres Wastewater Treatment Plant upgrades P.R. No. 19091 7/29/15 es Page 2 of 3 in Port Arthur, Texas, in the not to exceed amount of$2,686,183.75; and, THAT, said funding for this contract is being provided through a bond fund; and, THAT, such funds shall be used only to make payments as required under this contract; 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 ,2015 at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor ; Councilmembers ; NOES: P.R. No. 19091 07/29/15 es Page 3 of 4 Debris Prince Mayor ATTEST: APPROVED AS TO FORM: Sherri Bellard Valecia Ti 'o City Secretary City Attorney APPROVED FOR ADMINISTRATION: 40‘..1°tkji , Brian McDougal Clifton Williams Cit . ager Purchasing Manager Jim ie Johnson, Ph.D. Director of Utility Operations APPROVED FOR FUNDING: Jerry a_e, PA Interim Director of Finance ATTACHMENT A (Arceneaux Wilson & Cole, LLC. Recommendation of Award of Contract) • ARCENEAUX WILSON & COLE LLC A cen eaux Wilson & Cole-- - .. AWCEngineering • Surveying • Planning June 30, 2015 Dr. Jimmie Johnson Director of Utilities City of Port Arthur 444 Forth Street Port Arthur, Texas 77640 RE: RECOMMENDATION OF AWARD OF CONTRACT Port Acres Wastewater Treatment Plant Upgrades AWC Job No. CPA-496 Dear Dr. Johnson: On June 10, 2015 the City of Port Arthur received two (2) sealed bids for Port Acres Wastewater Treatment Plant Upgrades in Port Arthur, Texas. The bids were opened at 3:15 pm and the results read aloud in the public bid opening. The bids were checked for errors and tabulated. All Bidders acknowledged receipt of Addenda No.1 through 3. All Bidders also submitted proof of Bid Surety and Statements of Bidders Qualifications with their bids as required. No substitutions were submitted. Bids include two alternate bid items for alternate paving options. It was found that ALLCO, LLC of Beaumont, Texas submitted the lowest responsive Total Amount Bid in the amount of $2,686,183.75. This Total Amount Bid includes Total Base Bid and Supplemental Bid Items per the City's request. Neither of the alternate bid items is considered in this recommendation. A copy of the certified Bid Tabulation is enclosed for your information. We have worked with ALLCO, LLC on projects in the past and have been pleased with the quality of work performed by the contractor. Based on our past working history with the contractor we recommend that the City of Port Arthur award the contract for Port Acres Wastewater Treatment Plant Upgrades to ALLCO, LLC on the basis the (409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642 www.awceng.corn Dr. Jimmie Johnson June 30, 2015 Arceneau• Wilson & Cole-- - - - - A' Engineering rveying Planning lowest responsive Total Amount Bid in the amount of $2,686,183.75. Should you have any questions or require additional information, please contact our office. Very truly yours, ARCENEAUX WILSON & COLE LLC CONSULTING ENGINEERS, INC. TEXAS REGISTERED ENGINEERING FIRM F-16194 Calvin D. Prosen, PE Sr. Project Manager Attached: Bid Tabulation CC: Mr. John Tomplait — City of Port Arthur Mr. Clifton Williams — City of Port Arthur ALLCO, LLC PAGE 2 • • A,ceneaua Wilson •\Col• AVVC ..`rt,,�;a�„,„„.y;,` BID TABULATION , For The PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES To Serve The City of Port Arthur Job No.: CPA-496 BID OPENED: June 10, 2015 at 3:15 P.M. ALLCO MK CONSTRUCTION P.O. BOX 3684 2485 NORTH ST BEAUMONT, TX 77704-3684 VIDOR, TX 77662 Item Approx. Units Description of Item with Unit Price Unit Price Amount Unit Price Amount Qty. Written in Words BASE BID ITEMS 1 1 LS Mobilization, Bonding & Insurance Costsall in strict $70,000.00 S70,000.00 S110,000.00 $110,000.00 accordance with the plans and specifications for 2 1 LS Furnish and Install Port Acres Wastewater Treatment Plant Improvements $1,716,690.25 $1,716,690.25 $1,940.000.00 S1,940,000.00 3 1,200 CY Sludge Removal & Disposal from the Existing (Original) $381.91 $458,292.00 $295.00 $354,000.00 Aeration Basin 4 640 CY Sludge Removal & Disposal from the Existing Digester $350.58 $224,371.20 $295.00 $188,800.00 Basin 5 1 LS Design of Trench Safety Systems 5850.00 $850.00 $1,000.00 $1,000.00 6 2,000 LF Trench Safety Systems All Depths $2.50 $5,000.00 S1.00 $2,000.00 7 1.000 SF Special Shoring.All Depths $2.75 $2,750.00 S1.00 $1,000.00 8 1 LS Implementation,Execution,NOl/NOC for SWPPP $4,293.70 $4,293.70 $1,500.00 51,500.00 9 1 LS Inspections for SWPPP(to be paid as percent of completion) $3,936.60 $3,936.60 $1.000.00 51.000.00 SUBTOTAL BASE BID$ $2,486,183.75 $2,599,300.00 SUPPLEMENTAL BID ITEMS 10 1 Allow. Allowance to be Used for Additional Materials for Owner $50,000.00 $50,000.00 S50,000.00 $50,000.00 Supplied Equipment on the project 11 1 Allow. Allowance to be Used for Replacement Materials for Owner $50,000.00 $50,000.00 $50,000.00 $50.000.00 Supplied Equipment on the project 12 1 Allow. Contingency Allowance to be Used for field changes as 5100.000.00 $100,000.00 $100,000.00 5100.000.00 required for unforeseen conditions SUBTOTAL SUPPLEMENTAL BID ITEM(S)$ $200,000.00 $200,000.00 ALTERNATE BID ITEM(S) 13 1 LS Alternate No.1 -Furnish and Install HMAC Flex Base Paving $233,000.00 $233,000.00 $254,000.00 $254,000.00 and Subgrade Preparation(Lime Stabilization) 14 1 LS Alternate No.2-Furnish and Install HMAC Flex Base Paving S207.000.00 $207,000.00 $198,000.00 $198,000.00 and Subgrade Preparation(Geogrid) SUBTOTAL ALTERNATE BID ITEM NO.1 $ $233,000.00 $254,000.00 SUBTOTAL ALTERNATE BID ITEM NO.2$ $207,000.00 $198,000.00 TOTAL AMOUNT BID(BASE&SUPPLEMENTAL BID ITEMS) $2,686,183.75 $2,799,300.00 TOTAL AMT.BID(BASE,SUPPLEMENTAL ITEMS&ALT. ITEM NO.1) $2,919,183.75 $3,053,300.00 TOTAL AMT.BID(BASE,SUPPLEMENTAL ITEMS&ALT. ITEM NO.2) $2,893,183.75 $2,997,300.00 N. ARCENEAUX WILSON & COLE LLC ?�� of rF+ TEXAS REGISTERED ENGINEERING FIRM i s' 4,• �, ��111, * 16194 * *,• �� •,*#0 0 CALVIN D. PROSEN ca..: f� 0titoe. 70405 ,•��L ate-L--- 06/16/2015 1I��•Skt,�GisTe-•••••• Calvin D. Prosen, P.E. ATTACHMENT B (Allco, LLC Contract) CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES to Serve CITY OF PORT ARTHUR PORT ARTHUR, TEXAS [Non-Federally Funded Project] JOB NO. CPA-496 CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS APRIL LUIS lL n nn.I %t• OF rF gll i*. ) -*�l /*. .* CALVIN D. PROSEN /01'���P• 70405 O T� �O ?iii (44 6.414-4, 04/22/2015 TEXAS REGISTERED ENGINEERING FIRM F-16194 ARCENEAUX WILSON&COLE LLC Engineers * Surveyors * Planners PORT ARTHUR, TEXAS CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES to Serve CITY OF PORT ARTHUR PORT ARTHUR, TEXAS JOB NO. CPA-496 TABLE OF CONTENTS A. STANDARD FORM OF AGREEMENT FOR OWNER-CONTRACTOR B. ADVERTISEMENT AND INVITATION FOR BID C. INSTRUCTION TO BIDDERS FOR CONSTRUCTION D. BID E. BID BOND F. GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION G. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE H. SUPPLEMENTAL GENERAL CONDITIONS I. PAYMENT BOND J.. PERFORMANCE BOND K. NOTICE OF AWARD L. NOTICE TO PROCEED M. INSURANCE N. TECHNICAL SPECIFICATIONS SCOPE OF WORK ITEM NO. A2001 — CLEARING AND GRUBBING ITEM NO. A2002 - SITE GRADING ITEM NO. A3002 — COMPACTED SAND FILL UNDER STRUCTURES TOC—1 of 2 CPA Non-Federally Funded Rev. 1 ITEM NO. B1001 - CONCRETE ITEM NO. B2001 - CONCRETE STRUCTURES ITEM NO. B3001 - REINFORCING STEEL ITEM NO. B3005 - CONCRETE CONSTRUCTION ITEM NO. B3007 - MISCELLANEOUS METALS ITEM NO. C3001 - PAINTING AND PROTECTIVE COATING ITEM NO. C3007 - SEALANTS ITEM NO. E1304 - HORIZONTAL CLOSED COUPLED END SUCTION CENTRIFUGAL PUMPS ITEM NO. F1012 - SLUDGE COLLECTOR EQUIPMENT ITEM NO. H1001 - DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS ITEM NO. H1103 - RESILIENT SEATED GATE VALVES 2" THROUGH 10" FOR WATER SYSTEMS - RISING STEM, NON-BURIED ITEM NO. H1105 - SWING-CHECK VALVES ITEM NO. H3005 - STEEL PIPE, ABOVE GROUND ITEM NO. J1002 - POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS ITEM NO. J1003 - POLYVINYL CHLORIDE (PVC) WATERLINE PIPE (4"-12") ITEM NO. J1005 - HIGH DENSITY POLYETHYLENE (HDPE) PIPE ITEM NO. J2001 - CONSTRUCTION OF UNDERGROUND LINES ITEM-NO. J2003 - HYDROSTATIC TESTING OF PRESSURE LINES ITEM NO. J2005 - LOW PRESSURE AIR TEST - SANITARY SEWER LINES ITEM NO. J3006 - CEMENT - STABILIZED SAND BACKFILL ITEM NO. J3024 - BANK SAND BACKFILL ITEM NO. J3045 - TRENCH EXCAVATION AND SHORING SAFETY PLAN ITEM NO. K3001 - CEMENT-STABILIZED CRUSHED STONE BASE ITEM NO. K3015 - FLEXIBLE BASE, CRUSHED STONE ELECTRICAL SCOPE ITEM NO. 900 - ELECTRICAL BASIC MATERIALS AND METHODS SPECIAL PROVISIONS Special Provision No. 1 to Item E1304 Special Provision No. 1 to Item F1012 APPENDICES APPENDIX A - Request for Time Extension APPENDIX B - Qualification Statement APPENDIX C - Geotechnical Reports APPENDIX D - Sanitaire Submittal & Shipping Tickets TOC-2 of 2 Rev. 1 CPA Non-Federally Funded SECTION A CONSTRUCTION CONTRACT AGREEMENT CONSTRUCTION CONTRACT AGREEMENT [Non-Federally Funded Projects] THIS AGREEMENT,made this day of , 20 , 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 , a , herein acting by and through , hereinafter called"CONTRACTOR". WITNESSETH: That for and in consideration of the payments, terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence and complete the PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES. 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 be substantially complete the same within 270 consecutive calendar days with final completion within 300 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$ 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 (E) BID BOND (F) General Conditions (G) Labor Classification and Minimum Wage Scale (H) Supplemental General Conditions (I) Payment Bond (J) Performance Bond (K) Notice of Award (L) Notice to Proceed (M) Insurance (N) Specifications prepared or issued by Arceneaux Wilson & Cole LLC dated April 2015. A-1 Drawings prepared by Arceneaux Wilson & Cole LLC numbered 1 through 23 , dated April 2015 . Addenda: No._dated ,20_. No. dated ,20_. No. dated ,20_. 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: CITY OF PORT ARTHUR BY: CONTRACTOR: NAME: TITLE: BY: NAME: ADDRESS: [CORPORATE SEAL] ATTEST: NAME: A-2 SECTION B ADVERTISEMENT FOR BIDS CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed proposals, addressed to the CITY OF PORT ARTHUR, will be received at the office of the City Secretary located on the 4th Floor of City Hall, 444 4th Street, Port Arthur, Texas, until 3:00 p.m. on Wednesday, May 27, 2015, and all bids received will thereafter be opened and read aloud at 3:15 p.m. on Wednesday, May 27, 2015, at City of Port Arthur City Hall 444 4th Street, 5th Floor Council Chamber, Port Arthur, Texas, for the construction of PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES to Serve THE CITY OF PORT ARTHUR. Any bid received after closing time will be returned unopened. A Cashier's check, or Certified Check, payable without recourse to the order of the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas, in an amount not less than five percent (5%) guarantee that, if awarded the Contract, the bidder will promptly enter into a Contract and execute Bond in the forms provided as outlined in the Specifications and instructions to Bidders. Copies of the PLANS AND SPECIFICATIONS and other CONTRACT DOCUMENTS are on file at the following locations: CITY OF PORT ARTHUR Public Works Department or Shawna Tubbs, CPPO, CPPB, Purchasing Manager 444 4TH Street Port Arthur,Texas 77640 ARCENEAUX WILSON &COLE LLC 2901 Turtle Creek Drive, Suite 320 Port Arthur, Texas 77642 THE ASSOCIATED GENERAL CONTRACTORS 5458 Ave. A Beaumont, Texas 77705 Please contact the office of Arceneaux Wilson & Cole LLC for instructions on how to obtain copies of the Bid/Contract Documents at: (409) 724-7888. The following bonds, each in the amount of one hundred percent (100%) of the Contract price, will be required in accordance with State law as follows: (1) a payment bond for any contract in excess of Fifty Thousand Dollars ($50,000.00); (2) a performance bond for any contract in excess of One Hundred Thousand Dollars ($100,000.00). Attention is called to the fact that this is a Contract for construction of public works and that there must be paid on same not less than the general prevailing wage rates which have been established by the City of Port Arthur, Texas, pursuant to Chapter 2258 of the Texas Government Code, as amended and which are set out in detail in the Contract Documents. The CONTRACTOR shall forfeit as a penalty, B-1 to the City of Port Arthur, Sixty Dollars ($60.00) for each laborer, workman or mechanic employed, for each calendar day, or portion thereof, if such laborer, workman or mechanic is paid less than the said stipulated rates for any work done under this Contract. The Davis-Bacon Act* is applicable to this Contract, and the prevailing wage rates established pursuant to said Act are made a part of this Contract. A copy of such current wage schedule is included in the Contract Documents and any applicable change in such wage schedule shall be furnished and Equal Employment Opportunity requirements must be met. CONTRACTOR'S attention is also directed to the equal opportunity requirements of this Contract: Title VI, Sec.3 and E.O. 11246. This Contract is issued by an organization which qualifies for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise and Use Tax Act as codified in Chapter 151 of the Texas Tax Code. Because of the Amendments to Section 151.311 of the Tax Code made by Section 14.07 of Chapter 5 (House Bill No. 11), 72nd Leg., 1st C.S., Acts 1991 at 188, in order for non- consumable materials and equipment to qualify for resale to the City of Port Arthur and be exempt from sales tax,the contract and bids must comply with the following requirements. The bid and contract must separately identify: (1) the charges for non-consumable materials and equipment that are permanently incorporated into the project, and (2) charges for skill, labor and consumable materials, tools and equipment that are permanently incorporated into the project. Bidders are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the separated contract procedure. The City of Port Arthur will issue to the CONTRACTOR a specific exemption certificate for this Contract in order that he does not have to pay taxes on qualifying materials, equipment, or other tangible personal property purchased for and permanently incorporated into the City of Port Arthur realty in performing this Contract. The CONTRACTOR performing this contract must issue to his suppliers an exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City. Lump-sum contracts, in which the above referenced charges are not separated, do not qualify for the sales and use tax exemption. Attention is directed to the liquidated damages provision of this Contract (Paragraph No. 54 of the General Conditions) and the fact that rainy weather shall constitute justification for any delay in the time for completion only under certain conditions. B-2 Si3OZ `06 AeW - }uawas!}Janpy puZ 9;0Z `E AeIN - }uawas!panpy bas }a egLZ § '•O•s•l Ob}e puno;s!}ay uooe8-s!nea,, ie6eueiN 6u!seuarnd 8dd0 `OddO'sggnl eumeLS lsl :A9 If1H121V T0d dO .1110 3H1 •seq!leWJo}u! an!em o} pue spq Ile pue/ue}aafa. o}}u6u ay}senJasGJ inu}iy pod 40/}!O aul }!O ay}o}suo!fe6!lgo 91! u! saeaue ui si leg}Auedwoo/ue o}}aea}uoo e Penne;ou !legs l!ouno0 /}!O ay} `aaueu!pa0 to apoo s,inu}Jy pod 40 /}!O eq}to (o)Z9Z-Z uo!}aas 'IA ela!PV `Z Jeldeu0 aad "0P9LL Xl `anyl1V Pod `;aaa;S ,,,fr 171717 `sieguiey0 I!auno0 aoold 4!g `!ley";!O anquv mod Jo A;10 eq; ;e W b'06 ;e 91.0Z `bb ileal `Aepsrngl :NO 30N3213dN00 a18-31d 112i01daNVIN 3H1 0N311V 01 a3211f1bal 38 TIVHS S213aa18 11V '52130018 01 NOI1VW210dN1 3H1 dO (30N3213dN00 018-32Id) 91. 1N311 Al1VIO3dS3 '018 JNI111W8fS 3210d38 SIN3Wf1000 10V 1N00 lid 0y321 Ol a3N011flVO SI 2130018 .aoueJa}uo0 uo!}anu}suo0-aad pue}}e o} paa!nbai eq Ileus Jepp18 In;ssaaans 'paeooid o}aa!}ou e u! Jngpv Pod 40/1!0 ay}/q pe!}!cads eq II!nn}aafoad uae3 }aafoid S30V21Odf1 1Ndld 1N31A11V3211 2131VM31SVM S3210V 121Od e Jo;s! }aea}uo0 s!ul S113aa19 01 NOI1VW21OlNI O N01133S 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 Pleasure Island Commission,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 C-1 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. 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 ten(10)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 ten(10) 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 ten(10)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 C-2 Texas, unless otherwise permitted by OWNER. The CONTRACTOR shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this Contract, whether the operations be himself or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable of the following types and limits (No insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount[or specific formula for determining a specific dollar amount] aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance). 1. Standard Worker's Compensation Insurance (with waiver of subrogation in favor of the City of Port Arthur,Arceneaux Wilson& Cole LLC,its officers,agents&employees). (City of Port Arthur and Contractor and all persons providing services shall comply with the workers compensation insurance requirements of Section 406.096 of the Texas Labor Code and 28 TAC Section 110.110,a copy of which is attached hereto and is hereby incorporated by reference). 2. Commercial General Liability occurrence type insurance. No. "XCU" RESTRICTIONS SHALL BE APPLICABLE. Products/completed operations coverage must be included,and City of Port Arthur, 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. C-3 b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per for bodily injury and $100,000 per occurrence four 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). 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 C-4 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. 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 Pleasure Island Commission and be exempt from sales tax. Any Bidder may elect to exclude this sales tax from his bid.The bid and contract,however, must separately identify the charges for(1)non-consumable materials and equipment that are permanently incorporated into the project and (2) charges for skill, labor and consumable materials,tools and equipment which are not permanently incorporated into the project. This statement shall be included in and made part of the Contract. CONTRACTORS are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the exemption provisions and the separated Contract procedure. The City of Port Arthur will issue a specific exemption certificate for a separated Contract to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and equipment purchased for and permanently incorporated into the City of Port Arthur project. The CONTRACTOR performing this Contract must issue to his suppliers an exemption C-5 certificate in lieu of the tax, said exemption certificate complying with all applicable State Comptroller's rulings, along with a copy of the certificate issued to him by the City of Port Arthur. The OWNER will make no further allowance for and will make no price adjustment above or below the originally bid unit prices on account of this tax. It shall be the CONTRACTOR'S sole responsibility, if CONTRACTOR has elected to exclude the sales tax from the bid,to comply with the aforementioned Rulings and with any other applicable rules,regulations or laws pertaining to the Texas Limited Sales, Excise and Use Tax which may now or at any time during the performance of this Contract be in effect, and the OWNER shall have no responsibility for any sales or use tax which the CONTRACTOR may be required to pay as a result of CONTRACTOR'S failure or the OWNER'S failure to comply with said rules, regulations or laws,or as the result of the performance of the Contract or any part hereof by the CONTRACTOR. Bidders are cautioned that materials which are not permanently incorporated into the work (Example:Fuel,lubricants,tools,forming materials,etc.)are not eligible for exemption and are not to be included in the statement as "Non-Consumable Materials and Equipment". 8. FINANCIAL STATEMENT AND EXPERIENCE RECORD The Bidder will, upon request by the OWNER, furnish such information and data as OWNER may request to determine ability of the Bidder to perform the work, including, without limitation,a list of all jobs completed in the last 24 months giving name of OWNER, amount 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(fax or email)to the Architect/Engineer, not later than close of business seven(7)days prior to 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 close of business seven(7) days 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 C-6 of the bid. The right is reserved to reject any or all Proposals and to waive technical defects, as the interest of the OWNER may require. A Bidder may withdraw his Proposal before the expiration of the time during which a Proposal may be submitted,without prejudice to himself,by submitting a written request for its withdrawal to the officer who holds it. 11. TIME OF COMPLETION Attention is directed to the requirement that each Bidder specify in his Proposal the time in which he will agree to complete the work.The time required for completion of the work will be a consideration in the determination of the successful Bidder. Unless otherwise specified, Bidder must state time in consecutive calendar days, including, but not limited to, all Saturdays, Sundays, and Federal, State and Pleasure Island Commission holidays. 12. SUBSTITUTIONS Where materials or equipment are specified by a trade or brand name,it is not the intention of the OWNER to discriminate against an equal product of another manufacturer,but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. 13. LAWS All applicable laws, ordinances and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. 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 Ten percent(10%), (five percent(5%) if the total contract exceeds Twenty-five-Thousand Dollars [$25,000]) 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 C-7 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 be required to attend the Pre-Bid Conference outlined in page C-9 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 MANDATORY PRE-BID CONFERENCE between the Engineer, Representatives of the Pleasure Island Commission,and prospective bidders will be held at: 10 AM, on Thursday, May 14, 2015, at the City of Port Arthur City Hall 444 4th Street, 5th Floor Council Chambers, Port Arthur, Tx 77640. The purpose of the MANDATORY PRE-BID CONFERENCE is to make certain that the scope of work is fully understood,to answer any questions,to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting,but subsequent thereto,the Engineer,if necessary,will issue an addendum(s)to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the MANDATORY PRE-BID CONFERENCE will be rejected and returned unopened to the Bidder. C-8 SECTION D BID BID TO: CITY OF PORT ARTHUR 444 4TH STREET P.O. BOX 1089 CITY OF PORT ARTHUR,TEXAS 77640 Proposal of (hereinafter called "BIDDER"), organized and existing under the laws of the State of , doing business as * , and acting by and through to the CITY OF PORT ARTHUR, Port Arthur,Texas (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES, in strict accordance with the Contract Documents, within the time set forth in the Notice to Proceed, and at the prices stated below, and Bidder shall enter into Contract for same within the time specified in Contract Documents. By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this Contract on or before a date to be specified in the Notice to Proceed and to substantially complete the PROJECT within 270 consecutive calendar days and fully complete the PROJECT within 300 consecutive calendar days specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as liquidated damages, the sum of$500 for each consecutive calendar day thereafter, including but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Section 51 of the General Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: *Insert "a corporation," "a partnership," or "an individual" as applicable. BIDDER agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: D-1 BID SCHEDULE Approx. Description of Item with Unit Price Item Qty. Units Written in Words Unit Price Amount BASE BID ITEMS 1. 1 LS Mobilization, Bonding & Insurance Costs, including payment bond, performance bond, insurance, all in strict accordance with the plans and specifications for Dollars& Cents. Per Lump Sum $ $ 2. 1 LS Furnish and Install Port Acres Wastewater Treatment Plant Improvements including all superintendence, labor, design, materials, fabrication, equipment, installation, repair existing roadway to like or better condition (no HMAC Flex Base in Base Bid), site grading, etc. for a Complete in Place installation for all work in Plans, Specifications, and Scope of Work except as included in other bid items, all in strict accordance with the plans and specifications for Dollars & Cents. Per Lump Sum $ $ 3. 1,200 CY Sludge Removal & Disposal from the Existing (Original) Aeration Basin including removal, dewatering, transport and disposal at the City of Port Arthur Landfill, Complete, all in strict accordance with the plans and specifications for Dollars& Cents. Per Cubic Yard 4. 640 CY Sludge Removal & Disposal from the Existing Digester Basin including removal, dewatering, transport and disposal at the City of Port Arthur Landfill, Complete, all in strict accordance with the plans and specifications for Dollars & Cents. Per Cubic Yard $ $ D-2 Approx. Description of Item with Unit Price Item Qty. Units Written in Words Unit Price Amount 5. 1 LS Design of Trench Safety Systems, Complete, all in strict accordance with the plans and specifications for Dollars & Cents. Per Lump Sum $ $ 6. 2,000 LF Trench Safety Systems, All Depths, Complete in Place, all in strict accordance with the plans and specifications for Dollars & Cents. Per Linear Foot $ $ 7. 1.000 SF Special Shoring, All Depths, Complete in Place, (to be paid based on outside dimensions of actual structure) all in strict accordance with the plans and specifications for Dollars & Cents. Per Square Foot $ $ • 8. 1 LS Implementation, Execution, NOI/NOC for ____C SWPPP, all in strict accordance with the plans J and specifications for . \ Dollars & Cents. Per Lump Sum $ $ 9. 1 LS Inspections for SWPPP (to be paid as percent of completion), all in strict accordance with the plans and specifications for Dollars & Cents. Per Lump Sum $ $ SUBTOTAL BASE BID $ L fro, r„^l r i f , t 1 Q.A,:` , u" �t r� :I / Lnk k �,. �/ D-3 Approx. Description of Item with Unit Price Item Qty. Units Written in Words Unit Price Amount SUPPLEMENTAL BID ITEMS 10. 1 Allow. Allowance to be Used for Additional Materials for Owner Supplied Equipment on the project for piping/fittings/etc.; gates; to be approved by City or Engineer before purchase and paid for at invoice price only, all in strict accordance with the plans and specifications for, Fifty Thousand Dollars & Zero Cents. Per Allowance $ 50,000.00 $ 50.000.00 11. 1 Allow. Allowance to be Used for Replacement Materials for Owner Supplied Equipment on the project for aeration equipment missing, damaged, or otherwise beyond the Contractor's control; to be approved by City or Engineer before purchase and paid for at invoice price only, all in strict accordance with the plans and specifications for, Fifty Thousand Dollars & Zero Cents. Per Allowance $ 50,000.00 $ 50,000.00 12. 1 Allow. Contingency Allowance to be Used for field changes as required for unforeseen conditions; to be approved by City or Engineer with Contractor submitted cost change request before work is performed, all in strict accordance with the plans and specifications for, One Hundred Thousand Dollars& Zero Cents. Per Allowance $ 100,000.00 $ 100,000.00 SUBTOTAL SUPPLEMENTAL BID ITEM(S) $ T)-4 k; Lks 11 ALTERNATE BID ITEM(S) 13. 1 LS Furnish and Install HMAC Flex Base Paving and Subgrade Preparation including all superintendence, labor, design, materials, fabrication, equipment, installation, etc. for a Complete in Place installation for all work in Plans, Specifications, and Scope of Work; all in strict accordance with the plans and specifications for, Dollars & Cents. Per Lump Sum SUBTOTAL ALTERNATE BID ITEM(S) $ TOTAL AMOUNT BID (BASE & SUPPLEMENTAL BID ITEMS) $ TOTAL AMOUNT BID (BASE, SUPPLEMENTAL &ALTERNATE BID ITEMS) SUBSTITUTIONS 1 . (Add) (Deduct) $ 2. (Add) (Deduct) $ Unit prices are to be expressed in both words and figures. In case of a discrepancy, the amount shown in words shall govern. The above unit prices shall include all labor, materials, equipment, bailing, shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. In addition, the OWNER reserves the right to award the Contract on the basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID with Substitution(s) or TOTAL AMOUNT BID plus any Alternate(s) described above which is most advantageous to the OWNER. The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned BIDDER hereby declares that he agrees to do the work, and that no representations made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the Contractor. D-5 Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the formal Contract attached within ten (10) working days and will deliver a Performance and a Payment Bond to insure payment for all labor and materials. The bid security attached, without endorsement, in the sum of no less than five percent (5%) of the amount bid, is to become the property of THE CITY OF PORT ARTHUR, TEXAS, in the event the contract and bonds are not executed within the time above set forth, as liquidated damages without limitation. STATEMENT FOR SEPARATED CONTRACT COMPLIANCE: TOTAL AMOUNT BID:Non-Consumable Material and Equipment. (Tax Exempt) $ TOTAL AMOUNT BID: Skill,Labor and Consumable Material and Equipment. (Not Tax Exempt) $ Respectfully submitted: (NAME OF CONTRACTOR) BY: (TELEPHONE NUMBER) TITLE: (LICENSE NUMBER IF APPLICABLE) DATE: Wednesday, May 27, 2015 (SEAL,IF BIDDER IS A CORPORATION) (ATTEST) D-6 CITY OF PORT ARTHUR EXCEPTION /APPROVED EQUAL REQUEST [Please submit this form for each exception/approved equal] VENDOR: TELEFAX: PROJECT: PAGE: of PARAGRAPH: SUBJECT: REQUEST: Signature FOR CITY OF PORT ARTHUR USE ONLY APPROVED: DISAPPROVED: CLARIFICATION: REMARKS: Signature City of Port Arthur Representative D-7 BID OPENING DATE: CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ADDRESS CITY/STATE/ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY/STATE/ZIP TAX IDENTIFICATION NUMBER: D-8 AFFIDAVIT [RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL] All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized Officer of the company,whose signature is binding on the Bid Proposal. The Undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur, and agree to pay said debts prior to execution of this Agreement. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. NAME OF OFFERER: TITLE: ADDRESS: CITY/STATE/ZIP: TELEPHONE NUMBER: SIGNATURE: SUBSCRIBED AND SWORN to before me by the above named on this the day of .2O . Notary Public in and for the State of Signature My Commission Expires: D-9 SECTION : E BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, as Principal, and as Surety, are hereby held and firmly bound unto as OWNER in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of , 20 . The Condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the • 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. E-1 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. (L.S.) PRINCIPAL SURETY BY: 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. E-2 SECTION F GENERAL CONDITIONS NUMERICAL INDEX TO GENERAL CONDITIONS TITLE PARAGRAPH Contract and Contract Documents 1 Definitions 2 Termination of Contract for Cause 3 Personnel 4 Reports and Information 5 Records and Audits 6 Findings Confidential 7 Copyright 8 Compliance with Laws 9 Interest of Members of City 10 Interest of Other Local Public Officials 11 Interest of Contractor and Employees 12 Incorporation of Provisions Required by Law 13 Certificates and Permits 14 Guarantee of Work 15 Additional Instructions 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 F-1 TITLE PARAGRAPH Insurance -)5 Special Conditions Pertaining to Hazards, Safety Standards, and Accident Prevention 26 Suspension of Work 27 Safety and Health Regulations for Construction 28 Use and Occupancy Prior to Acceptance by Owner 79 Use of Premises and Removal of Debris 30 Quantities of Estimate 31 Lands and Rights-of-Way 32 Notice and Service Thereof 33 Separate Contract 34 Subcontracting 35 Architect/Engineer's Authority 36 Meaning of Intent 37 Contract Security 38 Additional or Substitute Bond �9 Assignments 40 Mutual Responsibility of CONTRACTORS 41 Acceptance of Final Payment Constitutes Release 42 Payments by Contractor 43 Construction Schedule and Periodic Estimates 44 Payments to Contractor 45 Correction of Work 46 Subsurface Conditions Found Different 47 Claims for Extra Cost 48 Changes in Work 49 Extras Time for Completion and Liquidated Damages 51 F-ii TITLE PARAGRAPH Weather Conditions 5'1 Protection of Work and Property/Emergency Inspection Superintendence by Contractor 5 Underpayments of Wages or Salaries 56 Employment of Certain Persons Prohibited �7 Employment of Laborers or Mechanics Not Listed in Aforesaid Wage Determination Decision 58 Fringe Benefits Not Expressed as Hourly Wage Rates -;9 Posting Wage Determination Decisions and Authorized Wage Deductions 60 Complaints, Proceedings or Testimony by Employees 61 Claims and Disputes Pertaining to Wage Rates 62 Payrolls and Basic Payroll Records of Contractor and Subcontractors 63 Specific Coverage of Certain Types of Work by Employees 64 Ineligible Subcontractors 65 Provisions to be Included in Certain Subcontracts 66 Breach of Foregoing Wage Standards and Rates Provisions 67 Equal Employment Opportunity 68 Civil Rights Act of 1964 69 Conflicting Conditions in Contract Documents 70 Indemnification 71 A.I.A. General Conditions 72 Delays 73 Maintenance of Work 74 Antitrust 75 Federal Labor Standards Provisions 76 Delay, Disruptions or Other Claims 77 F-iii 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. e. "CPA": Refers to the City of Port Arthur. f. "ENGINEER": Arceneaux Wilson& Cole, 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 ten (10) 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 for damages sustained by the CITY OF PORT ARTHUR by virtue of any breach of the Contract by the F-1 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. 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. F-2 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 No member of the governing body of the City of Port Arthur, and no other Officer, Employee or Agent of the City of Port Arthur, who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 11. INTEREST OF OTHER LOCAL PUBLIC OFFICIALS No member of the governing body of the locality and no other public official of such locality, who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the CONTRACTOR shall take appropriate steps to assure compliance. 12. INTEREST OF CONTRACTOR AND EMPLOYEES The CONTRACTOR covenants that he presently has no interest and shall not acquire any interest, direct or indirect, in the study area or any parcels therein or any other interest which would conflict in any manner or degree with the performance of his services hereunder. The CONTRACTOR further covenants that in the performance of this Contract,no person having any such interest shall be employed. 13. INCORPORATION OF PROVISIONS REQUIRED BY LAW Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either party. F-3 14. 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. 15. 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. 16. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS The CONTRACTOR will be furnished additional instructions and detail drawings as necessary to carry out the work included in the Contract. The additional drawings and instructions thus supplied to the CONTRACTOR will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The CONTRACTOR shall carry out the work in accordance with the additional detail drawings and instructions. The CONTRACTOR and the Architect/Engineer will prepare jointly: (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by the Architect/Engineer in accordance with said schedule; and, (b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from time to time in accordance with the progress of the work. F-4 17. SHOP OR SETTING DRAWINGS The CONTRACTOR shall submit promptly to the Architect/Engineer two (2) 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 (2) 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. 18. 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. 19. 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. 20. INSPECTION AND TESTING OF MATERIALS All materials, equipment, etc., used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. F-5 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. 21. "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. 22. PATENTS a. The CONTRACTOR shall hold and save the OWNER and its Officers, Agents, Servants and Employees harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the Contract, including its use by the OWNER, unless otherwise specifically stipulated in the Contract Documents. b. License or Royalty Fees: License and/or royalty fees for the use of a process which is authorized by the OWNER of the project must be reasonable and paid to the holder of the patent, or his authorized licensee, direct by the OWNER and not by or through the CONTRACTOR. 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 F-6 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. 23. SURVEYS Unless otherwise expressly provided for in the Specifications,the OWNER will furnish to the CONTRACTOR all surveys necessary for the execution of the work. 24. 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. 25. 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.) 26. SPECIAL CONDITIONS PERTAINING TO HAZARDS, SAFETY STANDARDS,AND ACCIDENT PREVENTION (a) Danger Signals and Safety Devices (Modify as Required): 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 F-7 does not relieve the CONTRACTOR of any liability incurred under these Specifications or Contract. (b) Use of Explosives: When the use of explosives is necessary for the prosecution of the work, the CONTRACTOR shall observe all local, State and Federal laws in purchasing and handling explosives. The CONTRACTOR shall take all necessary precautions to protect completed work, neighboring property, water lines or other underground structures. Where there is danger to structures or property from blasting, the charges shall be reduced and the material shall be covered with suitable timber, steel or rope mats. The CONTRACTOR shall notify all OWNER'S of public utility property of the intention to use explosives at least eight (8) hours before blasting is done, close to such property. Any supervision or direction of use of explosives by the Engineer does not in any way reduce the responsibility of the CONTRACTOR or his Surety for damages that may be caused by such use. 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. 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. 29. 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: F-8 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 (1) 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. 30. USE OF PREMISES AND REMOVAL OF DEBRIS The CONTRACTOR expressly undertakes at his own expense: a. To take every precaution against injuries to persons or damage to property; b. To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any other CONTRACTOR'S; c. To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; d. To clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations, to the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; e. Before final payment to remove 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. 31. 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. F-9 32. LANDS 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. 33. 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. 34. 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 acceptance by him of the status of the work as being satisfactory for proper coordination with his own work. 35. SUBCONTRACTING a. The CONTRACTOR may utilize the services of specialty Subcontractors on those parts of work which, under normal contracting practices, are performed by specialty Subcontractors. b. The CONTRACTOR shall not award any work to any Subcontractor without prior written approval of the OWNER, which approval will not be given until the CONTRACTOR submits to the OWNER a written statement concerning the proposed award to the Subcontractor, which statement shall contain such information as the OWNER may require. c. The CONTRACTOR shall be as fully responsible to the OWNER for the acts or omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. F-10 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. 36. ARCHITECT/ENGINEER'S AUTHORITY The Architect/Engineer shall give all orders and directions contemplated under this Contract and Specifications, relative to the execution of the work. The Architect/Engineer shall determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this Contract, and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/Engineers estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any question shall arise between the parties hereto relative to said Contract or Specifications, the determination or decision of the Architect/Engineer shall be a condition precedent to the right of the CONTRACTOR to receive any money or payment for work under this Contract affected in any manner or to any extent by such question. 37. MEANING OF INTENT The Architect/Engineer shall decide the meaning and intent of any portion of the Specifications and of any Plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the CONTRACTOR, under this Contract and other CONTRACTOR'S, performing work for the OWNER, shall be adjusted and determined by the Architect/Engineer. 38. CONTRACT SECURITY If the Contract amount exceeds Fifty Thousand Dollars [$50,000.00], a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars [$100,000.00], a Performance Bond also shall be furnished, on prescribed forms in the amount of one hundred percent (100%) of the Contract price or in a penal sum not less 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. 39. 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 F-11 (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. 40. 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. 41. 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. 42. 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. 43. PAYMENTS BY CONTRACTOR The CONTRACTOR shall pay (a) for all transportation and utility services no later than the thirty(30) calendar days from the date of submission to the City of Port Arthur, (b) for all materials, tools and other expendable equipment to the extent of ninety percent (90%) cost thereof, no later than the 20th day of the calendar month following that in which such materials, tools and equipment are delivered at the site of the project, and the balance of the cost thereof, no later than the 30th day following the completion of that part of the work in or on which such materials, tools and equipment are incorporated or used; and (c) to each of his Subcontractors, no later than the 5th day following each payment to the CONTRACTOR, the respective amounts allowed the CONTRACTOR on account of the work performed by his Subcontractors to the extent of each Subcontractors' interest therein. F-12 44. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the Contract, and before the first partial payment is made, 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. 45. PAYMENTS TO CONTRACTOR a. Not later than thirty(30) calendar days from the date of submission to the OWNER, the OWNER shall make a progress payment to the CONTRACTOR on the basis of a duly certified and approved estimate of the work performed during the preceding calendar month under this Contract, but to insure the proper performance of the Contract, the OWNER shall retain ten percent (10%) [five percent {5%} if the total contract price exceeds $25,000] of the amount of each estimate until final completion and acceptance of all work covered by this Contract; Provided, that the CONTRACTOR shall submit his estimate no later than the fifth (5th) day of the month. Provided further, that on completion and acceptance of each separate building, public work or other division of the Contract on which the price is stated separately in the Contract, payment may be made in full, including retained percentages thereon, less authorized deductions. The CONTRACTOR is advised that the payment schedule noted in the paragraph is subject to fluctuation due to the City Council's regular schedule of meeting on every other Tuesday. The CONTRACTOR may alter his estimate period such as to give the Engineer ten (10) working days prior to the next scheduled City Council meeting to prepare an estimate of the work completed and submit said estimate for the OWNER'S action. b. In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. c. All material and work covered by partial payments made shall thereupon become the sole property of the OWNER, but this provision shall not be construed as relieving the CONTRACTOR from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work or as a waiver of the right of the OWNER to require the fulfillment of all of the terms of the Contract. F-13 d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof: The CONTRACTOR agrees that he will indemnify and save the OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools and all supplies, including commissary, incurred in the furtherance of the performance of this Contract. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, after having served written notice on the said CONTRACTOR, either pay unpaid bills, of which the OWNER has written notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills of the CONTRACTOR, the OWNER shall be deemed the agent of the CONTRACTOR, and any payment so made by the OWNER shall be considered as a payment made under Contract by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. This provision shall not be construed to give rise to any third party beneficiary rights in claimants. 46. 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. 47. 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 49 of the General Conditions. F-14 48. 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 49(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. 49. CHANGES IN WORK No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the OWNER. Charges or credit for the work covered by the approved change shall be determined by one or more, or a combination of the following methods: a. Unit bid prices previously approved. b. An agreed lump sum. c. The actual cost of: (1) Labor, including foreman; (2) Materials entering permanently into the work; (3) The ownership or rental cost of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age unemployment contributions. To the cost under(c.)there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. 50. 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. 51. TIME FOR COMPLETION AND LIQUIDATED DAMAGES F-15 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 holidays and that the CONTRACTOR shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the CONTRACTOR and the OWNER because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the OWNER would in such event sustain, and said amount is agreed to be the amount of damages which the OWNER would sustain and said amount shall be retained from time to time by the OWNER from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and of the Specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, that the CONTRACTOR shall not be charged with any part of liquidated damages or any excess cost when the OWNER determines that any part of liquidated damages was not the fault of the CONTRACTOR and the OWNER determines that the request for extension by the CONTRACTOR is justified and due to: a. Any preference,priority or allocation order duly issued by the government; b. The following unforeseeable causes, namely: acts of the public enemy, acts of the OWNER, acts of another CONTRACTOR in the performance of a Contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, earthquakes, hurricanes and tornadoes; and rainy days claimed by the CONTRACTOR; however, rainy days shall be considered only if the CONTRACTOR notifies the Engineer or OWNER on the day the CONTRACTOR claims he cannot work because of rainy weather that day. Failure to so report will eliminate any claim for time extension because of rainy weather on that day. F-16 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 51(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. 52. 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. 53. PROTECTION OF WORK AND PROPERTY-EMERGENCY The CONTRACTOR shall at all times safely guard the OWNER'S property from injury or loss in connection with this Contract. He shall at all times safely guard and protect his own work, and that of adjacent property, from damage. The CONTRACTOR shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the Contract or by the OWNER, or his duly authorized representatives. In case of an emergency which threatens loss or injury of property and/or safety of life, the CONTRACTOR will be allowed to act, without previous instructions from the Architect/Engineer, in a diligent manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the CONTRACTOR due to such extra work shall be promptly submitted to the Architect/Engineer for approval. F-17 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 49 of the General Conditions. 54. INSPECTION The authorized representatives and agents of the OWNER shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. 55. 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. 56. UNDERPAYMENTS OF WAGES OR SALARIES In case of underpayment of wages by the CONTRACTOR or by any Subcontractor to laborers or mechanics employed by the CONTRACTOR or Subcontractor upon the work covered by the Contract, the OWNER, in addition to such other rights as may be afforded it under this Contract, shall withhold from the CONTRACTOR, out of any payments due the CONTRACTOR, so much thereof as the OWNER may consider necessary to pay such laborers or mechanics the full amount of wages required by this Contract. The amount so withheld may be disbursed by the OWNER for and on account of the CONTRACTOR or the Subcontractor (as may be appropriate), to the respective laborers or mechanics to whom the same is due or on their behalf to Plans, funds or programs for any type of fringe benefit prescribed in the applicable wage determination. 57. EMPLOYMENT OF CERTAIN PERSONS PROHIBITED No person under the age of sixteen (16) years and no person who, at the time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 58. EMPLOYMENT OF LABORERS OR MECHANICS NOT LISTED IN AFORESAID WAGE DETERMINATION DECISION Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract will be classified or reclassified conformably to the wage determination by the OWNER. F-18 59. FRINGE BENEFITS NOT EXPRESSED AS HOURLY WAGE RATES The OWNER shall require, whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the CONTRACTOR is obligated to pay cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. 60. POSTING WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE DEDUCTIONS The applicable wage poster and the applicable wage determination decisions,with respect to the various classification of laborers and mechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, in accordance with the provisions of this Contract, to be made from wages actually earned by persons so employed or to be employed in such classifications, shall be posted at appropriate conspicuous points at the site of the work. 61. COMPLAINTS, PROCEEDINGS OR TESTIMONY BY EMPLOYEES No laborer or mechanic to whom the wage, salary or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the CONTRACTOR or any Subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. 62. CLAIMS AND DISPUTES PERTAINING TO WAGE RATES Claims and disputes pertaining to wage rates or to classifications of laborers and mechanics employed upon the work covered by this Contract shall be promptly reported by the CONTRACTOR in writing to the OWNER for referral by the latter. 63. PAYROLLS AND BASIC PAYROLL RECORDS OF CONTRACTOR AND SUBCONTRACTORS The CONTRACTOR and each Subcontractor shall prepare his payrolls on forms satisfactory to and in accordance with instructions to be furnished by the OWNER. The payrolls and basic payroll records of the CONTRACTOR and each Subcontractor covering all laborers and mechanics employed upon the work covered by this Contract shall be maintained during the course of the work and preserved for a period of three (3) years thereafter. Such payrolls and basic payroll records shall contain the name and address of each employee, his correct classification, rate of pay (including rates of contributions or costs anticipated of the types described in Section 1 (b) (2) of the Davis- Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. The CONTRACTOR and each Subcontractor shall make his employment records, with respect to persons employed by him upon the work covered by this Contract, available for inspection by authorized representatives of the OWNER. Such representative shall be permitted to interview employees of the CONTRACTOR of any Subcontractors during working hours on the job. F-19 64. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BY EMPLOYEES The transporting of material and supplies to or from the site of the project or program to which the Contract pertains by the employees of the CONTRACTOR or of any Subcontractor and the manufacturing or furnishing of materials, articles, supplies or equipment on the site of the project or program to which this Contract pertains by persons employed by the CONTRACTOR or by an Subcontractor, shall, for the purposes of this Contract, and without limiting the generality of the foregoing provisions of this Contract, shall be deemed to be work to which the wage provisions of this Contract are applicable. 65. INELIGIBLE SUBCONTRACTORS The CONTRACTOR shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted without the OWNER'S prior written approval of the Subcontractor. 66. PROVISIONS TO BE INCLUDED IN CERTAIN SUBCONTRACTS The CONTRACTOR shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provisions which are consistent with these wage provisions and also a clause requiring the Subcontractors to include such provisions in any lower tier Subcontractors which they may enter into, together with a clause requiring such insertion in any further Subcontracts that may in turn be made. 67. BREACH OF FOREGOING WAGE STANDARDS AND RATES PROVISIONS In addition to the causes for termination of this Contract as herein elsewhere set forth,the OWNER reserves the right to terminate this Contract if the CONTRACTOR or any Subcontractor, whose Subcontractor covers any of the work covered by this Contract, shall breach any of these wage standards and rates provisions. 68. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Contract, the CONTRACTOR agrees as follows: (a) The CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The CONTRACTOR shall take affirmative action to ensure that applicants for employment are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places available to employees and applicant for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. F-20 (b) The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without regard to race, religion, sex, color or national origin. (c) The CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other Contract or understanding, a notice to be provided advising the labor union or workers representative of the CONTRACTOR'S commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The CONTRACTOR will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules and regulations and relevant orders of the Secretary of Labor. (e) The CONTRACTOR will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Department of Housing and Urban Development and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (f) In the event of the CONTRACTOR'S noncompliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations or orders, this Contract may be cancelled, terminated or suspended in whole or in part, and the CONTRACTOR may be declared ineligible for further government Contracts or federally-assisted construction Contracts, in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor or as otherwise provided by law. (g) The CONTRACTOR will include the provisions or Paragraphs (a) through (g) in every Subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or purchase order as the Department of Housing and Urban Development may direct as a means of enforcing such provisions, including sanctions for non-compliance: provided, however, that in the event the CONTRACTOR becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction by the Department of Housing and Urban Development, the CONTRACTOR may request the United States to enter into litigation to protect the interests of the United States. 69. CIVIL RIGHTS ACT OF 1964 Under Chapter 106 of the Civil Practice & Remedies Code of the Revised Civil Statues of Texas, no person shall, on the ground of race, color, national origin, sex, age or F-21 handicap, be excluded from participation in, be denied the benefits of or be subjected to discrimination under any program or activity of the City. 70. 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. 71. 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 anyone of them for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. 72. A.I.A. GENERAL CONDITIONS The General Conditions of the Contract for Construction, A.I.A. Document A201, 1987 Edition, as amended by current edition, of the American Institute of Architects, consisting of fourteen (14) Articles, Pages numbered 1 through 19, is hereby made a part of the Contract Documents of this project. Such A.I.A. General Conditions are cumulative to these General Conditions, but where any provision of said A.I.A. General Conditions are inconsistent or in conflict with these General Conditions,then these General Conditions shall prevail. F-22 All references to arbitration in said A.I.A. General Conditions are deleted and of no force and effect for purposes of this Contract. Further, Subdivisions 2.2.3 and 2.2.4 of said A.I.A. General Conditions are deleted and of no force and effect for purposes of this Contract. Article 1.3 (Ownership and Use of Documents) of the A.I.A. General Conditions is hereby deleted. 73. 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 to provide information or material, if any, which is to be furnished by the City of Port Arthur, When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or 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; 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. 74. 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, and 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 15 (Guarantee of Work) in any respect whatsoever, including the time period of such Guarantee of Work provision in Paragraph 15 as will arise under the laws of the State of Texas and such Paragraph 15 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 15. 75. ANTITRUST F-23 CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arises under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). 76. FEDERAL LABOR STANDARDS PROVISIONS F-24 Federal Labor Standards Provisions U.S.Department of Housing and Urban Development Applicability The Project or Program to which the construction work not listed in the wage determination and which is to be covered by his contract pertains is being assisted by the employed under the contract shall be classified in United States of America and the following Federal Labor conformance with the wage determination. HUD shall Standards Provisions are included in this Contract pursuant approve an additional to the provisions applicable to such Federal assistance. classification and wage rate and fringe benefits therefore only when the following criteria have been met: A. 1.(i)Minimum Wages. All laborers and mechanics employed or working upon the site of the work (1) The work to be performed by the classification (or under the United States Housing Act of 1937 or under requested is not performed by a classification in the wage the Housing Act of 1949 in the construction or determination;and development of the project), will be paid unconditionally and not less often than once a week, and without (2) The classification is utilized in the area by the subsequent deduction or rebate on any account(except such construction industry;and payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act. (29 CFR (3) The proposed wage rate,including any bona fide Part 3), the full amount of wages and bona fide fringe fringe benefits, bears a reasonable relationship to the wage benefits (or cash equivalents thereof @ due at time of rates contained in the wage determination. payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is (b) If the contractor and the laborers and mechanics to be attached hereto and made a part thereof, regardless of any employed in the classification (if known), or their contractual relationship which may be alleged to exist representatives, and HUD or its designee agree on the between the contractor and such laborers and mechanics. classification and wage rate (including the amount Contributions made or costs reasonably anticipated for designated for fringe benefits where appropriate), a report bona fide fringe benefits under Section 1(b)(2) of the of the action taken shall be sent by HUD or its designee to Davis-Bacon Act on behalf of laborers or mechanics are the Administrator of the Wage and Hour Division, considered wages paid to such laborers or mechanics, Employment Standards Administration,U.S.Department of subject to the provisions of 29 CFR-5.5(a)(1)(iv); also, Labor,Washington,D.C.20210. The Administrator,or an regular contributions made or costs incurred for more than authorized representative, will approve, modify, or a weekly period (but not less often than quarterly) under disapprove every additional classification action within 30 plans, funds, or programs, which cover the particular days of receipt and so advise HUD or its designee or will weekly period, are deemed to be constructively made or notify HUD or its designee within the 30-day period that incurred during such weekly period. additional time is necessary. (Approved by the Office of Management and Budget under OMB control number Such laborers and mechanics shall be paid the appropriate 1215-0140.) wage rate and fringe benefits on the wage determination for the classification of work actually performed without (c) In the event the contractor,the laborers or mechanics regard to skill,except as provided in 29 CFR Part 5.5(a)(4). to be employed in the classification or their representatives, Laborers or mechanics performing work in more than one and HUD or its designee do not agree on the proposed classification may be compensated at the rate specified for classification and wage rate (including the amount each classification for the time actually worked therein: designated for fringe benefits, where appropriate),HUD or Provided,that the employer's payroll records accurately set its designee shall refer the questions,including the views of forth the time spent in each classification in which work is all interested parties and the recommendation of HUD or its performed. The wage determination (including any designee, to the Administrator for determination. The additional classification and wage rates conformed under Administrator,or an authorized representative, will issue a 29 CFR Part 5.5(a)(1)(ii)and the Davis-Bacon poster(WH- determination within 30 days of receipt and so advise HUD 1321)shall be posted at all times by the contractor and its or its designee or will notify HUD or its designee within sub-contractors at the site of the work in a prominent and the 30-day period that additional time is necessary. accessible, place where it can be easily seen by the (Approved by the Office of Management and Budget under workers. OMB Control Number 1215-0140.) (II) (a) Any class of laborers or mechanics which is (d) The Wage rate(including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) F-25 or (c) of this paragraph, shall be paid to all workers records relating thereto shall be maintained by the performing work in the classification under this contract contractor during the course of the work preserved for a from the first day on which work is performed in the period of three years thereafter for all laborers and classification. mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing (III) Whenever the minimum wage rate prescribed Act. Of 1949, in the construction or development of the In the contract for a class of laborers or mechanics includes project). Such records shall contain the name,address,and a fringe benefit which is not expressed as an hourly rate, social security number of each such worker, his or her the contractor shall either pay the benefit as stated in the correct classification,hourly rates of wages paid(including wage determination or shall pay another bona fide fringe rates of contribution or costs anticipated for bona fide benefit or an hourly cash equivalent thereof. fringe benefits or cash equivalents thereof of the types described in Section (b)(2)(B) of the Davis-bacon Act), (iv) If the contractor does not make payments to a daily and weekly number of hours worked, deductions trustee or other third person,the contractor may consider as made and actual wages paid. Whenever the Secretary of part of the wages of any laborer or mechanic the amount of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages any costs reasonably anticipated in providing bona fide of any laborer or mechanic include the amount of any fringe benefits under a plan or program,Provided,That the costs reasonably anticipated in providing benefits under a Secretary of Labor has found, upon the written request of plan or program described in Section 1(b)(2)(B) of the the contractor, that the applicable standards of the Davis Davis-Bacon Act, the contractor shall maintain records Bacon Act have been met. The Secretary of Labor may which show that the commitment to provide such benefits require the contractor to set aside in a separate account is enforceable, that the plan or program is financially assets for the meeting of obligations under the plan or responsible, and that the plan or program has been program. (Approved by the Office of Management and communicated in writing to the laborers or mechanics Budget under OMB Control Number 1215-0140.) affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. 2. Withholding. HUD or its designee shall upon its own Contractors employing apprentices or trainees under action or upon written request of an authorized approved programs shall maintain written evidence of the representative of the Department of Labor withhold or registration of apprenticeship programs and certification of cause to be withheld from the contractor under this contract trainee programs, the registration of the apprentices and or any other Federal contract with the same prime trainees, and the ratios and wage rates described in the contractor,or any other Federally-assisted contract subject applicable programs. (Approved by the Office of to Davis-Bacon prevailing wage requirements, which is Management and Budget under OMB Control Numbers held by the same prime contractor so much of the accrued 1215-0140 and 121500017.) payments or advances as may be considered necessary to pay laborers and mechanics,including apprentices,trainees (ii) (a) The contractor shall submit weekly for each week and helpers, employed by the contractor or any in which any contract work is performed a copy of all subcontractor the full amount of wages required by the payrolls to HUD or its designee if the agency is a party to contractor in the event of failure to pay any laborer or the contract, but if the agency is not such a party, the mechanic, including any apprentice, trainee or helper, contractor will submit the payrolls to the applicant sponsor, employed or working on the site of the work(or under the or owner, as the case may be,for transmission to HUD or United States Housing Act of 1937 or under the Housing its designee. The payrolls submitted shall set out accrately Act of 1949 in the construction or development of the and completely all of the information required to be project), all or part of the wages required by the contract, maintained under 29 CFR Part 5.5(a)(3)(I). This HUD or its designee may, after written notice to the information may be submitted in any form desired. contractor,sponsor,applicant,or owner,take such action as Optional Form WH-347 is available for this purpose and may be necessary to cause the suspension of any further may be purchased from the Superintendent of Documents payment, advance, or guarantee of funds until such (Federal Stock Number 029-005-00014-1), U.S.. violations have ceased. HUD or its designee may, after Government Printing Office,Washington,DC.20402. The written notice to the contractor, disburse such amounts prime contractor is responsible for the submission of copies withheld for and on account of the contractor or of payrolls by all subcontractors.(Approved by the Office subcontractor to the respective employees to whom they are of Management and Budget under OMB Control Number due. The Comptroller General shall make such 1215-0149.) disbursements in the case of direct Davis-Bacon Act contracts. (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or 3. (i) Payrolls and basic records. Payrolls and basic F-26 subcontractor or his or her agent who pays or supervises the program registered with the U.S. Department of Labor, payment of the persons employed under the contract and Employment and Training Administration, Bureau of shall certify the following: Apprenticeship and Training,or with a State apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary (1) That the payroll for the payroll period contains the employment as an apprentice in such an apprenticeship information required to be maintained under 29 CFR Part program,who is not individually registered in the program, 5.5(a)(3)(i) and that such information is correct and but who has been certified by the Bureau of Apprenticeship complete; and Training or a State Apprenticeship Agency (where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to (2) That each laborer or mechanic(including each helper, journeymen on the job site in any craft classification shall apprentice, and trainee) employed on the contract during not be greater than the ratio permitted to the contractor as the payroll period has been paid the full weekly wages to the entire work force under the registered program.Any earned,without rebate,either directly or indirectly,and that worker listed on a payroll at an apprentice wage rate,who no deductions have been made either directly or indirectly is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the from the full wages earned, other than permissible wage determination for the classification of work actually deductions as set forth in 29 CFR Part 3; performed. In addition,any apprentice performing work on the job site in excess of the ratio permitted under the (3) That each laborer or mechanic has been paid not less registered program shall be paid not less than than the applicable wage rates and fringe benefits or cash the applicable wage rate on the wage determination for the equivalents for the classification of work performed, as actually performed. Where a contractor is performing specified in the applicable wage determination incorporated construction on a project in a locality other than that in which its program is registered, the ratios and wage rates into the contract. (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered The weekly submission of a properly executed program shall be observed. Every apprentice must be paid certification set forth on the reverse side of Optional Form at not less than the rate specified in the registered program WH-347 shall satisfy the requirement for submission of the for the apprentice's level of progress expressed as a "Statement of Compliance" required by paragraph percentage of the journeymen hourly rate specified in benefits in accordance with the provisions of the A.3.(ii)(b)of this section. apprenticeship program. If the apprenticeship program does not specify fringe benefits,the wage determination for (d) The falsification of any of the above certifications the applicable classification. If the Administrator may subject the contractor or subcontractor to civil or determines that a different practice prevails for the criminal prosecution under Section 1001 of Title 18 and applicable apprentice classification,fringes shall be paid in Section 231 of Title 31 of the United States Code. accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of (iii) The contractor or subcontractor shall make the an apprenticeship program,the contractor will no longer be records required under paragraph A.3.(I) of this section permitted to utilize apprentices at less than the applicable available for inspection, copying, or transcription by predetermined rate for the work performed until an authorized representatives of HUD or its designee or the acceptable program is approved. Department of Labor,and shall permit such representatives to interview employees during working hours on the job. If (ii) Trainees. Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined the contractor or subcontractor fails to submit the required rate for the work performed unless they are employed records or to make them available, HUD or its designee pursuant to and individually registered in a program which may, after written notice to the contractor, sponsor, has received prior approval, evidenced by formal applicant or owner,take such action as may be necessary to certification by the U.S.Department of Labor,Employment cause the suspension of any further payment advance, or and Training Administration. The ratio of trainees to guarantee of funds. Furthermore failure to submit the journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and required records upon request or to make such records Training Administration. Every trainee must be paid at not available maybe grounds for debarment action pursuant to less than the rate specified in the approved program for the 29 CFR Part 5.12. trainee's level of progress,expressed as a percentage of the journeyman hourly rate specified in the applicable wage (Apprentices and Trainees. determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If (4) Apprentices. Apprentices will be permitted to work at the trainee program does not mention fringe benefits, less than the predetermined rate for the work they trainees shall be paid the full amount of fringe benefits performed when they are employed pursuant to and listed on the wage determination unless the Administrator individually registered in a bona fide apprenticeship of the Wage and Hour Division determines that there is an F-27 apprenticeship program associated with the corresponding 10. (i) Certification of Eligibility. By entering into this journeyman wage rate on the wage determination which contract the contractor certifies that neither it (nor he or provides for less than full fringe benefits for apprentices. she) nor any person or firm who has an interest in the Any employee listed on the payroll at a trainee rte who is not registered and participating in a training plan approved contractor's firm is a person or firm ineligible to be by the Employment and Training Administration shall be awarded Government contracts by virtue of Section 3(a)of paid not less than the applicable wage rate on the wage the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be determination for the work actually performed. In addition, awarded HUD contracts or participate in HUD programs any trainee performing work on the job site in excess of the pursuant to 24 CFR Part 24. ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage (ii) No part of this contract shall be subcontracted determination for the work actually performed. In the event the Employment and Training Administration to or firm ineligible for award of a Government contract by withdraws approval of a training program the contractor virtue of Section 3(a)of the Davis-Bacon Act or 29 CFR will no longer be permitted to utilize trainees at less than 5.12(a)(1) or to be awarded HUD contracts or participate the applicable predetermined rate for the work performed in HUD programs pursuant to 24 CFR Part 24. until an acceptable program is approved. (ii) Equal employment opportunity.The utilization of (iii) The penalty for making false statements is prescribed apprentices, trainees and journeymen under this part shall in the U.S.Criminal Code, 18 U.S.C. 1001. Additionally, be in conformity with the equal employment requirements U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C. of Executive Order 11246, as amended, and 29 CFR Part "Federal Housing Administration transaction",provides in 30. in part: "Whoever, for the purpose of. . . influencing in 5. Compliance with Copeland Act requirements. The any way the action of such Administration makes, contractor shall comply with the requirements of 29 CFR utters or publishers any statement knowing the same to be Part 3 which are incorporated by reference in this contract. false.....shall be fined not more than$5,000 or imprisoned not more than two years,or both." 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 11. Complaints,Proceedings,or Testimony by 5.5(a)(1)through(10)and such other clauses as HUD or its Employees. No laborer or mechanic to whom the wage, designee may be appropriate instructions require,and also a salary, or other labor standards provisions of this Contract clause requiring the subcontractors to include these clauses are applicable shall be discharged or in any other manner in any lower tier subcontracts. The prime contractor shall discriminated against by the Contractor or any be responsible for the compliance by any subcontractor or subcontractor because such employee has filed any lower tier subcontractor with all the contract clauses in 29 complaint or instituted or caused to be instituted any CFR Part 5.5. proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards 7. Contract termination; debarment. A breach of the applicable under this Contract to his employer. contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a B. Contract Work Hours and Safety Standards Act. As contractor and a subcontractor as provided in 29 CFR 5.12. used in this paragraph the terms "laborers" and "mechanics"include watchmen and guards. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the (1) Overtime requirements. No contractor or sub- Davis-Bacon and Related Acts contained in 29 CFR Parts contractor contracting for any part of the contract work 1, 3, and 5 are herein incorporated by reference in this which may require or involve the employment of laborers contract. or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed 9. Disputes concerning labor standards. Disputes arising on such work to work in excess of eight hours in such work out of the labor standards provisions of this contract shall week unless such laborer or mechanic receives not be subject to the general disputes clauses of this compensation at a rate of pay for all hours worked in contract. Such disputes shall be resolved in accordance excess of eight hours in any calendar day or in excess of with the procedures of the Department of Labor set forth in forty hours in such workweek,whichever is greater. 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor(or any (2) Violation;liability for unpaid wages;liquidated of its subcontractors) and HUD or its designee, the U.S. damages. In the event of any violation of the clause set Department of Labor, or the employees or their forth in subparagraph(1) of this paragraph,the contractor representatives. and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and F-28 subcontractor shall be liable to the United States (in the insert in any subcontracts the clauses set forth in case of work done under contract for the District of subparagraph (1) through(4) of this paragraph and also a Columbia or a territory, to such District or to such clause requiring the subcontractors to include these clauses territory), for liquidated damages. Such liquidated in any lower tier subcontracts. The prime contractor shall damages shall be computed with respect to each individual be responsible for compliance by any subcontractor or laborer or mechanic, including watchmen and guards, owner tier subcontractor with the clauses set forth in employed in violation of the clause set forth in subparagraphs(1)through(4)of this paragraph. subparagraph(I) of this paragraph, in the sum of$10 for each calendar day on which such individual was required or C. Health and Safety permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of (1) No laborer or mechanic shall be required to work in the overtime wages required by the clause set forth in sub surroundings or under working conditions which are paragraph(1)of this paragraph. unsanitary,hazardous,or dangerous to his health and safety as determined under construction safety and health (3) Withholding for unpaid wages and liquidated standards promulgated by the Secretary of Labor by damages. HUD or its designee shall upon its own action or regulation. upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, (2) The Contractor shall comply with all regulations from any moneys payable on account of work performed issued by the Secretary of Labor pursuant to Title 29 Part by the contractor or subcontractor under any such contract 1926(formerly part 1518)and failure to comply may result or any other Federal contract with the same prime contract, in imposition of sanctions pursuant to the Contract Work or any other Federally-assisted contract subject to the Hours and Safety Standards Act. (Public Law 91-54, 83 Contract Work Hours and Safety Standards Act which is Stat 96). held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such (3) The Contractor shall include the provisions of this contractor or subcontractor for unpaid wages and liquidated Article in every subcontract so that such provisions will be damages as provided in the clause set forth in paragraph(2) binding on each subcontractor. The Contractor shall take of this paragraph. such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of (4) Subcontracts. The contractor or subcontractor shall Labor shall direct as a means of enforcing such provisions. 77. DELAY, DISRUPTION OR OTHER CLAIMS Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the City of Port Arthur, and to the ENGINEER promptly (but in no case later than ten [10] calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the City of Port Arthur, and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. F-29 SECTION G LABOR CLASSIFICATION AND MINIMUM WAGE SCALE \ - t y LABOR CLASSIFICATION AND MINIMUM WAGE SCALE A. GENERAL. Article 5159a of the Revised Civil Statutes of Texas, passed by the 43rd Legislature Acts of 1933, Page 91, Chapter 45, provides that any government subdivision shall ascertain the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic and shall specify in the call for bids and in the Contract the prevailing rate of per diem wages which shall be paid for each craft type of workman. This Article further provides that the CONTRACTOR shall forfeit, as a penalty, to the City, County, or State, or other political subdivision, Ten Dollars ($10.00) per day for each laborer, or workman, or mechanic who is not paid the stipulated wage for the type of work performed by him as set up on the wage scale. The OWNER is authorized to withhold from the CONTRACTOR, after full investigation by the awarding body, the amount of this penalty in any payment that might be claimed by the CONTRACTOR or Subcontractor. The Act makes the CONTRACTOR responsible for the acts of the Subcontractor in this respect. The Article likewise requires that the CONTRACTOR and Subcontractor keep an accurate record of the names and occupations of all persons employed by him and show the actual per diem wages paid to each worker, and these records are open to the inspection of the OWNER. B. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE: Attached hereto. G-1 General Decision Number: TX140079 01/03/2014 TX79 Superseded General Decision Number: TX20130079 State: Texas Construction Type: Heavy Counties: Hardin, Jefferson and Orange Counties in Texas. HEAVY CONSTRUCTION PROJECTS (Including Water and Sewer Lines and Excluding Industrial and Processing Plants, and Refineries) Modification Number Publication Date 0 01/03/2014 * ELEC0479-003 12/31/2012 Rates Fringes ELECTRICIAN $ 26.00 11.42 SUTX2000-002 02/11/2000 Rates Fringes Carpenters: Form Building/Form Setting $ 13.15 All Other Work $ 13.56 Concrete Finisher $ 13 .50 Laborers: Common $ 7.41 Pipelayer $ 8.29 Painters: Spray and Brush $ 12.07 PILEDRIVERMAN $ 13 .65 PLUMBER $ 18 .28 4 .69 Power equipment operators: Backhoe $ 15.55 1.89 Bulldozer $ 15.00 Crane $ 13.77 Front End Loader $ 10.63 Trackhoe $ 15.60 Truck drivers: Dump $ 10.00 WELDERS - Receive rate prescribed for craft performing G-2 operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates G-3 the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: G-4 Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION G-5 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 PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES to Serve THE CITY OF PORT ARTHUR, Job No. CPA-496. 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 PORT ACRES WASTEWATER TREATMENT PLANT UPGRADES. 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. Sheet No. Title GENERAL 1 COVER SHEET 2 DEMOLITION PLAN 3 SITE PLAN 4 NONPOTABLE WATER LAYOUT 5 NONPOTABLE WATER PUMPS &DETAILS 6 CLARIFICATION DRAIN LAYOUT 7 AERATION BASIN MODIFICATIONS 8 AERATION BASIN DETAILS 9 PROPOSED AIR PIPING 10 DIGESTER PIPING MODIFICATION 11 AIR PIPING TIE IN 12 PAVING PLAN 13 CONSTRUCTION DETAILS 14 YARD PIPING PLAN(FOR REFERENCE) 15 AERATED GRIT CHAMBER(FOR REFERENCE) 16 AERATION BASIN(FOR REFERENCE) 17 CLARIFIERS(FOR REFERENCE) 18 FLOW METER PROCESS WATER PUMPS EFFLUENT SPITTER BOX (FOR REFERENCE) ELECTRICAL El ELECTRICAL SITE PLAN E2 RWP 1 &2 PUMP PAD DETAILS E3 FLOW&CONTROL DIAGRAM E4 RWP CONTROL PANEL SCHEMATIC E5 RWP CP BACK PLATE LAYOUT H-1A 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 may not bid a unit price less than the minimum value; however, he may increase the minimum unit price. If no entry is made in the spaces provided, the minimum unit prices shown shall apply. These items are included to facilitate payment for charges and alterations that may be required to complete work. The actual work as provided by the GENERAL and SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on PLANS is described in PROPOSAL items other than Supplemental Pay Items. When work covered by Supplemental Items is requested by the Contractor and approved by the Engineer, payment will be based on the quantity actually constructed and Unit Prices bid in BID. I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked with red pencil 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 restaking. H-2A SUPPLEMENTAL GENERAL CONDITIONS - PART B A. TECHNICAL SPECIFICATIONS 1. TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined type and include incomplete sentences. The omission of words or phrases such as "Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS", "according to PLANS", "a", "an", "the", and "all", are intentional. Omitted words or phrases shall be supplied by inference in same matter as they are when a "note" occurs on PLANS. 2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall provide all items, articles, materials, operation or methods listed, mentioned, or scheduled either on PLANS or specified herein, or both, including all labor, materials, equipment, and incidentals necessary or required for their completion. 3. Whenever the words "approved", "satisfactory", "designated", "submitted", "observed", or similar words or phrases are used, it shall be assumed that the word "Engineer" follows the verb as the object of the clause, such as "approved by Engineer". 4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's installation directions shall mean the latest edition thereof. 5. Referenced to technical society, organization, or body is made in TECHNICAL SPECIFICATIONS in accordance with following abbreviations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials AWWA American Waterworks Association FS Federal Specifications PCA Portland Cement Association IEEE Institute of Electrical and Electronic Engineers NEC National Electric Code UL Underwriters'Laboratories AISI American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association AWS American Welding Society PCI Prestressed Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute (Formerly ASA) H-1B 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., 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 H-2B 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. If substitute items of equipment are authorized which vary materially from those shown on PLANS, prepare equipment data and detailed drawings covering necessary modifications and submit to Engineer for approval. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking modifications. G. ALTERNATE DESIGNS. If alternate design features are proposed for convenience of Contractor, submit design calculations and detail drawings covering proposed changes and related modifications of Contract PLANS to Engineer for review. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications, including engineering charges for checking such designs. H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings, schedules, and data sheets covering items of construction and equipment listed below: H-3B 1. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment, including valves and sluice gates. 7. Electrical equipment, including instruments. 8. Special items, as directed. Contractor will check and approve shop drawings for compliance with requirements of Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessary corrections or revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. I. OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. 1. Contractor to be responsible for obtaining installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. Submit three (3) copies of each complete manual to the Engineer within ninety(90) days after approval of shop drawings,product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. 2. Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install,test, and start up equipment. 3. Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. 4. The manual is to contain the following: (a) An 8'/2-inch x 11-inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. H-4B (b) A separate 8'/2-inch x 11-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation, operation, adjustment, and maintenance. J. COST BREAKDOWN. Within fifteen (15) days after execution of Contract, submit, in acceptable form, schedule showing subdivision of Contract into various items of permanent construction, stating quantities and prices, as basis for computing value to Owner of permanent usable parts of facility to be paid for on monthly estimates. No payment will be made to Contractor until such schedule has been submitted and approved. K. PROGRESS SCHEDULE. Within fifteen (15) days after execution of Contract, submit in acceptable form, anticipated progress schedule covering work to be performed. L. GUARANTEES. Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Surety. M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction to keep them reasonably neat and free of trash, rubbish, and other debris. In clean-up operations, remove from sites of work and from public and private property, temporary structures, rubbish, and waste materials. Dispose of excavated materials beyond that needed to bring site to elevations shown. During final clean-up, any road constructed by Contractor for access to construction site to be leveled and ruts filled so that natural surface drainage is not hindered. N. MATERIALS AND EQUIPMENT. Incorporate into work only new materials and equipment of domestic manufacture unless otherwise designated. Store these materials and equipment in manner to protect them from damages. Manner of protection subject to specific approval of Engineer. Pipe, fittings, equipment, and other serviceable materials found on site of work, or dismantled by reason of construction, remain property of Owner. Remove and deliver materials to Owner at designated points. Pay, at prevailing market price, for usable materials that are damaged through negligence. O. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other underground structures. Determine location of these installations in way of construction H-5B 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 25 of GENERAL CONDITIONS OF AGREEMENT, the following applies: "Where necessary to take down fences, signs, or other obstructions, replace in their original condition and restore damaged property or make satisfactory restitution, at no cost to Owner." R. INTERRUPTION OF UTILITY SERVICES. Operate no valve or other control on existing systems. Exercise care in performing work so as not to interrupt service. Locate and uncover existing utilities ahead of heavy excavation equipment. At house connections, either lift trenching machine over lines or cut and reconnect with minimum interruption of service, as approved. S. PROTECTIVE MEASURES. Where construction creates hazard to traffic or public safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same when no longer necessary. T. USE OF STREETS. 1. Remove, as soon as practicable, accumulated rubbish and open each block for public use. Use of any portion of street shall not constitute acceptance of any portion of work. Backfill and shape trenches across street intersections or driveways for safe traffic at night or, where permitted, span open trenches with wooden mats or bridges to permit traffic flow. When driveways are cut, immediate placement of mats for ingress or egress of vehicles may be directed if undue hardship to property owner would otherwise result. 2. Except where approved otherwise, do not hinder or inconvenience travel on streets or intersecting alleys for more than two blocks at any one time. Whenever street is closed, place properly worded sign announcing fact to public, with proper barricades at nearest street corners, on both sides of obstruction. Leave no street or driveway blocked at night. 3. When street is closed,notify Fire Department and Police Department. H-6B 4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. H-7B SECTION PAYMENT BOND PAYMENT BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF THAT we , of the City of , County of and State of , as Principal, and , as Surety, authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the City of Port Arthur, Port Arthur, Texas, and to all Subcontractors, workmen, laborers, mechanics and furnishers of material, and any other claimant, as their interest may appear, all of whom shall have the right to sue upon their bond, in the penal sum of 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 , 2015, entered into a formal contract with the City of Port Arthur for which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statutes, as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each such claimant, then this obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the Contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such change, extension of time, addition or modification. I-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., 2015. CONTRACTOR ATTEST: BY: TITLE: SURETY ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in Texas. I-2 SECTION J PERFORMANCE BOND , PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars, $ ( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER, dated the day of 20 , a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. Provided, that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. J-1 PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original,this the day of , 2015. ATTEST: Principal BY: (s) (Principal) Secretary [SEAL] (Witness as to Principal) (Address) Address Surety ATTEST: BY: Witness as to Surety Attorney-in-Fact Address Address NOTE: DATE OF BOND must not be prior to date of Contract. IF CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. J-2 SECTION K NOTICE OF AWARD (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "NOTICE OF AWARD" HERE SECTION L NOTICE TO PROCEED (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "NOTICE TO PROCEED' HERE SECTION M INSURANCE (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "INSURANCE" HERE SECTION N TECHNICAL SPECIFICATIONS 3/12/15 Rev. 1 SCOPE OF WORK PART 1 —GENERAL 1.01 DESCRIPTION This project is for the construction of the proposed improvements to the Port Acres Wastewater Treatment Plant. The City of Port Acres Wastewater Treatment Plant (WWTP) is located along Highway 365 near the hurricane levee at Hillebrandt Bayou in Port Acres,Texas. This project is to include several work items to complete work from the 2011 ARRA project and a few other improvements. The proposed improvements include but are not limited to removal of sludge from the existing aeration basin; replacement of existing coarse bubble aeration in existing aeration basin with fine bubble aeration equipment; installation of eleven (11) heavy duty slide gates in the existing aeration basin; completing the piping between the new aeration basin and the existing aeration basin; removal of sludge from the existing digester; replacement of existing aeration in the digester with new aeration equipment; installation of a new non-potable water system. including non-potable water pumps, hydropneumatic tank& controls,piping, hydrants, & electrical; replacement of existing clarifier scum pump system with a scum drain system; replacement of clarifier 402 mechanism with a complete new mechanism; repaving of site roadway as indicated; and other work associated with these work items as indicated or needed for a complete and operable system. PART 2—SCOPE OF WORK 2.01 CONDITIONS AT THE SITE A. The project will be constructed at the existing City of Port Acres Wastewater Treatment Plant within the fenced area. The existing wastewater treatment plant is to remain in operation throughout the entire project. All power outages, plant outages, etc. shall be coordinated at least 96 hours in advance with the City of Port Arthur operating staff and the Engineer's representative(s). No outages can be more than four(4)hours except as approved by the City of Port Arthur and the Engineer. B. During the installation of the new 36-inch raw water line,there will be portions of the existing access roadway that will be crossed. Contractor shall coordinate with CPA and Centrifuge Contractor to provide access to centrifuge building area, sludge handling, office/laboratory building, screening & grit removal areas, and other treatment facilities at all times. Barricades and steel plates over trenches shall be provided as needed to provide for safety access until paving and/or access is repaired. C. Existing Utilities & Pipelines —Note the existing utilities and pipes indicated on the plans. Contractor shall contact all utilities and pipelines before beginning construction for locates. D. Work Between the Existing Grit Chamber& Existing Aeration Basin will include (1) SW— 1/10 3/12/15 Rev. 1 the installation of activated sludge lines from the new aeration basin; (2) removal/replacement of drains and drain lines from the existing aeration basins; and, (3) abandonment & removal of the existing buried air piping for installation of new piping. This area is extremely tight with limited access to equipment and shoring equipment. Excavation, shoring, and coordination of work will require special consideration. 2.02 PROJECT SCOPE A. Mobilization as required for construction of the project including all bonds, insurances, permit fees, moving onto site, etc. Demobilization at the completion of the project, and removal of all construction materials and equipment. All areas of the site inside the fence shall be restored to the condition encountered prior to commencement of the project or better condition. B. Contractor is responsible for obtaining building permits for all crafts, but will not be liable for permit fees. All contractors must be licensed and insured in accordance with the City's requirements for specific trades. Contractors must call for all City inspection before covering any work. A 24-hour notice for all City inspection is required. C. Implementation of the Stormwater Pollution Prevention Plan (SWPPP). Including but not limited to (1)preparation and filing of NOI &NOC; (2)project bulletin board; (3) installation, maintenance, and removal of Best Management Practices until adequate vegetation is achieved; (4) maintenance report log; and, (5) all other requirements of the SWPPP. D. Air Piping a. Blowers. At the blower building, as the aeration systems are put into operation at the (1) existing (original) aeration basin; (2) new aeration basin; (3) digester basin; and, (4) chlorine contact basin. The air distribution is installed to be digester basin, across the existing aeration basin, to the chlorine basin, and to the new aeration basin. The new aeration basin has been connected to the air distribution system. All other units are to be tied in under this contract. When the first of the new basins/units is added to the air distribution piping, one of the 90° elbows at the blowers will need to be rotated 180° to be connected to the air distribution piping. That blower will be used to feed the system until the existing air piping is completely removed from service and the other blowers are added to the new air distribution piping system. Note that blind plates may be required to be installed on the manifold at the connection for the other blowers until they are connected. b. Existing (Original) Aeration Basin. The main air distribution piping has been installed across the top of the existing aeration basin. Since the existing coarse bubble diffused aeration system has not been replaced, the air distribution system for this basin could not be completed. As the coarse bubble diffuser system is SW-2/10 3/12/15 Rev. 1 removed, the new air distribution piping for this basin is to be installed as shown on the plans. See also the scope for the Existing Aeration Basin below. c. New Aeration Basin. The new aeration basin has been completed with new fine bubble aeration equipment awaiting a means to get the raw influent flows to and from the basin. This basin can be put into service as soon as (1) the 36" diameter piping is installed from the grit chamber to the installed piping adjacent to the centrifuge building; and, (2)the 36" diameter is installed from the installed piping adjacent to the office/laboratory building to the Existing Aeration Basin. Once the new air distribution piping has been put into service and the flows can be diverted to the new aeration basin, the new aeration basin can be put into operation. d. Digester Basin. When the digester aeration equipment is installed it is to be connected to the new overhead air distribution system. If the new air distribution system has not been put into service, a blower is to be connected to the system and the system put into service. e. Chlorine Contact Basin. Once the new air distribution piping is put into operation, the air piping at the Chlorine Contact Basin can be diverted over to the new air distribution piping. The existing distribution piping can be isolated and is to be abandoned in place. E. Existing (Original)Aeration Basin The existing or original aeration basin must remain at least partially (i.e., 50%) operational at all times. All flows to the final clarifiers must flow through this basin. In the event of a major rain event when high inflow/infiltration is experienced by the City, the entire basin will be required to be in operation to handle the flows until the flows recede back to a manageable rate. Until the piping from the new aeration basin has been completed to this basin, all influent flows to from the grit chamber through the inlet trough into this basin. To complete the piping between the two aeration basins, the new air piping has to be in service with at least a portion (i.e., half) of the entire basin converted to fine bubble aeration or the existing coarse bubble aeration temporarily piped to the new air piping. The main air manifold has already been installed across the top of the aeration basin and is ready to be put into service at the blower building. Complete the air distribution piping as the coarse bubble manifold is removed and the new air piping can be installed as shown on the plans. The basin will require sludge/grit removal in order to install the new fine bubble aeration equipment throughout the bottom of the basins. The existing drains are inoperable requiring the basins to be pumped out until the new drain valves are installed. a. Sludge Removal The accumulated sludge/grit in the aeration basin is to be removed, dewatered, SW-3/10 3/12/15 Rev. 1 and disposed of at the City of Port Arthur landfill. The sludge/grit has to be removed to allow for the installation of the gates and fine bubble diffuser equipment. b. Piping &Valves 1. Interunit Piping. The 36" piping to and from the new aeration basin has been installed from the aeration basin to just east of the bypass pipe adjacent to the centrifuge building as indicated on the plans. Piping is to be completed between the Grit Removal Unit and the existing piping and the Existing Aeration Basin and the existing piping to allow the new aeration to be put into service. At the Grit Removal Unit, the 36" pipe will be connected as indicated in the plans. The concrete wall is to be cored to provide a clean hole in the wall for flow. Work in the Grit Removal Unit will require coordination with the City's Operators for temporarily stopping flow while work is being performed in this basin. It should be anticipated for a flow stoppage of four hours. At the existing aeration basin, the tie-ins to the basin will require coring through the walls into the basins as indicated. These cores will need to be made when the basins are isolated and empty. 2. Drain Valves & Piping. The drain valves and piping from the Existing Aeration Basins are to be replaced with new as shown on the plans. As the basins are taken out of service, the drain valves and piping to the existing gravity line located between the grit removal unit and the aeration basin is to be disconnected and plugged. The existing valves are to be removed and the piping extended as shown to an above ground valve and quick connect station for each basin. Each drain line will need to be coordinated with the 36" activated sludge piping location. An inflatable plug will need to be installed into the drain line in the basin before the existing valve is removed in event the basin has to be flooded during a major rain event. 3. Air Piping. The existing aeration basin is fed by a buried air piping system located between the Grit Removal Unit and the Aeration Basin. When the new fine bubble aeration equipment is installed in at least half of the existing Aeration Basin and operating,the existing buried air piping can be removed. Note that an alternative to help with construction is to temporary the existing coarse bubble aeration systems into the new above ground air manifold located across the aeration basin. This would allow the air piping between the Grit Unit and the Aeration Basin to be removed allowing the new piping work to be completed in this area. c. Aeration Equipment 1. The existing coarse bubble aeration is to be replaced with fine bubble aeration SW—4/10 3/12/15 Rev. 1 equipment furnished by the City. The fine bubble aeration equipment is stored on site adjacent to the digester basin. 2. The aeration manifold piping throughout the basin is to be completed to feed the new fine bubble aeration equipment. The new aeration equipment is to be installed in accordance with the ITT (Sanitaire Products) requirements per the submittal included in Appendix D. Also included in Appendix D is the original shipping list for the aeration equipment. d. Gates Install eleven (11) heavy duty slide gates furnished by the City in the existing aeration basin. The eleven (11) heavy duty slide gates are located onsite on pallets with all of the mounting hardware. Approx. Tag No. Size Mounting Stem Length Location Existing(Original)Aeration Basin SGV-301 30" Wall thimble 15' Aeration-Inlet Box Isolation(West) SGV-304 30" Wall thimble 15' Aeration-Inlet Box Isolation(East) SGV-305 16" Wall thimble 15' Aeration Basin-Basin#1 Inlet SGV-306 16" Wall thimble 15' Aeration Basin-Basin#2 Inlet SGV-307 16" Wall thimble 15' Aeration Basin-Basin#3 Inlet SGV-308 16" Wall thimble 15' Aeration Basin-Basin#4 Inlet SGV-309 16" Wall thimble 15' Aeration Basin-Basin#5 Inlet SGV-310 16" Wall thimble 15' Aeration Basin-Basin#6 Inlet SGV-311 16" Wall thimble 15' Aeration-Outlet Box Isolation West SGV-312 16" Wall thimble 15' Aeration-Outbox Box Isolation Center SGV-313 16" Wall thimble 15' Aeration-Outlet Box Isolation East F. Yard Piping/Interunit Piping a. 36" Raw Influent Line & 36"Activated Sludge Line Between Aeration Basins Complete the 36" influent line and the 36" activated sludge line between the new aeration basin and the existing (original) aeration as indicated on the plans. The 36" ductile iron pipe, fittings, and accessories for this installation are provided on site by the City. G. Clarifier 402 a. The entire clarifier mechanism including but not limited to the center pier, drive, rack, skimmer arm, catwalk system, control panel, etc. is to be replaced. The existing scum baffle, weir, and scum beach are the only components within the basin to remain. b. The clarifier is to be dewatered and actual field measurements taken before the new equipment is released for fabrication. Contractor is to coordinate with City's SW-5/10 3/12/15 Rev. 1 operators for dewatering of basin for solids and water management. Unit is to be put back into operation as soon as possible following field measurements. c. The removal of the clarifier from service for replacement of the mechanism is to be coordinated with the City's operators. d. The clarifier mechanism is to be installed in accordance with manufacturer's recommendations. All leveling and adjustments to rake assembly and screeds are to be made prior to startup. Upon completion, the unit is to be started up with manufacturer's startup services as specified and the applicable report provided. H. Non-Potable Water System Construct a new non-potable water system including but not limited to (1) non- potable water pumps; (2) hydropneumatic tank and control system; (3) non-potable water distribution system; (4)yard hydrants; and, (5) electrical. a. Construct a new reinforced concrete slab and associated equipment pads as indicated on the plans. Size of equipment slab and equipment pads may vary depending on equipment furnished, etc. All electrical layout shall meet NEC for clear distances. b. Furnish and install two (2) new non-potable water pumps installed with valves and piping as shown. Pumps to be installed on "house-keeping" equipment pads as indicated. c. Furnish and installed a hydropneumatic tank and control system as indicated, designed to control the non-potable water pumps including alternation, etc. as specified. d. Construct a 2" HDPE non-potable water loop system around the WWTP site with branch lines to each yard hydrant as indicated. e. Furnish and install twelve (12) yard hydrants at locations as indicated. Yard hydrant locations are to be coordinated with City staff and/or Engineer for actual location at units/buildings prior to installation. I. Site Improvements a. Paving/Road Work 1. Base Bid — To set the minimum improvements, the Base Bid will include repairing the damaged roadway to like or better condition. The areas damaged during construction are to be compacted, graded, and put back into a drivable and drainable surface. A minimum of 6" of compacted limestone or crushed concrete provided to all excavated areas. The entire site is to drain as originally intended upon completion of the project. SW—6/10 3/12/15 Rev. 1 2. Alternate Bid — The entire road within the treatment plant complex is to be reconstructed. The general layout will remain the same as the existing as shown on the plans. The final access road and adjacent grading is to be such that the entire site will continue to drain as it is or better. The typical road section will include removing the existing roadway to 10" deep; lime stabilizing 10" of the subgrade; adding 8" compacted limestone; then adding 2" of HMAC. See plans for general access road construction details and notes. b. Site Clean-up The entire site that has been used for storage of materials, equipment, etc. is to be cleaned and graded upon completion of the work. Once work in that area is complete, the area is to be cleaned and graded to prevent ponding. During construction, the Contractor will be responsible for mowing and weed-eating four feet around all stored materials and equipment as necessary. A minimum mowing of once per week will be required during the growing period. c. Grading,Fertilizing, & Seeding The entire site is to be brought to a finished grade to drain upon completion of the project. Upon completion, the entire site disturbed by construction & material storage shall be hydromulched. 2.03 RELATED CONSTRUCTION Concurrent with this project, there will be an ongoing project to install a new centrifuge building located between the existing centrifuge building and the existing thickener. This project will have piping, concrete paving, and access that needs to be coordinated with the interunit piping installation and sludge removal. This project should be completed early into this project,but there will some overlap of these projects. The Contractor shall plan to coordinate as required with the centrifuge Contractor for work on the site including access; equipment/material storage; office trailers; etc. as required for the execution of both contracts. 2.04 SPECIAL SCHEDULE REQUIREMENTS THE TREATMENT PLANT MUST REMAIN IN OPERATION AT ALL TIMES. IF BYPASS PUMPING IS REQUIRED, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR AT NO ADDITIONAL COST TO THE OWNER. A. Aeration Basin. The work associated with the Aeration Basin including sludge removal; installation of fine bubble aeration equipment; slide gate installation; completion of interunit piping; drain piping; etc. must be completed within the first 90 days of the Contract. All materials for this work are provided onsite by the City. The Contractor SW-7/10 3/12/15 Rev. 1 must provide a specific schedule to indicate how this work will be performed within this time. The City can operate with at most half of the existing aeration basin out of service at a time for a short period of time. In the event of a major storm event, the entire basin may be required to be put back into operation. With this consideration,the contractor shall provide a detailed schedule and/or procedure for: a. Cleaning the sludge from the Existing Aeration Basin. b. Replacing the gates. c. Replacing the aeration equipment. d. Installing the new interunit piping between the new and existing aeration basins. B. Digester Basin. The digester basin is a single basin that provides all of the sludge processing for the treatment plant. The Contractor is required to coordinate two weeks in advance of performing any work in the digester that will take the unit out of service. This two week notice will allow the City's operators to begin maximizing their sludge wasting and disposal to get the solids inventory in the plant to a minimum for the period the digester is out of operation. The digester cannot be out of operation for more than 7-days at a time unless the Contractor provides temporary aeration in the thickener and temporary sludge piping to the dewatering facilities. 2.05 OTHER A. Owner Furnished Materials (See Owner Furnished Materials List) A large portion of materials for installation in this project are to be furnished by the Owner. The materials are stored onsite primarily to the plant south of the digester and centrifuge facilities. In the event that ancillary items (i.e., bolts, gaskets, etc.) cannot be found for these materials Owner supplied materials, there is an allowance for purchase of these additional items. These additional items must be approved by the Owner/Engineer prior to purchase and will be reimbursed at the invoice price. The materials furnished by the Owner are as follows: a. Gates—The eleven (11) heavy duty slide gates and hardware are stored on pallets adjacent to the blower building. b. Fine Bubble Aeration Equipment to be installed in Existing Aeration Basin is stored on dunnage adjacent to the digester. The hardware is located in palletized boxes adjacent to the diffuser manifold pipes. c. Coarse Bubble Aeration Equipment to be installed in Existing Digester Basin is stored in the area just to west of the digester. SW-8/10 3/12/15 Rev. 1 d. The ductile iron pipe (36" & 24") is stored to the south of the abandoned treatment units located south of the centrifuge building. B. Equipment laydown / storage is available between the east fence and the access road. Note however, the non-potable water line is to be located on this side of the access road. SW—9/10 3/12/15 Rev. 1 OWNER FURNISHED MATERIALS LIST Ductile Iron Pipe Materials (9)—36" x 21' DI—Push on pipe (1)—36"-90 F x F (1)-36" x36" x24" MJ Tee (1)—36" x 24" MJ reducer (1)-36" x 13' Fx PE (1)-36" x9' FxF (1)-36" x 1'-6" F xPE (4)-36" MJ-90's (8)—36" Mega lugs (1)—24" MJ 90 (2)—24" x 11'-3" F x PE (1)-24" x 7' PE x PE (2)—24" x l'-6" F x PE (3)—24" MJ glands (4)—24" mega lugs (10)—valve stem ext. Fine Bubbler System (72)—pcs. 19'-8" lateral trunk line (56)—pcs . 11'-5" lateral trunk line (7)—4"x4' lateral lines (8)—4"x4' pvc pipe w/glued 90 PVC AIR HEADER (6)—6"x 10'-10" (6)—4" x 6'-6" (2)—4"x 10-8" SS Air Drops for Digester& Chlorine Contact Basin (6)—6" SS drops 16'-10" (8)—4" SS drops 16'-9" (22)— 1" SS drops 11' (50)— 1" SS drops 14'-6" (20)—3/4" x 20' sch 80 pvc. (2)tag#30915-303 sq.SS tubing Misc.Accessories,Valves,Etc. (36)—6" MJ accessory sets (12)— 10" MJ accessory sets (30)— 14" MJ accessory sets (6)—6" MJ mega lugs for pvc (1)—red—8" butterfly valve (4)—blue—8" butterfly valves (9)—crates of—1-8x6" T-HD w/nuts bolts (1)—Endress Hauser(Proline Tmass 65) SW- 10/10 10/13/2005 ITEM NO. A2001 —CLEARING AND GRUBBING PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Remove and dispose of trees, stumps, brush, roots, logs, vegetation, rubbish, and other objectionable matter from project area. Project area is defined as all easements and that portion of street rights-of-way necessary to allow construction of the facilities proposed in this Contract, including those areas needed for disposal of excess excavated material. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 -PRODUCTS Not required for this Item. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. Clear and grub trees, stumps, brush, roots, logs, vegetation, and rubbish within project area except trees, shrubs, and other landscape features designated to remain, and protect same against damage and trim when necessary. Clear stump holes of refuse and loose earth; backfill and compact to density of surrounding ground. B. On embankment areas, remove stumps, roots, and objectionable materials to a depth of one foot below existing natural ground surface. C. Dispose of all refuse from clearing operation off site. Obtain required permits from various governmental agencies involved. Bury no refuse on Owner's property. On areas other than embankment, remove stumps and roots to depth of two feet below natural ground. D. For pavement construction, strip grasses to a depth 2-inches below existing grade and spoil off site. 3.02 MEASUREMENT AND PAYMENT A. No separate pay for work performed under this Item except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. A2001 - 1/2 10/13/2005 B. Proposal will indicate if clearing and grubbing is a pay item. If so, measure by acre or lump sum as indicated in PROPOSAL. C. Pay for "Clearing and Grubbing" at Contract price bid as measured. Such payment to be full compensation for work as described herein. A2001 -2/2 8/03/2004 ITEM NO.A2002 - SITE GRADING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Within the limits indicated, or in areas where existing grade is altered, strip existing topsoil to 6-inch depth and stockpile in approved areas for subsequent replacement. Remove and dispose of all vegetation, roots, and waste material. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 -PRODUCTS 2.01 MATERIALS Fill: Use approved excess excavation or borrow material. Borrow from approved source, excavate, and clean up borrow area. Reuse of material stripped from borrow site is not allowed unless specifically indicated on PLANS. PART 3 -EXECUTION 3.01 GENERAL Maintain surface drainage on site during construction. 3.02 CONSTRUCTION A. Fill Under Structures and Roads: Place dirt fill in 8-inch maximum layers (loose measure) and compact at or near optimum moisture to at least 95 percent AASHTO Standard T-99-74 density. Place fill to subgrade elevation without addition of topsoil. Where fill to subgrade elevation is less than 6 inches, scarify existing ground to a depth of 6 inches and compact as specified herein. B. Site Fill: Place approved fill within 4 inches of finish grade shown on all areas not covered by structures or roads. Fill in 10-inch maximum layers (loose measured) and compact at or near optimum moisture to at least 90 percent AASHTO Standard T-99-74 density, unless otherwise shown on PLANS. A2002 - 1/2 8/03/2004 C. Topsoil: Place topsoil over areas within limits shown on PLANS. After substantial completion of construction, grade site 4 inches lower than finished grade on all unpaved areas. Clear ground surface of all foreign materials, then place 4 inches of topsoil to bring site to smooth finished grade indicated. D. Waste: Waste stripped materials from within limits indicated. Spread waste material over designated area, dress by blading, and slope to provide drainage. E. Final Cleanup: Level washes, ruts, depressions, and mounds to give areas smooth finish. 3.03 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for work of which this is a component part. A2002 - 2/2 Std. 08/03/2004 ITEM NO. A3002—COMPACTED SAND FILL UNDER STRUCTURES PART 1 —GENERAL 1.01 DESCRIPTION A. Scope: Furnish, place, and compact sand fill under structures within limits shown on PLANS. PART 2—PRODUCTS 2.01 MATERIALS A. Clean sand or clean bank sand free from clay and clay lumps, shale, loam, organic matter, excessive amounts of salt, and other deleterious materials. Sand with maximum Plasticity Index of 7 and with not more than 40 percent passing a No. 200 sieve. Water, if used to aid compaction, to be clean and fresh. PART 3 —EXECUTION 3.01 INSTALLATION A. Construction: Excavate or strip to depth as indicated on PLANS or as directed by Engineer. Compact subgrade to minimum dry density of 95 percent of maximum in accordance with ASTM D698-78 by making several passes with flat-wheeled or vibratory roller to uniformly dense soils and to ensure that localized weak and compressible zones are not present. Shape surface to receive sand fill as shown on PLANS. Place in 8-inch maximum lifts, measured loose, and compact with pneumatic-tired or vibratory roller. In confined areas, compact with mechanical tamps. Compact soils at or near optimum moisture content to a minimum dry density of 95 percent of maximum in accordance with ASTM D698-78. "Waterflooding" to obtain required compaction not permitted. After compacting, shape surface area to grade indicated. Make at least one (1) density test per lift. 3.02 MEASUREMENT AND PAYMENT A. No separate payment for work performed under this Item, including density testing, except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. B. "Extra Compacted Sand Fill", when authorized, to be measured by cross-section method in its compacted position and paid for at Contract unit price bid per cubic yard. Payment under this bid item is limited to compacted sand fill as may be required in excess of amount shown on PLANS. A3002 - 1/1 10/13/2005 ITEM NO. B3001 - REINFORCING STEEL PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work 1. This Item governs for furnishing and placing of reinforcing steel, deformed and smooth. 2. Furnish chairs, ties, splicing devices, and other reinforcing accessories required to complete the work. 1.02 QUALITY ASSURANCE A. General: Conform to approved shop drawings and to ACI Manual of Practice for Detailing Reinforced Concrete Structures. B. Submittals 1. Submit shop drawings indicating location,placement, sizes, and bending. 2. When welding is required, furnish report of chemical analysis, showing percentages of carbon, manganese, phosphorus, and sulfur. C. Tests: Submit certified copy of mill certificates of compliance with requirements herein specified. 1.03 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Delivery: Deliver to job site free from dirt, loose scale and rust, paint, oil, or other foreign material. B. Storage: Store above surface of ground upon platforms, skids or other supports, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust. C. Handling: Handle so as not to sustain crimping, bending, or warping before and during placement. B3001 - 1/4 08/03/2004 PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Steel 1. Deformed, conforming to ASTM A615, Grade 60. 2. Welded wire fabric conforming to ASTM A185. 3. Cold drawn steel wire conforming to ASTM A82. 4. Spiral reinforcement to be smooth (not deformed) bars or wire complying with ASTM A82. 5. Submit information on mechanical splicing devices, couplers, and all other reinforcing accessories. B. General Requirements 1. Nominal size, area, and theoretical weight in accordance with Table 1, ASTM A615 supplementary requirement. 2. Bending a. Bend in shop, cold, true to shapes indicated on PLANS. b. Irregularities in bending are cause for rejection. c. Detail bars in accordance with ACI 315. d. Inside diameter of bar bends, in terms of nominal bar diameter (d) of bar which is bent, in accordance with ACI 315. 3. Fabrication tolerances in accordance with ACI 315. 4. Splices a. Except where shown, not permitted without prior written approval. b. Not permitted in main reinforcement at points of maximum stress. c. When not indicated on PLANS, but permitted with prior written approval, subject to the following: 1. Not larger than#8 bars. 2. Not permitted in bars 30 feet or less in length, except vertical. 3. Distance center-to-center not less than 30 feet, and no individual bar length less than 10 feet. 4. Maintain specified concrete cover and tie bars together securely. 5. Stagger main bar splices in adjacent bars minimum of two splice lengths. d. Lap Splices 1. See General Notes in PLANS for standard bar lap lengths. 2. Lap bars so that both bars will be in the same plane parallel with the nearest concrete surface. e. Welding Splices 1. Procedures and electrodes as specified in AWS D12.1. B3001 -2/4 08/03/2004 2. For bars No. 6 and smaller, use lap weld splices with fillet weld equal to one-half bar diameter on each side for four inches in length. 3. For bars No. 7 and larger, use butt weld splices in accordance with Figure 3.5,AWS D12.1 4. Prepare ends for butt-welding in the field, and deliver bars of sufficient length to permit this practice. f. All splices, whether lap, weld, mechanical, or coupler, to develop full strength of bar. PART 3 -EXECUTION 3.01 INSTALLATION A. Place reinforcing steel in positions indicated by PLANS and approved shop drawings. 1. Dimensions shown are to centers of bars, unless otherwise noted. 2. Hold bars securely in place with tie wires and other approved means during placing of concrete. a. In plans of steel parallel to nearest surface of concrete, bars not to vary from PLAN placement by more than one-twelfth of spacing between bars. b. In plans of steel perpendicular to nearest surface of concrete, bars not to vary from PLAN placement by more than one-quarter inch. 3. Do not use looped wire bar ties ("pig tails"). 4. Do not tack weld reinforcing. 5. Space steel required distance from forms by approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved precast mortar or concrete blocks. a. For approval of plastic spacers, provide samples of plastic, which show no indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. b. Cast precast block, maximum 2-1/2 inches square, to thickness required for proper reinforcement clearance from forms. 6. Use hot-dipped galvanized metal or plastic chairs to support all reinforcing steel. Except for use with pavement steel, chairs need not be galvanized. 7. Use heavy bolster to support bottom layer of reinforcing in abutment caps, bent caps, and other beams. 8. In bridge deck slab, use two rows of supports for bottom layer of reinforcing parallel to beams for each by between beams. Use high chairs to support top layer. 9. Clean all mortar, mud, dirt, etc. from reinforcement before placing concrete. B3001 - 3/4 08/03/2004 10. Protect exposed steel from corrosion. 11. Placement of steel to be inspected before concrete is placed. 3.02 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, except as indicated below. Include cost of same in Contract unit prices bid for items of which this work is a component part. B. Measure "Extra Reinforcing Steel," when approved by Engineer, by pound of calculated weight of steel actually placed. Pay for "Extra Reinforcing Steel" at Contract unit prices bid per pound of"Extra Reinforcing Steel" used. B3001 - 4/4 ITEM NO. B3005 —CONCRETE CONSTRUCTION PART 1 -GENERAL 1.01 DESCRIPTION A. Scope of Work 1. Construction of concrete structures, except concrete pavement. 2. Contractor assumes responsibility for design of concrete. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE Make test specimens to maintain check on concrete strength throughout job. 1.03 SUBMITTALS Submit designs for strength. PART 2 -PRODUCTS 2.01 MATERIALS A. Concrete: Ready mixed conforming to ASTM C94 or site mixed. 1. Cement a. ASTM C150, Type I. b. Use no caked cement. c. Deliver in bags for site-mixed concrete. d. Use only one brand of cement in any one structure. 2. Water: Free from oils, acids, alkalis, organic matter, salts, or other deleterious substances. 3. Coarse Aggregate a. Per ASTM C33. b. Maximum size 1 1/2 inch. 4. Fine Aggregate: Natural sand conforming to ASTM C33. 5. Admixtures: Air-entraining admixtures in accordance with ASTM C260. 6. Classification: B3005 - 1/5 Class Type Min.28-day Max.Water Min. Cement Consistency Air Content Compressive Content per (bags per cu. Range in (%) Strength (lbs. bag of Cement yard) Slump(in.) per sq. in.) (gal.) A Structural 3,000 6.25 5.25 21/2 to 41/2 21/2 to 41/2 B Slope 2,000 8.50 4.25 2'/2 to 4 2'h Protection Pipe 1,500 11.0 3.0 3 to 5 3 to 6 Blocking D Seal Slab - - 4.0 6 to 8 as needed Include in maximum water, free water in aggregate minus absorption of aggregate based on a thirty-minute absorption period. B. Reinforcing Steel: 1. Bars a. Per ASTM C150, Type I. b. Grade 40 or Grade 60 (deformed). 2. Welded Wire Fabric: Per ASTM A185. C. Expansion Joint: Preformed rubber or cork conforming to ASTM D1752. D. Curing Material: 1. Water: Free from oils, acids, alkalis, organic matter, salts, or other deleterious substances. 2. Cotton Mats: Filling material of cotton "bat" (min. 12 oz. per sq. yd.) with unsized cloth covering(min. 6 oz.per sq. yd.) E. Timber: Seasoned, of good quality and free from loose or unsound knots, knot holes, twists, shakes, or decay. F. Non-shrink Grout: Premixed grout which is non-metallic, non-corrosive and non- staining; containing specially selected silica sands, cement, shrinkage compensating agents,plasticizing and water reducing agents. 1. Conform to requirements of Corps of Engineers CRD-CR621-82B. 2. Yield of 0.9 cubic foot to 1.0 cubic foot per 100 pounds. 3. Mixing water per 100 pounds. a. Stiff: 2 gallons b. Plastic: 21/4 gallons c. Flowable: 2%2 gallons 4. Minimum 28-day compressive strength of 8,000 psi. 5. Maintain grout temperature during placement between 50°F and 90°F. G. Polyethelene Film for Permanent Moisture Barrier: Minimum thickness .006 inch (six Mils) and high impact-strength rating. B3005 - 2/5 H. Concrete Bonding Agent: "Daraweld-C" as manufactured by W.R. Grace and Co., or "Bond Crete-S" as manufactured by Burke Concrete Accessories, Inc. PART 3 -EXECUTION 3.01 CONSTRUCTION A. Forms 1. Timber: Mortar tight; smooth surface; true to line and grade and adequately braced. 2. Provide plywood or masonite surfaces for concrete faces to be rub finished. B. Mixing Concrete 1. Mix and deliver in accordance with ASTM C94. 2. Clean and maintain equipment for good operation. 3. Job-mix concrete in approved type mixer for minimum of 11/2 minutes for 1 cubic yard batch. Add 15 seconds for each half yard increase over 1 cubic yard batch. 4. Do not mix when air temperature is 40°F and falling. C. Placing Concrete 1. General Requirements: a. Give notice before placement. b. Place in daylight hours. c. Discharge within one (1) hour after start of mixing. 2. Handling and Transporting: a. Use method to prevent segregation. b. Use buckets, chutes, buggies, pipes, or troughs. c. Protect against sun and wind,to prevent loss of slump and workability. d. Use of aluminum equipment not permitted. 3. Depositing: a. Continuous horizontal layers 12 inches thick. b. Limit free fall to 5 feet. c. Use tremies for free fall over 5 feet. d. Minimum temperature of all concrete at time of placement to be not less than 50°F. e. Concrete temperature at time of placement not to exceed 85°F, plus a maximum tolerance of 5°F. f. Use retarding agent for air temperatures above 85°F. g. Provide thermometer for temperature verification. h. Concrete work varying from requirements specified will be rejected. D. Curing Concrete 1. Cure for six consecutive curing days, except for high-early-strength concrete. 2. Cure high-early-strength concrete for three consecutive curing days. B3005 - 3/5 3. "Curing Day" is a calendar day whose temperature is above 50°F for at least 19 hours. E. Form Removal 1. Remove forms under slabs, beams, or girders after seven days. 2. Remove all other forms after two days. F. Patching Concrete: Patch honeycomb and tie holes. G. Defective Work: Repair or replace at Contractor's expense immediately after form removal. H. Slab Finish: Wood float, or steel trowel as designated on PLANS. I. Rub-Finished Surfaces 1. Rub-finish exposed vertical and battered surfaces from 6 inches below final ground line of low water to top. 2. No rubbing required for structures extending 12 inches or less above ground or water. 3. Provide two rubbings: a. First with No. 16 carborundum stone. b. Second with No. 30 carborundum stone. 4. Finish to provide clean, smooth, uniform surface. J. Grout: One part Portland cement to two parts sand, by weight. K. Construction Joints: As shown or as approved. L. Reinforcing Steel 1. Bend, clean, place and tie in accordance with ACI Standards. 2. Splice bars only at locations shown on PLANS. 3. Lap bars in accordance with table shown on "Concrete Standards" sheet or as indicated or noted on drawings. M. Cleanup: Clean area from time to time during construction and clean area completely after completion of work. 3.02 MEASUREMENT AND PAYMENT A. No separate payment for work performed under this Item except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. B. "Extra Concrete", when approved by Engineer, to be measured by cubic yard of concrete, complete in place. Pay to be at Contract unit Price per cubic yard for classes of"Extra Concrete"used. B3005 -4/5 C. "Extra Reinforcing Steel", when approved by Engineer, to be measured by pound of calculated weight of steel actually place. Pay to be at Contract unit price per pound of "Extra Reinforcing Steel" used. END OF ITEM B3005 - 5/5 : A ,v r _ g y .. ,. ,,,,:....,, ,,,,,4.,,,,, kf. 1 fJ y • t 4 ' 7 I .tib. J. •n • q .LL.ds�:'��n�:sY:k ,- - <,-,„N�='.1�.'r'`.i,,..:a.+ �: }tea .isn.c. $'�x Yt ...,,..-It _ ,_•.: �'.' eyr "' >=.; i r.Yn.- d:!":a-o .-:'4.rx - ... ., 08/03/2004 ITEM NO.B3007 - MISCELLANEOUS METALS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish, fabricate, and erect structural steel and other metals. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver metals to jobsite free from dirt, scale and rust, oil or other foreign material. B. Store above surface of ground on platforms, skids, or other supports to prevent sagging, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust or corrosion. C. Handle so that metals will not sustain bending or warping before and during placement PART 2—PRODUCTS 2.01 MATERIALS A. Structural Steel: Per ASTM A 36, unless otherwise noted B. Steel Grating: As shown on PLANS. C. Cast Iron: Per ASTM A48 gray iron, Class 20. D. Copper 1.Soft Copper Sheets: Per ASTM B152,No. 110 2.Rod, Bar, and Shapes: Per ASTM B133,No. 110 E. Lead: Lead sheets of uniform thickness, free from surface imperfections, and manufactured from pig lead per ASTM B29-79. F. Galvanized Sheet Metal Per ASTM A446 and ASTM 525 coating G90. G. Aluminum 1.Structural Shapes, Extrusions, Bars, Grating, Stair Treads: Per ASTM B221 and ASTM B08, Alloy 6061-T6. B3007- 1/2 08/03/2004 2.Gravel Stop: Per ASTM B221, Alloy 6063-T42. 3.Other Items: Per recognized standards. H. Other Metals: Per application ASTM specification or recognized standard, as approved. PART 3 —EXECUTION 3.01 FABRICATION AND ERECTION A. Structural and Miscellaneous Steel: Per AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings, "but not including Section 4.2.1 of the Code of Standard Practice for Buildings and Brides. B. Aluminum: Weld structural frames in accordance with current recommended practice. C. Grating: Fabricate required openings in gratings and band openings of 5-inch diameter and larger with a 1/2 - inch clearance. Furnish all clips. D. Galvanizing 1.Hot-dip galvanize structural and miscellaneous steel after fabrication, as specified. 2.Galvanized anchor bolts. 3.Galvanized per ASTM A123,ASTM A153, and ASTM A386 as applicable. E. Regalvanizing: Repair chipped or otherwise damaged galvanized areas by application of galvanizing repair compounds meeting Federal Specification O-G-93 (stick only) in accordance with manufacturer's recommendations. F. Shop Painting 1.In accordance with Item"Painting and Protective Coating." 2.Do not paint metal surfaces which will be in contact with concrete, or on which plates will be applied in the field, or within 2 inches of field welds. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Includes cost of same in Contract price bid for work of which this is a component part. B3007 - 2/2 08/03/2004 ITEM NO. C3007— SEALANTS PART 1 - GENERAL 1.01 DESCRIPTION A. Section includes: Provide elastomeric joint sealants, joint backer materials and accessories needed to ensure a complete and durable weather tight seal at all locations indicated on plans. 1.02 SUBMITTALS A. Product Data: 1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3. Shop Drawings or catalog illustrations in sufficient detail to show installation and interface of the work of this Section with the work of adjacent trades; 4. Manufacturer's current recommended installation procedures which, when reviewed by Engineer, will become the basis for accepting or rejecting actual installation procedures used on the work. 5. Certification from sealant manufacturers that their products are suitable for the use indicated and comply with specification requirements. B. Samples of sealant for color selection and approval. 1.03 MANUFACTURERS Approved Product Manufacturers as listed but not limited to: Dow Corning Corporation, Pecora Corporation, Sika Corporation, Tremco Incorporated, or Sonneborne. PART 2—PRODUCTS 2.01 MATERIALS A. Accessories 1. Backer Rod: Minimum h/8-inch diameter greater than joint width for joints less than 3/4-inch wide. Use 1-inch diameter rod for joints 3/4-inch wide. Use Sonofoam as manufactured by Sonneborn Contech, Ethafoam SB as manufactured by Dow Chemical U.S.A., or equal. C3007— 1/6 08/03/2004 B. Elastomeric Sealants 1. Sealant Type A: a. For exterior joints in vertical surfaces and non-traffic horizontal surfaces such as, but not limited to: 1) Control and expansion joints in cast-in-place concrete. 2) Joints between architectural precast concrete units. 3) Control and expansion joints in unit masonry. 4) Butt joints between metal panel. 5) Joints between marble or granite. 6) Joints between different materials listed above. 7) Perimeter joints between material listed above and frames of doors, windows, storefronts, louvers and similar openings. 8) Control and expansion joints in ceiling and overhead surfaces. b. Provide single-component or multi-component, low-modulus, non-sag sealant; comply with ASTM C920, Type S or M, Grade NS, Class 25. 2. Sealant Type B: a. For interior joints in vertical surfaces and non-traffic horizontal surfaces such as, but not limited to: 1) Control and expansion joints on exposed interior surfaces of exterior walls. 2) Perimeter joints on exposed interior surfaces of exterior openings. 3) Joints on precast beams and planks. 4) Perimeter joints between interior wall surfaces and frames of interior doors, window, storefronts, louvers, elevator entrances and similar openings. 5) Trim or finish joints subject to movement. b. Provide single-component or multi-component, low-modulus, non-sag sealant. 3. Sealant Type C: a. For exterior and interior joints in horizontal and sloped traffic surfaces such as, but not limited to: 1) Control, expansion and isolation joints in cast-in-place concrete. 2) Control, Expansion and isolation joints in structural precast concrete units. 3) Joints between architectural precast concrete paving units. 4) Tile control and expansion joints. 5) Joints between different materials listed above. b. Provide single-component or multi-component, low-modulus, non-sag sealant. Comply with ASTM C920,Type S or M, Grade P or Ns, Class 25. 4. Sealant Type D: C3007—2/6 08/03/2004 a. For interior joints in vertical and horizontal surfaces requiring pick-resistant security sealant such as, but not limited to: 1) Control and expansion joints on exposed interior surfaces of exterior walls. 2) Perimeter joints on exposed interior surfaces of exterior openings. 3) Perimeter joints between concrete surfaces and frames of interior doors, windows and elevator entrances. 4) Trim or finish joints subject to minimal movement. b. Provide a single-component or multi-component, non-sag polyurethane sealant. 5. Sealant Type E: a. For exterior and interior joints in vertical and horizontal surfaces of potable water storage areas. b. Provide single-component or multi-component polyurethane sealant certified by National Sanitation Foundation as conforming to the requirements of NSF Standard 61-Drinking Water System Components-Health Effects; comply with ASTM C920, Type S or M, Grade P or NS, Class 25; select color from the NSF listing. 6. Sealant Type F: a. For interior joints in vertical and horizontal surfaces where incidental food contact may occur. b. Provide single component or multi-component sealant complying United States Department of Agriculture (USDA) guidelines for incidental food contact with the cured sealant; comply with ASTM C920, Type S or M, Grade P or NS, Class 25; select color from listing of those approved. 7. Sealant Type G: a. For exterior joints in horizontal concrete surfaces such as airport runways, refueling aprons, highways and other areas subject to fuel spillage. b. Provide multi-component, self-leveling, jet-fuel resistant polyurethane sealant meeting Federal Specification SS-S-200E, Type H. 8. Sealant Type H: a. For exterior vertical joints in Exterior Insulation and Finish Systems. b. Provide a single-component or multi-component sealant; comply with ASTM C920, Type S or M, Grade NS, Class 25, comply with EIMA 300.01. 9. Sealant Type I: a. For interior or exterior joints in vertical surfaces between laps in fabrications of sheet metal. 10. Sealant Type J: a. For exterior vertical joints under metal thresholds and saddles or as bedding sealant for sheet metal flashing and frames of metal or wood. C3007—3/6 08/03/2004 PART 3 -EXECUTION 3.01 SURFACE CONDITIONS A. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. B. Applicator shall examine the areas and conditions under which work of this Section will be performed. 1. Verify conformance with manufacturer's requirements; 2. Report unsatisfactory conditions in writing to the Engineer; 3. Do not proceed until unsatisfactory conditions are corrected. 3.02 PREPARATION A. Prepare surfaces to receive sealants in accordance with sealant manufacturer's instructions and recommendations except where more stringent requirements are indicated. B. Thoroughly clean joint surfaces using cleaners approved by sealant manufacturer whether primers are required or not. 1. Remove all traces of previous sealant and joint backer by mechanical methods, such as by cutting, grinding and wire brushing, in manner not damaging to surrounding surfaces. 2. Remove paints from join surfaces except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer. 3. Remove wax, oil, grease, dirt film residues, temporary protective coatings and other residues by wiping with cleaner recommended for that purposes. Use clean, white, lint-free cloths and change cloths frequently. 4. Remove dust by blowing clean with oil-free, compressed air. C. Provide joint backer material uniformly to depth required by sealant manufacturer for proper joint design using a blunt instrument. 1. Fit securely by compressing backer material 25 percent to 50 percent so no displacement occurs during tooling. 2. Avoid stretching or twisting joint backer. D. Provide bond-breaker where indicated or recommended by sealant manufacturer, adhering strictly to the manufacturer's installation requirements. E. Prime joint substrate where required. C3007—4/6 08/03/2004 1. Use and apply primer according to sealant manufacturer's recommendations. 2. Confine primers to sealant bond surfaces; do not allow spillage or migration onto adjoining surfaces. F. Taping: 1. Use masking tape where required to prevent sealant or primer contract with adjoining surfaces that would be permanently stained or otherwise damaged by such contact or the cleaning methods required for removal. 2. Apply tape so as not to shift readily and remove tape immediately after tooling without disturbing joint seal. 3.03 INSTALLATION A. Provide the approved sealant system where shown on the Drawings, and in strict accord with the manufacturer's recommendations as approved by the Engineer. B. Install sealants immediately after joint preparation. C. Mix and apply multi-component sealants in accord with manufacturer's printed instruction. D. Install sealants to fill joints completely from the back,without voids or entrapped air, using proven techniques, proper nozzles and sufficient force that result in sealants directly contacting and fully wetting joint surfaces. E. Install sealants to uniform cross-sectional shapes with depths relative to joint widths that allow optimum sealant movement capability as recommended by sealant manufacturer. F. Tool sealants in manner that forces sealant against back of joint, ensures firm, full contact at joint interfaces and leaves a finish that is smooth, uniform and free of ridges, wrinkles, sags, air pockets and embedded impurities. 1. Dry tooling is preferred; tooling liquids that are non-staining, non-damaging to adjacent surfaces and approved by sealant manufacturer may be used if necessary when care is taken to ensure that the liquid does not contact joint surfaces before the sealant. 2. Provide concave tooled joints unless otherwise indicated to provide flush tooling or recessed tooling. 3. Provide recessed tooled joints where the outer face of substrate is irregular. G. Remove sealant from adjacent surfaces in accord with sealant and substrate manufacturer's recommendations as work progresses. C3007 —5/6 08/03/2004 H. Protect joint sealants from contact with contaminating substances and from damage. Cut out, remove and replace contaminated or damaged sealants, immediately, so that they are without contamination or damage at time of substantial completion. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for items of which this work is a component part. C3007—6/6 JOB NO. CPA-670 DATE: March 24,2015 SPECIAL PROVISION NO. 1 TO ITEM NO. E1304—HORIZONTAL CLOSE COUPLED END SUCTION CENTRIFUGAL PUMPS 1. CONDITIONS OF SERVICE The following conditions of service shall be strictly adhered to: Pump Identification NPW Number of Units 2 Type of Drive (variable or constant) C Discharge Size, inch, minimum 1.5 Suction Size, inch, minimum 3 Min. Flow Condition Design Capacity, US gpm 50 Design Head, ft 139 Max. Flow Condition Design Capacity, US gpm Design Head, ft Efficiency at Design, %, minimum 40 Rotative Speed, RPM, maximum 1750 Shut-off Head, ft, minimum 165.2 NPSHR at Design, ft, maximum 1.9 Motor T.E.F.C. T.E.F.C. Horse power, H.P. 7.5 Motor Speed, R.P.M. 1750 Number of Phases 3 3 Cycles 60 Hz 60 Hz Voltages 460/480 V 460/480 V 2. MANUFACTURER Sizing for the project is based on Aurora 374 - 1.5x3x10 by Aurora Pump, Aorora, Illinois. Pumps to be Aurora 374 - 1.5x3x10 or approved equal. Special Provision No. 1 to Item No. E1304— 1/1 j ,q � 4 , ' :12:::=t1.,....,,.,,,,,,,.., tera - - _ a E6 • -. • • -",';',4•,:,,.;,,,,•,/.•,:.,i,„ •;.,_-,$;;.;.,. ,w.s., , ,..,;• -.*-t'`t•'-z:..i'1,;r;,. .a,�'d ,,ul.',&ii.,.-g.k.,,�"',....__ ,a-+av,&dts4.st. . .. 03/04/15 ITEM E1304 HORIZONTAL CLOSE COUPLED END SUCTION CENTRIFUGAL PUMPS PART 1 —GENERAL 1.01 DESCRIPTION The Contractor shall furnish materials, equipment and labor to furnish, install and test the pumping system complete with the pumps, motors, mounting bases, piping, valves and appurtenances, as indicated on the contract drawings and as herein specified. 1.02 CONDITIONS OF SERVICE Refer to Special Provision No. 1 for Conditions of Service. 1.03 SUBMITTALS A. 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 pumps, motors, and accessories. B. Special. Additional submittals may be required for specific items of classes of equipment. The Contractor shall submit eight (8) sets of any additional data required by the specification governing such equipment. C. 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. 1.04 INSTALLATION AND ACCEPTANCE TESTS A. The pumping units shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings by the Contractor. B. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. 1.05 REFERENCE STANDARDS The work in this section is subject to the requirements of applicable portions of the following standards: Hydraulic Institute Standards IEEE Standards NEMA Standards OSHA Rules and Regulations E1304— 1/4 03/04/15 PART 2—PRODUCTS 2.01 GENERAL DESCRIPTION The pump shall be a centrifugal horizontal close-coupled end suction pump as manufactured by Aurora or pre-approved equal. Information for pre-approval must be received by the Engineer a minimum of ten days before bid date. Pre-approval information shall include all information necessary for determining compliance to these specifications. Any deviations from these specifications must be specifically indicated and/or labeled in this submittal. 2.02 MATERIALS OF CONSTRUCTION Casing Cast Iron (ASTM A48) Impeller Bronze (ASTM B584) Shaft Steel (AISI C1045) Case Wear Ring Bronze (ASTM B62) Shaft Sleeve Bronze (ASTM B62) 2.03 CASING The casing will be of the end suction design with tangential discharge outlet. For suction piping diameters of 2" or less and discharge piping diameters of 1.5" or less, the suction and discharge connections shall be NPT threaded. For suction piping diameters of 2" or greater, the suction inlet shall be a flat-faced flange connection and the discharge outlet shall be a bolt through flange connection. Flange connections shall be ANSI 125# rated. The casing shall have tapped and plugged holes for priming and draining. The casing bore shall be large enough to allow "back pullout" of the impeller without disturbing the casing or suction and discharge piping. The casing shall be supported by the driving unit. 2.04 IMPELLER The impeller shall be of the enclosed type, vacuum cast in one piece. It shall be finished all over, the exterior being turned and the interior being finished smooth and cleaned of all burrs, trimmings, and irregularities. The impeller shall be dynamically balanced. The impeller will be keyed to the shaft, and fastened with a washer, gasket and capscrew. 2.05 CASE WEARING RING The pump casing shall be fitted with a case wear ring to minimize abrasive and corrosive wear to the casing. The case wear ring shall be of the radial type, press fitted into the casing. 2.06 STUFFING BOX The stuffing box shall be integrally cast with a mounting bracket, and shall provide an adequate area for internal recirculation of the pumped fluid around the sealing medium. E1304—2/4 03/04/15 2.07 MECHANICAL SEAL Shaft sealing shall be accomplished by means of a mechanical seal with a Ni-Resist seat, carbon washer, Buna-N elastomers, and stainless steel metal parts. 2.08 SHAFT The impeller shall be direct-coupled to the motor shaft. The motor shaft shall be machined to provide a keyway, and drilled and tapped to accept the impeller fastener. Stub shafts are not acceptable. 2.09 SHAFT SLEEVE The pump shaft shall be fitted with a shaft sleeve to minimize shaft wear. The sleeve shall be sealed to the impeller hub by an 0-ring, and shall be positively driven by a pin to the keyway. The use of adhesive compounds to fasten the sleeve to the shaft shall not be accepted. 2.10 MOTOR The motor shall be a NEMA-JM configuration in accordance with the latest NEMA Standards, and shall meet the requirements indicated in the Operating Conditions above. Each motor shall have a sufficient horsepower rating to operate the pump at any point on the pump's head-capacity curve without overloading the nameplate horsepower rating of the motor, regardless of service factor. The motor shall have a service factor of at least 1.15. The service factor is reserved for variations in voltage and frequency. PART 3 - INSTALLATION 3.01 PIPING Piping shall be of the sizes and types indicated. Piping shall be adequately supported to prevent strain from being transmitted to the pump casing. An isolation valve shall be installed on the suction piping as indicated. A discharge check valve shall be installed in the discharge line in a horizontal position, where indicated. A discharge plug or gate valve shall be installed after the check valve. The Contractor shall insure that the pumps and motors are properly installed with no pipe strain transmitted to the pump casing. 3.02 EQUIPMENT Pumps, motors, and accessories for each class of pumping units shall be designed, sized, and tagged according to the governing section of this specification. 3.03 INSTALLATION a. General. All pumps, motors, and accessories shall be installed in the locations and E1304—3/4 03/04/15 according to the details shown on the plans, in the Scope of Work, and in the governing sections of this specification. When so indicated, equipment shall be furnished uninstalled. b. Non-submersible Pumps. The Contractor shall furnish all necessary foundation bolts of the size and type recommended by the pump manufacturer, unless shown otherwise in the plans. 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. 3.04 PAINTING All pumps and accessories furnished and/or installed by the Contractor shall be painted according to the painting specification item. 3.05 FIELD SERVICE The manufacturer's field engineer or representative shall provide the following services for all pumping equipment installed by the contractor. A. Inspect the equipment for proper installation. B. Be present for initial start-up of equipment, and assist in necessary adjustment. C. Instruct plant personnel in operation and maintenance procedures. 3.06 WARRANTY The pump unit or any part thereof shall be warranted against defects in material or workmanship within one year from date of installation or 18 months from date of manufacture, whichever occurs first. Defective part shall be replaced at no charge with a new or remanufactured part, F.O.B. factory or authorized warranty service station. The warranty shall not assume responsibility for removal, reinstallation or freight, nor shall it assume responsibility of incidental damages resulting from the failure of the pump to perform. The warranty shall not apply to damage resulting from accident, alteration, design,misuse or abuse. PART 4—MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Includes cost of same in Contract price bid for work of which this is a component part. E1304—4/4 JOS NO. CPA-670 DATE: 11/25/2014 SPECIAL PROVISION NO. 01 ITEM F1012 SLUDGE COLLECTOR EQUIPMENT GENERAL This specification item provides for the rehabilitation of the scraper-type clarifiers. This specification applies to the specific rehabilitation work described for each clarifier. Refer to the scope of work items for descriptions of specific rehabilitation work. SCOPE This specification shall be used for the following items as defined in the General Scope of Work descriptions. Refer to the General Scope of Work descriptions for a defined scope. Port Acres WWTP • Replace existing clarifier mechanism, drive, controls, center pier, bridge, etc. for a complete installation including equipment, installation, startup, etc. • Existing Clarifier Baffles, Weirs, and Scum Beach are excluded from scope unless necessary for replacement for new equipment. Note: The CONTRACTOR shall field verify all dimensions of existing structures prior to releasing equipment for fabrication. F1012—SPO1 - 1 ofl £ N, i. .- , • • :.. • • • F • • • • • • s,t +Y .ase '5=+r.,..n,.. n' a.,ix?5_.�taa� -=` ...�."�'c:_:. _.., :_ �i.�:sr;'�' .. —ws. ,._ '.s..: 3� iw 3/20/2015 ITEM NO. F1012—SLUDGE COLLECTOR EQUIPMENT PART 1 GENERAL 1.01 Scope: This section governs the design, fabrication, installation and placing in service all of the existing clarifier sludge collector equipment located within the existing reinforced concrete structures. PART 2 MATERIALS 2.01 Equipment Summary: The equipment to be furnished as an integrated treatment system by a single MANUFACTURER shall include but not be limited to the following: 2.02 Structural Steel Fabrication: A. All structural steel shall conform to ASTM Designation A-36 or A-992 and shall have a minimum '/4-inch section thickness. All welding shall conform to the latest AWS Standards and shall employ certified welders. All welding shall be a minimum of 3/16- inch fillets, and shall completely seal each joint. No skip welding will be allowed. All bolted structural connections shall be gusseted with minimum 3/8-inch thick steel plate. Each structural connection shall have a minimum of two (2) 3/4-inch diameter bolts. Secondary connections shall have a minimum of two (2) 5/8-inch diameter bolts. B. Hot Dip Galvanizing: All fabricated steel clarifier equipment shall be hot-dip galvanized after fabrication in accordance with ASTM A-123. Pieces shall be fabricated in maximum sizes suitable for shipping and galvanizing. The equipment shall be designed and fabricated per ASTM A-143, A-384, AND A-385 for bolt-together field assembly. No field welding on hot-dip galvanized equipment will be permitted. Minor defects in the hot-dip galvanizing coating caused by shipping, handling, or installation shall be repaired after equipment installation. The defects shall be thoroughly cleaned and wire brushed to remove all foreign substances, wiped clean thoroughly dried, and coated with at least 3 mils of a zinc-rich compound conforming to U.S.N. specification MIL-P-21035 or U.S.A.F. specification MIL-P-26915A. C. Anchorage and Fasteners: All cast-in-place anchorage shall conform to ASTM A-307, hot-dip galvanized per ASTM A-153 and A-385. All submerged drop-in anchorage shall conform to Federal Specifications GAS FF-S-325, Group II, Type 4, Class 1. Anchor bolts shall be 303 CG, Clips 3.4, and nuts and washers shall be Type 304 stainless steel. All non-submerged drop-in anchorage shall conform to ASTM A-325, Type 3-B, zinc plated per Federal Specifications QQ-Z-325. All fasteners, with the exceptions noted above, shall be hot-dip galvanized per ASTM A-153 and A-385. F1012 - 1of4 3/20/2015 2.03 Clarifier Equipment A. Influent Well: The clarifier shall be furnished with an influent well designed to provide efficient distribution of flow entering the basin. The influent well shall be a minimum of 6 ft - 0 in. diameter. The influent well shall be fabricated from I/4-inch steel plate or 16 GA stainless steel sheet with structural steel top and bottom trim angles to maintain its shape and rigidity. The influent well shall be rigidly supported by the drive cage through structural steel sections adequately spaced to satisfy shear and deflection requirements. B. Sludge Collector Arms: The sludge collector mechanism shall be furnished with two (2) fabricated steel sludge collector arms designed to continuously move sludge along the basin floor toward the sludge collection hopper located at the center of the final clarifier. Each collector arm shall be constructed with a flight arm, steel sludge plows with brass squeegees, and the arms shall be rigidly connected to and supported by the central rotating drive cage and shall conform to the slope of the basin floor. Each flight arm shall be a fabricated steel frame, provided with straight steel plate flights, not less than six (6) inches deep, with adjustable 26-gauge spring brass squeegees with stainless steel fasteners. The flights shall be arranged to sweep the entire tank floor contents toward the center of the final clarifier. C. Beam Access Bridge (Half Diameter): An access bridge shall be provided for the sludge collector unit. The bridge shall be fabricated from structural steel sections, interlaced for rigidity with steel shapes. The bridge shall span across approximately one-half the tank diameter, supported on one end by the tank wall and on the other end by the main gear housing. The bridge shall be designed and constructed so that the maximum defection shall not exceed 1/800 of the span, with all dead loading, and a live load of 30 pounds per square foot. The bridge shall be anchored at the gear housing, and slide plates shall be provided at the tank wall to allow for thermal expansion. Bridge and slide plate anchor bolts shall be no less than 5/8-inch diameter, hot-dip galvanized. The bridge design shall allow for an uninterrupted passage along the entire length of the walkway. The access walkway shall consist of removable steel or fiberglass grating sections of 1'/4-in. x 3/16 in. x 1 in. clear spacing, hot-dip galvanized complete with standard galvanized hold- down clips. Removable grating sections shall not exceed 5-foot lengths and shall be recessed flush with bridge beam. Sections shall be straight and true. The bridge shall be provided with handrails along both sides. Handrails shall be a two-rail type with the top rail extending 3 ft. — 6 in. above the bridge deck, fabricated of 1.9-inch O.D. (1Y2-inch nominal) aluminum pipe. A 7 ft. — 0 in. square service platform shall be provided over the clarifier drive for gear service and repairs. D. Scum Removal Equipment: The clarifier shall be equipped with two full radius skimmer arm assemblies to collect and move the scum into a full-radius scum trough. The arms shall be either a structural steel truss assembly or a fabricated tube assembly connected to the center drive cage and cantilevered above the rotating feed well. Tie rods shall be properly located to allow adjustment of the skimmer arm as well as to resist horizontal forces. Both skimmer arms shall be equipped with a hinged, neoprene wiper blade extending the full annulus between the influent well and scum baffle. The neoprene F1012 -2of4 3/20/2015 blade shall be fastened to the arm with a backing plate. The full-radius scum collection trough shall be fabricated from 1/4-inch thick steel plate and shall be supported from the tank wall. The trough shall span the distance between the scum baffle and the influent well. The trough shall be 8 inches wide and shall have a 12-inch long inclined scum beach. The scum beach shall have a 6-inch long lip pointing straight down to prevent scum from going under the beach and becoming trapped as the skimmer approaches the scum collection box. The trough shall be 6 inches deep at the feed well end and have a V2-inch to 12-inch slope to the discharge end. The trough shall have a 4-inch scum discharge pipe 6 inches long attached to the bottom of the deepest end of the trough and shall attach to the scum discharge pipe with a flexible coupling. The trough will be fitted with an adjustable flushing weir at the feed well end of the trough. A scum spray bar assembly shall also be provided. Provide a minimum 2-inch diameter galvanized steel header pipe supported from the bridge structure with spray nozzle spacing which will provide a minimum of two (2) gallons per minute of spray water per foot of spray bar. Nozzles shall be positioned to provide an adjustable spray angle of approximately 34 degrees to the horizontal. Provide a complete system that includes spray piping, pipe supports, a duplex strainer arrangement, and accessories. Spray water shall be plant process water from non-potable water system provided in other sections of these specifications. E. Stainless Steel Weir Plates and Steel Scum Baffles: 1. Weir plates shall be furnished for mounting on the galvanized steel inboard weir troughs as shown on the project drawings. Weir plates shall be adjustable and shall be fabricated from 14-gauge, Type 304 stainless steel. The weir plates shall be no less than 9 inches wide. Weir plates shall have 90-degree V-notches, 1'/2-inch deep x 3-inch top width at 4-inch centers. The general CONTRACTOR shall be responsible for installation of the weir plates and for setting the plates at the proper elevation as determined by the ENGINEER and as indicated on the project drawings. Weir plates shall be secured to the weir troughs by a minimum %2-inch diameter stainless steel fasteners, passing through the longitudinal brace member, the weir plate, and the trough section. Fasteners are to be set at even intervals,not to exceed 12 inches apart. 2. A circular scum baffle shall be furnished and shall be held in place by adjustable hot- dip galvanized steel supports mounted to the fabricated steel knee braces. The scum baffles shall be fabricated of 1/4-inch thick steel plate a minimum of 12 inches tall. The scum baffle shall be positioned for a minimum of 3 inches of freeboard from the design water surface elevation. The scum baffle shall be furnished in individual sections that are spliced at vertical supports fabricated of steel and mounted to the knee braces. Scum baffle supports shall be adjustable with minimum '/2" diameter fasteners. Each scum baffle section shall be attached to the supports with a minimum of six (6) '/2"-diameter round head carriage bolts providing a smooth surface for uninterrupted passage of the skimmer wiper. F1012 - 3of4 3/20/2015 PART 3 EXECUTION 3.01 Preparation and Installation: A. All reinforced concrete work shall be inspected to determine if dimensions and elevations are correct. Consult the ENGINEER before modifying any concrete work. B. Sufficient copies of the MANUFACTURER's installation instructions shall be at the jobsite prior to erection. C. The CONTRACTOR shall install all equipment in exact accordance with the MANUFACTURER's written instructions and as directed on the site during inspection visits by the MANUFACTURER's representative. D. Deviations from the MANUFACTURER's written or verbal instructions shall be subject to approval by the ENGINEER. 3.02 Technical Service and Start-Up: A. The MANUFACTURER shall furnish the services of a competent service engineer to inspect the installation of the equipment and to place the equipment into initial operation. B. The MANUFACTURER shall provide a minimum of four (4) hours of operator training. PART 4 MEASUREMENT AND PAYMENT 4.01 Payment No separate payment will be made for work performed under this item. Include the cost of this work in the contract bid price for work of which this is a component part. F1012 - 4of4 Std. 07/22/2014 ITEM NO. H1001 - DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Includes piping 3 inches and larger for buried and exposed systems. B. Work Specified Elsewhere 1. PLANS show pipe class, thickness class, type joints, and service pressure for flanged joints. 2. Coating: Item C3001 —"Painting and Protective Coating". 3. Other related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Certification 1. Pipe used in domestic water distribution systems to have Underwriters' label and be acceptable to local and state authorities without penalty. 2. Furnish, when requested, affidavit of compliance in accordance with ANSI/AWWA C151/A21.51 for pipe 6 inches and larger; AWWA C1111 AND Federal Specification WW-P-421D for single gasket, push-on type joint. 1.03 SUBMITTALS Submit the following in accordance with Contract Documents. A. Detailed dimensioned fabrication and installation drawings for piping, fittings, and specials. B. Affidavit of compliance as per QUALITY ASSURANCE. C. Sworn statement that inspection and all tests have been made and meet the requirements of AWWA C151. D. Certified test reports for flanged pipe in quadruplicate for shop testing required as per paragraph 2.01 D.2. 1.04 PRODCUT DELIVERY, STORAGE,AND HANDLING A. Use hoists, slings, skids, or other means to avoid damage. Piping not to be dumped. Any damaged, chipped, or cracked casting to be replaced at Contractor's expense. H1001 - 1/3 Std. 07/22/2014 B. Protect flange surface and threads at all times and keep interiors free of all foreign matter. PART 2 - PRODUCTS 2.01 MATERIALS A. General: Fabrication dimensions and accuracy of fabrication are responsibility of Contractor. B. Pipe 1. Ductile Iron: Per ANSUAWWA C151/A2151. 2. Thickness Class As shown on PLANS and minimum for flanged pipe per ANSUAWWA C 150/A21.50. C. Fittings, Flanges, and Joint Material 1. Fittings: Per ANSUAWWA CI 10/A21.10. 2. Flanges: ANSUAWWA C115/A21.15. Use ductile flanges on ductile pipe and cast iron flanges on cast iron pipe. 3. Nonflanged Joint Material a. Rubber Gaskets for Water and Sewage Service: Per ANSI/AWWA C111/A21.11. b. Rubber Gaskets for Diffused Air Systems (10 psi and 190 deg. F Service): Use MIL-R-83248 fluoroelastomer such as Dupont's Viton or 3M's Fluorel. D. Flanged Pipe 1. Shop thread, machine tight, and face in machine shop equipped for this type work and conforming to the requirements of ANSUAWWA C1115/A21.15. 2. Shop test, hydrostatically, each flanged pipe piece at 75 psig for pump suction pipe and at 150 psig for pump discharge piping. E. Gaskets 1. For water and sewage, use rubber gasket conforming to Appendix to ANSI/AWWA C111/A21.11. 2. For air service, use 1/16-inch full-face asbestos gaskets, factory cut. F. Bolts and Nuts. ASA B16.1; use studs with nuts on each end for pipe sizes 54- inch and larger. 1. Aboveground: Black Steel. 2. Underground: Cadmium plated. H1001 -2/3 Std. 07/22/2014 2.02 COATING AND LINING A. Exterior Coating 1. Buried Pipe and Fitting: Bituminous coated, not less than 1 mil thick. Wrap pipe and fittings with polyethylene film 8 mils thick in accordance with ANSI/AWWA C105/A21.5. 2. Exposed Pipe and Fittings: Prime and paint as per Item C3001 "Painting and Protective Coating". B. Interior Lining 1. Air Service: Bituminous coated, not less than 1 mil thick. 2. Water Service: Cement mortar lined per ANSUAWWA C104/A21.4. 3. Sewage Service: a. Cement mortar lined in accordance with ANSUAWWA C104/A21.4. b. Bituminous coated, not less than 1 mil thick, and conforming to all appropriate requirements for seal coat in AWWA C104. c. Polyethylene lined with 40 mils thickness nominal (35 mils minimum). Lining to be a blend of High-Density and Low- Density polyethylene powders complying with ASTM D1248. C. Wrap underground ductile iron piping and all fittings with polyethylene film in accordance with ANSUAWWA C105/A21.5. 2.03 FLEXIBLE COUPLINGS Dresser: Long Sleeve unless shown otherwise, Style 38; equivalent by Smith-Blair or Baker. Harness when required for thrust restraint. 2.04 WALL PIPES Unless otherwise shown on PLANS, wall pipes to be cast or ductile iron with an intermediate wall collar. End connections are to be FlexRing unless shown otherwise on PLANS. PART 3 -EXECUTION 3.01 INSTALLATION As per applicable Item. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for work of which this is a component part. H1001 - 3/3 Std. 03/26/2015 ITEM NO. H1103 - RESILIENT SEATED GATE VALVES - 2-INCH THROUGH 10-INCH FOR WATER SYSTEMS—RISING STEM,NON-BURIED INSTALLATION PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install iron-body, bronze-mounted, rising stem gate valves which are intended for use in approximate level setting on NON-buried water distribution system pipelines. B. Related Work Specified Elsewhere: As specified in Item No. J2001 - "Construction of Underground Lines, or other related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Valves to be manufactured in accordance with ANSUAWWA C509 unless otherwise specified hereinafter. B. Valve shall be seat tested at the rated working pressure of 175 psi with no leakage. Shell test of 400 psi shall be applied to body with valve in the open position with no leakage through the metal, flanged joints, or stem seals. C. Valves shall be available with flange ends designed for connection to piping specified. Flange connections are to be per ANSI/AWWA B16.1 and include accessories. 1.03 PRODUCT DELIVERY STORAGE AND HANDLING In accordance with AWWA C509. PART 2 - PRODUCTS GENERAL 2.01 VALVE CONSTRUCTION A. Sealing mechanism shall provide zero leakage at the water working pressure against line flow from either direction and be designed such that no exposed metal seams, edges, screws etc., are within the waterway in the closed position (all rubber surfaces). The rubber covered gate shall not be wedged into a pocket nor slide across the seating surface to obtain tight closure. B. The stem shall be vertical and furnished with dual 0-rings above the stem collar for an inside screw design. Another 0-ring shall be provided underneath the stem collar to seal bearing surfaces from line content. The area between the 0-rings shall be filled with lubricant. Anti-friction washers shall be provided at the stem H1103 - 1/2 Std. 03/26/2015 collar for inside screw design. C. Outside screw and yoke style valves shall have asbestos-free packing with bronze packing gland. Bonnet opening for stem shall be bronze bushed to allow repacking if necessary while valve is in fully open position. D. All internal and external ferrous surfaces of the valve, including the interior of the gate, shall be coated with epoxy. Coating to be applied to castings prior to assembly to insure all exposed area, including bolt holes and flange face surfaces, will be covered. Grade II, III, IV, and XI bronze not permitted where subject to contact by water. E. Inside screw valves may be fitted with bonnet flange for mounting indicator post if desired. Bonnet bolts and glands to be cadmium plated. F. Provide mechanical joint valve ends for use with PVC or ductile iron pipe and flanged valve ends for use with steel pipe or steel cylinder reinforced concrete pipe, unless noted otherwise on PLANS. Pipe size, wall thickness, working pressure, thickness class, or other pertinent information is furnished under applicable pipe specification or notes on PLANS. 2.03 VALVE BOX CONSTRUCTION A. Material: Cast iron, ASTM A126, Class B. B. Type: Either two- or three-piece, screw type, as required by installation drawings. C. Base: Either round or oval and of proper size to fit valve on which they are installed. PART 3 -EXECUTION 3.01 INSTALLATION A. General: Make valve installation in accordance with applicable provisions of other items pertaining to construction of lines and as follows: 1. Place valves at locations shown on PLANS. 2. Before installation of valves, clean foreign material from interior of valves. Open and close valves to insure that they are in good working order. 3.02 MEASUREMENT AND PAYMENT No separate payment will be made for work performed under this item. Include the cost of this work in the contract bid price for work of which this is a component part. H1103 -2/2 11/5/13 ITEM H1105—SWING-CHECK VALVES PART 1 —GENERAL 1.01 General This specification applies to swing-check valves as defined in this specification and as shown on project plans and related documents. 1.02 Submittals Each valve shall be clearly identified with mark, size, type, location, quantity, etc, and this information shall be provided to the ENGINEER for approval prior to purchase. Three copies of instructions, parts manuals, spare parts lists,maintenance procedures and shop drawings showing dimensions, weight, and material specifications for each size and type of valve shall be submitted to the ENGINEER for approval prior to installation. 1.03 Manufacturer Swing-check valves shall be American Flow Control, or approved equivalent. PART 2—MATERIALS 2.01 Materials and Construction Swing-check valves shall comply with ANSI/AWWA C508, latest revision. In potable water service, the valves must comply with NSF-61. Valves shall be manufactured from gray iron meeting or exceeding ASTM A126 Grade B. Valves shall be designed to permit a clear waterway opening for utilization of pipeline cleaning apparatus. The disassembly of valve internals shall require no special tools other than standard socket wrenches. Clapper arms shall be made of ductile iron conforming to ASTM A536 Grade 65-45-12. The disc shall not contact the body when the valve is in the full open position. Check valve shafts shall be made of stainless steel with corrosion resistant bearings provided at each end. Shaft and bearings are to be completely replaceable, if necessary, while the valve body remains in the pipeline. If the valve shaft is extended outside the body, a double 0-ring seal fully contained within the shaft bearing shall be provided. There shall be a grease fitting for lubrication between the 0-rings for added protection against foreign matter reaching the bearing surfaces. Different lever orientations shall be possible in the field, in increments of 45 degrees, without requiring shaft modifications or extra drilling. Check valve seating surfaces shall be bronze. The mating seat in the valve body shall be field removable and replaceable, if necessary, without removing the valve body from the pipeline. Valve design shall be such that the valve remains in the closed position when installed in a horizontal pipeline under no-flow condition. H1105 - 1/2 11/5/13 Check valves in potable water service to have all internal ferrous surfaces coated with a NSF-61 approved coating. PART 3 —EXECUTION 3.01 Installation Check-valves shall be installed in a horizontal position. PART 4—PAYMENT 4.01 Payment No separate payment will be made for work performed under this item. Include the cost of this work in the contract bid price for work of which this is a component part. H1105 -2/2 03/26/2015 ITEM H3005 — STEEL PIPE SYS 1'EMS PART 1 —GENERAL 1.01 Scope This specification item governs furnishing all labor, equipment, and materials, as well as performing all work necessary for proper completion, installation, and fabrication of steel piping, fittings, and accessories as shown on the contract drawings and as specified herein. 1.02 Submittals The CONTRACTOR shall submit for approval six (6) sets of complete and dimensioned working drawings of all steel piping layouts. Such drawings shall indicate the size, class, and laying dimensions of all pipes, valves, fittings, expansion couplings, and specials as well as the location of all hangers and supports needed for installation and not specifically indicated on the plans. The number, size and length of all bolts required for flanged pipe installations shall be given on the pipe schedule of the shop drawings. PART 2—MATERIALS 2.01 Pipe A. Steel pipe shall conform to ASTM A53/A53M. B. Hot-dipped galvanized steel pipe shall conform to ASTM A53/A53M. C. Stainless steel piping shall be Type 304,ASTM A312 seamless. D. All pipe to be standard weight unless otherwise noted on the drawings. E. Joints to be made by threading, using Dresser restraining harnesses, or flanging in accordance with details or notes shown on the drawings. 2.02 Fittings A. Expansion Couplings Provide expansion couplings where indicated on the drawings, Dresser Style 53, Smith-Blair Style 431, or equal. Expansion couplings to be harnessed. B. Restraining Harnesses Provide restraining harnesses where indicated on the drawings. Restraining harnesses shall be Dresser Style 442 or equal. H3005 — 1 of 4 03/26/2015 2.03 Pipe Compatibility Wherever PVC, aluminum, steel or fiberglass pipe is to be used in water service or in a system using cast iron fittings, the pipe and interface fittings must be compatible with the size and dimensions of cast iron. 2.04 Miscellaneous Accessories A. Supports and Hangers The CONTRACTOR shall furnish and install all necessary supports and hangers indicated on the drawings, or required by shop drawings, for the proper installation of pipelines in a workmanlike manner. Welding on or burning structural members for pipe supports or hangers will not be permitted except where detailed on the drawings. Hangers will be attached with clamps or structural members drilled to accommodate fasteners. Wear plates with a minimum thickness of 1/4" shall be used for all pipe supported on steel supports. All pipe supported on concrete supports shall be provided with 60 mils of asphalt impregnated paper. B. Sleeves Unless otherwise specified or indicated on the drawings, the CONTRACTOR shall furnish and install suitable sleeves at all points where pipe must pass through the walls or floors of the structures. Sleeve inside diameters shall in all cases be at least Y2" larger than the outside diameter of the passing pipe. Unless otherwise shown, sleeves shall be cut flush with exterior wall surfaces. Where water tightness is essential, the space between the pipe and the sleeve shall be caulked with lead and oakum. Mechanical joint sleeves may be used in lieu of those described above. C. Coating& Wrapping For buried pipe installations, coating and wrapping shall be in accordance with Item 09713, Protection of Buried Steel Piping and Steel Bulkhead Tie Rods. PART 3—EXECUTION 3.01 Installation A. The CONTRACTOR shall provide proper and suitable tools and equipment for the installation of all plant piping in a safe and workmanlike manner. B. All pipe, fittings, valves, and other appurtenances shall be examined for defects and no piece,which is known to be defective, shall be laid or installed. Any piece, which is found to be defective, shall be removed and replaced by the CONTRACTOR, at his own expense, and in a manner satisfactory to the ENGINEER. H3005—2 of 4 03/26/2015 C. The pipe and fittings shall be thoroughly cleaned immediately before installation and shall be kept clean until final inspection of the project. Special care shall be exercised to prevent leaving wood, concrete, bricks, bottles, polyethylene, paper, cans, tools, or other foreign objects in the pipeline during installation. D. Pipe runs shown on the drawings shall be accurately cut to measurements and shall continuously be field checked during assembly. Pipe fittings shall be placed without springing or forcing and shall properly clear all equipment, structures and openings. E. Small lines laid in excavated trenches shall have open ends or other openings plugged with temporary bulkheads or caps anytime the work will be left in an uncompleted state for a period of more than eight(8) hours. F. Pipe installed in excavated trenches shall be laid on a good foundation, and supported throughout the length of the barrel on firm earth or sand fill. Trench excavations shall provide ample room at pipe joints to allow the joints to be made in a proper manner. All pipelines shall be installed to grade and line as required on the drawings. G. Steel pipe welding shall be done according to the current codes of the American Welding Society (AWS) pertaining to the type and grade steel being welded. Stainless steel welding shall be done by the manual shielded-metal arc process using Type E316 electrodes. All welding shall be made by welders and welding operators who are currently qualified by tests prescribed in the AWS code. 3.02 Testing A. All pipe installations shall be tested for leakage. Normally, pressurized liquid lines will be hydrotested while air lines will be tested pneumatically. B. The proposed testing plan shall be submitted to the ENGINEER for approval prior to testing. C. Copies of all test results shall be submitted to the ENGINEER. The maximum allowable leakage (if any) shall be determined by the ENGINEER Any remedial action necessary shall be taken by the CONTRACTOR to reduce the leakage to an amount within the allowable limit. D. All costs incidental to making such tests shall be borne by the CONTRACTOR. Where pipelines are laid in excavations, testing shall precede final backfill. E. All plant piping to be located under structures shall be "pigged" to remove or locate obstructions and tested prior to placement of fill or concrete over the pipe. Testing to be witnessed by the ENGINEER or his representative. H3005 —3 of 4 03/26/2015 PART 4—PAYMENT 4.01 Payment No separate payment will be made for work performed under this item. Include the cost of this work in the contract bid price for work of which this is a component part. H3005 —4 of 4 10/13/2005 ITEM NO. J1002 -POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish Polyvinyl Chloride (PVC) Pressure Rated Pipe and fittings of size(s) shown on PLANS for use in sanitary sewer construction. B. Related Work Specified Elsewhere: Item J2001 - "Construction of Underground Lines." 1.02 QUALITY ASSURANCE TESTS: Sewer pipe shall be tested in accordance with Item J2005 - "Low Pressure Air Test- Sanitary Sewer Lines." PART 2—PRODUCTS 2.01 MATERIALS A. Pipe and Fittings 1. Pipe and fittings shall be made of PVC having a cell classification of 1245B (PVC 1120)per ASTM-D-1784. 2. Pipe and fittings shall conform to the requirements of ASTM-D-2241 Standard Specification for"Polyvinyl Chloride (PVC) Pressure-Rated Pipe (SDR 26 -Class 160)", and shall be furnished with integral bell gasketed joints. B. Lubricant: Lubricant used for assembly to have no detrimental effect on gasket or pipe and to be used in accordance with pipe manufacturer's recommendations. PART 3 - EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 - "Construction of Underground Lines." B. Joining: Assembly of joints to be per manufacturer's recommendation. J1002 - 1/2 10/13/2005 C. Connections to Manholes and Other Rigid Structures: Manhole couplings corresponding to size of sewer pipe to be cast directly into a rigid structure such as a manhole or manhole base. Manufactured fittings and adapters may be used for prefabricated manholes. D. Deflection Tests: All pipe to be satisfactorily tested for deflection by pulling a mandrel through the pipe no earlier than THIRTY (30) DAYS after backfilling is complete. Mandrel to have an outside diameter equal to 95% of the original inside diameter of pipe being tested. Mandrel to be pulled by hand line. Should mandrel meet any resistance, Contractor may clean the pipe and repeat test. Any pipe not meeting this test to be removed and replaced at Contractor's expense. 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 - "Construction of Underground Lines." J1002 -2/2 Std. 10/13/2005 ITEM NO. J1003 -POLYVINYL CHLORIDE(PVC) WATERLINE PIPE(4"-12") PART I GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish Polyvinyl Chloride(PVC)Pressure Pipe of size(s)shown on PLANS for use in water supply and distribution systems. B. Related Work Specified Elsewhere: Item J2001 "Construction of Underground Lines." 1.02 QUALITY ASSURANCE Tests: Waterline shall be tested in accordance with Item J2003 - "Hydrostatic Testing of Pressure Lines." PART 2-PRODUCTS 2.01 MATERIALS A. Pipe: Pipe shall be made of PVC plastic meeting the requirements AWWA C-900, "Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 in. through 12 in. for Water". All pipe and related products shall conform to American National Standards Institute / National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI. All Pipe shall bear the National Sanitation Foundation Seal of Approval. 1. 4-inch through 6-inch pipe shall be Class 200. 2. 8-inch through 12-inch pipe shall be Class 150. B. Lubricant: Lubricant used for assembly to have no detrimental effect on gasket or pipe and to be used in accordance with pipe manufacturer's recommendations. PART 3 -EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 "Construction of Underground Lines." B. Joining: Use elastic gasket joints,providing a watertight seal. Assembly of joints to be per manufacturer's recommendation. 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 "Construction of Underground Lines." J1003 - 1/1 • -''',•:',,-','..-'-'.':-.3'.,,... aid 7 T' • •r-•.? rt n s y N,.. s • k rx • C^s My +r A .,_��,<n „ Vis'.. ,.> u.,—_ _y ..�ia;� � *` ,.�=-•,x3 -'a• fr�'��.�n�c'` ...':3 _ 08/03/2004 ITEM NO. J1005 - HIGH DENSITY POLYETHYLENE (HDPE)PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish and install high-density polyethylene pipe and fittings of size(s) shown on plans for use in potable waterline construction. B. Related Work Specified Elsewhere: Item J2001 - "Construction of Underground Lines." 1.02 QUALITY ASSURANCE TESTS: Waterlines shall be tested in accordance with item J2003 - "Hydrostatic Testing of Pressure Lines." PART 2— PRODUCTS 2.01 MATERIALS A. Materials used for the manufacture of HDPE pipe and fittings shall be extra high molecular weight, high density PE 3408 polyethylene resin: The material shall be listed by PPI (Plastics Pipe Institute, a division of the Society of the Plastics Industry) in PPI TR-4 with a 73 degree F hydrostatic design basis of 800 psi. The PPI listing shall be in the name of the pipe manufacturer and shall be based on ASTM D 2837 testing. B. Pipe: Pipe supplied under this specification shall have a nominal DIPS (Ductile Iron Pipe Size) OD unless otherwise specified. The DR (Dimension Ratio) and the pressure rating of the pipe supplied shall be as specified by the engineer. The pipe shall be produced from approved HDPE pipe grade resin with the nominal physical properties outlined in Section III. Pipe having a diameter 3" and larger will be made to the dimensions and tolerances specified in ASTM F 714. C. Fittings: HDPE fittings shall be in acdor4dance with ASTM D 3261 and shall be manufactured by injection molding, a combination of extrusion and machining, or fabrication from HDPE pipe conforming to this specification. The fittings shall be fully pressure rated and provide a working pressure equal to that of the pipe with an included 2:1 safety factor. The fittings shall be manufactured from the same base resin type and cell classification as the pipe itself. The fittings shall be homogeneous J1005 - 1/3 08/03/2004 throughout and free from cracks, holes, foreign inclusions, voids, or other injurious defects. PART 3 -EXECUTION 3.01 INSTALLATION A. Trenching and Backfill: To be in accordance with Item J2001 - "Construction of Underground Lines." B. Jointing: Sections of polyethylene pipe shall be joined by the butt fusion process into continuous lengths at the job site. The joining method shall be the heat fusion method and shall be performed in strict accordance with the pipe manufacturer's recommendations. The heat fusion equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer. Properly executed electrofusion fittings may be used. Extrusion welding or hot gas welding of HDPE shall not be used for pressure pipe applications or fabrications where shear or structural strength is important. Mechanical joint adapters, flanges, unions, grooved-couplers, transition fittings, and some mechanical couplings may be used to mechanically connect HDPE pipe. Refer to the manufacturer's recommendations. C. Pipe Packaging, Handling and Storage: The manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The pipe shall be handled in such a manner that it is not pulled over sharp objects or cut by chokers or lifting equipment. Sections of pipe having been discovered with cuts or gouges in excess of 10% of the pipe wall thickness shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. Fused segments of pipe shall be handled so as to avoid damage to the pipe. Chains or cable type chokers must be avoided when lifting fused sections of pipe. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. J1005 -2/3 08/03/2004 3.02 MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with Item J2001 - "Construction of Underground Lines." J1005 -3/3 TS ''a`: rsi .,r {' e `-"'%i 14 Ay { .,.6-.` 1 _410 i J r • 3/25/2015 ITEM NO. J2001 - CONSTRUCTION OF UNDERGROUND LINES PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnish all plant, labor, equipment, supplies, supervision and tools, and perform all operations required for construction of underground lines. B. Related Work Specified Elsewhere: Item J2002 "Well Point System", Item J2003 "Hydrostatic Testing of pressure Lines", Item J3003 "Timber Ordered Left in Trench", Item J3006 "Cement-Stabilized Sand Backfill, Item J3024 "Bank Sand Backfill", and Item J3045 "Trench Excavation and Shoring Safety Plan." 1.02 QUALITY ASSURANCE A. Field Observation: Pipe installed in the permanent work to be placed in the presence of Engineer or his authorized representative. B. Testing of Gravity Sanitary Sewer Line: Leak tests of gravity sewer lines to be per Item J2005 "Low Pressure Air Test-Sanitary Sewer Lines." C. Testing of Pressure Lines: To be tested per Item J2003, "Hydrostatic Testing of Pressures Lines." 1.03 METHODS OF CONSTRUCTION A. Control of Work: Contractor shall be responsible for the control of his work. Engineer reserves the right to verify this control. Contractor may use laser equipment for control. B. For Lines Laid on Grade: Lay and maintain pipe to required lines and grades with specials at required locations, and with joints centered and spigots "home." Lay all lines on grade from downstream to upstream or as directed by Engineer. C. For Lines not Laid to Grade: Lay and maintain pipe and fittings to alignment shown on PLANS. Minimum cover (measured from top of pipe) at street intersection, 5 feet; minimum cover below flow line of drainage ditches, 1 foot 6 inches; minimum cover at other locations, 3 feet 6 inches. Vary depth uniformly to maintain required clearances and depths shown on PLANS. PART 2 -EXECUTION 2.01 EXCAVATION AND TRENCH PREPARATION A. General: Excavate trench to alignment and depth required. Brace trench and drain as J2001 - 1/7 3/25/2015 required so work may be accomplished safely and efficiently. All excavations shall be in accordance with Item J3045 "Trench Excavation and Shoring Safety Plan." B. Width of Trench for Pipe Less than 30-inch: Minimum width of outside barrel of pipe plus 12 inches, maximum width of outside barrel of pipe plus 18 inches. For pipes 30- inch and larger, minimum width of outside barrel of pipe plus 24 inches. Excavate and maintain sides of trench vertical for 2 feet above pipe. Above this level, trench may be gently sloped back. Protect existing pavements or utilities as necessary. C. Pipe Foundation: For ordinary bedding, excavate pipe trench to even grade and shape to closely fit lower part of pipe exterior for width of at least 50 percent of pipe breadth to provide uniform bearing for entire length of pipe and provide depressions for bell ends of each pipe. Excavate to grade required for shell, aggregate, or other special bedding. D. Correcting Faulty Grade: Correct any portion of trench excavated below grade with approved material. E. Bell Holes: Provide bell holes of ample dimensions to permit proper jointing. F. Braced and Sheeted Trenches: Sheet and brace all excavations in excess of 5 feet depth to prevent caving. Increase trench width as required and leave sheeting in place until pipe has been laid and backfill compacted to depth of 2 feet over pipe. Sheet and brace in accordance with Item J3045 "Trench Excavation and Shoring Safety Plan." G. Care of Surface Material for Reuse: Keep surface material approved for reuse separate from general excavation material. H. Manner Stockpiling Excavated Material: Stockpile excavated material so as not to endanger work or cause interference with public street and driveways. Keep drainage channel clear or provide other satisfactory means of drainage. I. Open Trench: Engineer may limit amount of trench opened or partially open at any time in advance of completed pipe laying operation, and amount of trench left unfilled. Open not more than 100 feet of trench on any street at one time. Keep streets open where possible. J. Disposition of Defective Materials: Remove rejected backfill materials from excavation operations and dispose of off job site at Contractor's expense. K. When requested by Contractor and approved by the Engineer to dewater sewer trench because of groundwater conditions, install, operate, and maintain adequate well point systems in accordance with Item J2002 "Well Point Systems." 2.02 PIPE HANDLING J2001 -2/7 3/25/2015 A. Handling and Storage: Unload pipe, fittings, and other accessories at point of delivery: haul to and distribute at site of project. Load and unload materials by use of hoists, skids, or other approved means to avoid damage. Distribute for convenient laying and to cause minimum inconvenience to public. B. Inspection: Before lowering and while suspended, inspect pipe for defects. Inspect rigid pipe tapping with light hammer to detect cracks. C. Pipe Kept Clean: Remove foreign matter from pipe and keep clean by approved means during and after laying. 2.03 PIPE LAYING A. Unsuitable Conditions for Laying Pipe: Lay no pipe in water or when trench condition or weather is unsuitable for such work unless specifically approved by Engineer. B. Nonpressure Concrete and Vitrified Clay Pipe: Nonpressure concrete and vitrified clay pipe shall be installed with Class "A" beddings shown in this item. Lay pipe with ends abutting and true to line and grade. Fit and lay pipe to form smooth and uniform invert. Clean sockets prior to lowering into trench. Commence laying of pipe at lowest point so that spigot ends point in direction of flow. C. Ductile Iron Pipe: Lay ductile iron pipe using either "Ordinary" bedding Class "A" bedding where specified on PLANS and described in this item, with bell ends facing direction of laying. D. PVC and ABS Piping: 1. Sanitary Sewer Construction - PVC and ABS pipe shall be installed using Class "C"Bedding as shown in this item. 2. Waterline Construction - PVC pipe shall be installed using Class "B" Bedding as shown in this item. E. Other Pipe: Lay other types of pipe in accordance with applicable provisions of this or other TECHNICAL SPECIFICATIONS. F. Cutting Pipe: Cut cast or ductile iron pipe with wheel-type cutters or cold chisel. Flame cutting of cast iron pipe not allowed. Make cuts in a neat and workmanlike manner without damage to pipe and so as to leave a smooth end at right angles to axis of pipe. Field cutting of PVC and A.B.S. type resin pipe to be per pipe manufacturer's recommendations. G. Temporary Plug: When pipe laying operation is halted, seal open end of pipe with temporary plug. Plug to remain in place until pipe laying operation commences again. J2001 - 3/7 3/25/2015 2.04 PLUGGING DEAD ENDS Insert standard plug into bells of all dead ends of pipe. 2.05 CONCRETE BLOCKING Thrust blocking to be used for pressure pipelines at bends, tees, points where reducers or changes in pipe diameter occurs, fire hydrants or flushing valves, and all plugged openings. Use Class "C" concrete having compressive strength not less than 1,500 pounds per square inch. Place blocking against solid ground, with area of bearing of pipe and on ground in each instance as required. Place blocking so that pipe and fitting joints will be accessible for repair. For gravity pipelines, use Class "C" concrete minimum of 6 inches on all sides of pipe for encasing, embedding, or blocking where indicated. Use all materials, including aggregate, cement, and water, and mix and place concrete in accordance with applicable concrete item. 2.06 BACKFILLING A. Time of Backfilling: As soon as practicable after completion of laying and jointing pipe, backfill trench. Trench to be completely backfilled to a point not more than 100 feet behind pipe laying operation. B. Materials: Trenches to be backfilled with select material from the sewer trench excavation, or obtained from other sources, free from stones which will interfere with compaction and free of large lumps which will not break down readily under compaction. Do not use material excavated in large lumps or which cannot be easily broken down or which cannot be spread in loose layers. Materials excavated by trenching machine will generally be suitable for use as backfill. 1. Bank sand backfill, where designated on PLANS, to be in accordance with Item J3024 "Bank Sand Backfill." 2. Cement-stabilized sand, where designated on PLANS, to be in accordance with Item J3006 "Cement-Stabilized Sand Backfill." C. Backfill Procedure at Pipe Zone: In pipe zone, when designated on PLANS, use bank sand, cement stabilized sand or select backfill material, free from rocks and rock fragments, and deposit in trench simultaneously on both sides of pipe for full width of trench and to elevation of 12 inches above the top of barrel of pipe. Moisten if necessary, tamp in thin (approximately 4-inch) layers, and thoroughly compact under and on each side of pipe to provide solid backing against external surface of pipe. Walking or working on completed pipeline, except as necessary in tamping or backfilling, not permitted until trench has been backfilled at least 12 inches over top of pipe. Backfill to be compacted to 95 percent in accordance with ASTM D698. Approximate optimum moisture content to be maintained during compaction. J2001 -4/7 3/25/2015 D. Backfill Procedure Above Pipe Zone: Place backfill above previously defined pipe zone in accordance with following applicable procedure. 1. For trench through or within 5 feet of existing, proposed or future asphaltic concrete, concrete, asphalt-topped concrete, flexible base with asphalt topping, shell or gravel surfaces either public or private roads, streets or driveways, place cement-stabilized sand backfill above pipe zone in approximate 12 inch layers. Thoroughly compact each 12" layer with a vibratory compactor or roller prior to placing additional layers of cement stabilized said. Bring compacted backfill up to bottom of pavement subgrade 2. For trench located in areas other than those previously stated, and not designated for improvement,place select backfill above pipe zone in 6 to 8 inch layers at near or optimum moisture and thoroughly compact to a density of 90 percent of the maximum in accordance with ASTM D698. E. Rock and Rock Fragment Exclusion: Allow no rock or rock fragment in backfill for at least one foot above top of pipe and allow no stone larger than 8 inches in its greatest dimension in backfill. F. Deficiency of Backfill: Supply any deficiency in quantity of materials for backfilling trenches or for filling depressions caused by settlement. 2.07 RESTORATION OF SURFACES Replace or repair sidewalks, driveway culverts, inlets, curbing, gutters, shrubbery, trees, fences, sod, and other like obstructions removed or disturbed, to condition equivalent to that existing prior to commencement of this work. Use concrete having compressive strength in 28 days of not less than 3,000 pounds per square inch in the replacement of curbing, gutters, inlets, and sidewalk. Use reasonable care in removal and replacement of shrubbery and trees designated to be replaced at original locations. Where at all possible, ditch alignment will be such as to minimize this work. Where tree or shrub deemed sufficiently valuable to save is encountered in excavation, ball in burlap, set aside in wet sand or puddling pit and later reset as required. Contractor not held responsible for subsequent care of plant. Restoration of asphalt-topped flexible base and concrete streets as specified under other items of TECHNICAL SPECIFICATIONS or PLANS. 2.08 CLEAN-UP Remove from site of work, and from public and private property,temporary structures, rubbish, and waste materials, including excess excavated materials. Dispose of surplus earth as shown on PLANS. Complete cleanup not greater than 500 feet behind pipe laying operation. Pipe-laying operation to be suspended temporarily if complete J2001 - 5/7 3/25/2015 clean up is further behind than 500 feet. 2.09 MEASUREMENT AND PAYMENT A. No separate payment for work performed under this Item for lump sum projects. Include cost of same in Contract price bid for work of which this is a component part. For unit price contracts,work will be paid for as indicated below. B. For Gravity Pipelines: Measure by linear foot from center of manhole to center of manhole to center of manhole, exclusive of pipe installed in tunnel or augered hole construction, special structures, or other special sections, along pipe of size and at depth installed. Measure depth at manholes, at intervals not to exceed 50 feet between manholes, and at breaks in profile of natural ground from flow line of pipe to natural ground surface over center or pipe. Pay for gravity pipelines, furnished, installed, and measured as stated, at Contract unit prices bid for size and depth measured. C. For Pressure Pipelines: Measure by linear foot from center line of fitting to center line of fitting, exclusive of pipe installed in tunnel construction, special structures, or other special sections, along pipe of size and type installed. If depth of cut is shown on PROPOSAL, measure depth at intervals not to exceed 50 feet and at breaks in profile of natural ground from flow line of pipe to natural ground surface over center of pipe. If depth of cut is not shown on PROPOSAL, no consideration made for depth at which pipe is installed. Pay for pressure pipelines, furnished, installed and measured as stated, at Contract unit prices bid for size and type (and depth, if shown of PROPOSAL)measured. D. Concrete Blocking: No separate payment for concrete used for blocking, backing, encasement, or embedding. E. Rock Excavation: No separate payment for rock excavation when rock is encountered in trenching operation. F. Concrete Curbs, Gutters, and Sidewalks: Measured concrete used in repairing curbs, gutters, and sidewalks by cubic yard in place. Pay for concrete used in repairing curbs, gutters, and sidewalks, measured as stated in Contract unit prices bid for "Extra Concrete"of class installed. G. Street and Driveway Surfacing: As per applicable Item of TECHNICAL SPECIFICATIONS or PLANS. H. Restoration of Other Surfaces: No compensation for restoration of surfaces, other than those specifically shown above. I. Bedding and Backfill: No separate payment for bedding and backfill called for under Paragraph 2.06. J2001 -6/7 3/25/2015 J. Cement-Stabilized Sand and Bank Sand Backfill: No separate payment for Cement- stabilized Sand and Bank Sand Backfill called for under Paragraph 2.06. • J2001 - 7/7 r fi , tt . ,,,, '..- - .. DI,'. 1, z; x , . ., N:� " ".ik` ^�i -,s,^ .•-x . , .:,_ .a. y' " , - _. . w.... a" r.' '"� �xr ,. r:; "y _..:s.. ,s 3$. bvxa., aa ,...._ :y>, ...,_ ' - .ssr.- k 11/5/2013 ITEM-NO. J2003 - HYDROSTATIC "LISTING OF PRESSURE LINES PART 1 —GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnish and perform all operations in connection with hydrostatic testing of pressure lines. B. Time of Testing: After pipe has been laid and backfilled, except prior to replacement of pavement, newly laid pipe to be subjected to hydrostatic testing described herein. PART 2—PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Test Pressure: Any Section being tested, apply pressure such that, at highest point in section, pressure to be 125 pounds per square inch or pressure specified by Special Provision to Item. B. Permissible Leakage: Leakage for pipe and appurtenances shall not exceed the amount allowed or recommended by formulas in American Water Works Association (AWWA) Standard C-605 as required in 30 TAC §290.44(a)(5). The allowable leakage shall be as determined from the following formula: _ LB'P 143,000 Where: • Q is the quantity of makeup water in gallons per hour(gph) • L is the length of pipe section being tested, in feet(ft) • D is the nominal diameter of the pipe in inches (in) • P is the average test pressure during the hydrostatic test in pounds per square inch(psi) C. Leakage Defined: Leakage is quantity of water supplied into newly laid pipe, or any valved section thereto, necessary to maintain specified leakage test pressure after pipe has been filled with water and air expelled and the specified test pressure has been applied. D. Duration of Pressure Test: Exposed joints to be tested for not less than 2 hours with no allowable leakage. Covered joints to be tested for a minimum of 6 hours. If leakage at the end of the 6-hour period exceeds the allowable, extend the length of the J2003 - 1/2 11/5/2013 text by not less than 18 additional hours until leakage is brought within the allowable limits for a 6-hour period. For cement-lined pipe, a wetting period of 24-hours may be required to allow the cement lining to become saturated prior to testing to prevent loss of pressure during testing. PART 3 —EXECUTION 3.01 TESTING A. Procedure: Fill each valved section of pipe slowly with water and apply specified test pressure, measured at point of highest elevation, by means of pump connected to pipe. Furnish pump, pipe connections, and necessary apparatus, gauge and, meters. Furnish necessary labor and assistance for conducting test, all subject to approval by Engineer. B. Expelling Air before Test: Before applying specified test pressure, expel air form pipe. To accomplish, make taps in pipe, if necessary, at points of highest elevation. On completion of tests,taps to be tightly plugged with brass fittings. C. Examining Under Pressure: At intervals during test, inspect route of pipe to disclose leakage greater than that specified; located and repair defective joints or defective pipe until test proves that leakage is within specified allowance. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract prices for items of which this work is a component. J2003 - 2/2 Std. 10/13/2005 ITEM NO. J2005 - LOW PRESSURE AIR TEST- SANITARY SEWER LINES PART 1 —GENERAL 1.01 DESCRIPTION A. Scope of Work: Furnish all labor, materials, tools and equipment, and perform all operations in connection with low pressure testing on completed sanitary sewer lines. B. Time of Testing: After gravity sanitary sewer line has been laid and backfilled, but prior to replacement of pavement, subject line to low pressure air test. Test shall be performed using equipment and procedure specified herein. C. Contractor's Responsibility: Take such precautions as required to prevent damage to lines and appurtenances being tested. Repair any damage resulting from test at Contractor's expense. All testing to be completed in the presence of the Engineer. PART 2 —PRODUCTS 2.01 PERFORMANCE AND MINIMUM DESIGN REQUIREMENTS A. Equipment 1. Pneumatic plugs shall have a sealing length equal to greater than diameter of pipe tested. 2. Pneumatic plugs shall resist internal test pressures without requiring external bracing or blocking. 3. One of the pneumatic plugs shall have inlet tap or other provision for connecting air supply to introduce low pressure air into the line for testing. 4. All air used shall pass through a single control panel. a. From control panel to pneumatic plugs for inflation. b. From control panel to a sealed line for introducing low pressure air. c. From sealed line to control panel for continuous monitoring air pressure in sealed line. 5. Air supply system shall have necessary valves and gauges to control rate at which air enters test section and for reading test results. 6. Pressure gauges shall have minimum graduations of 0.1 psi and an accuracy of plus or minus 0.4 psi. J2005 - 1/4 Std. 10/13/2005 PART 3 -EXECUTION 3.01 PRETESTING PROCEDURES A. Determination of Groundwater Level: In areas where groundwater is known to exist, prior to conducting any tests, Contractor shall provide for determining groundwater level by installing standpipe(s) as described in Item J2009 "Exfiltration Test of Gravity Lines." Immediately prior to performing test the ground water back pressure shall be determined by measuring the height (in feet) of water over invert of pipe. Height shall be divided by 2.3 feet to establish the pounds (psi)of back pressure to be added to all readings. B. Preparations of Sewer Lines 1. Flush and clean sewer line prior to testing thus serving to wet pipe surface as well as removing any debris. 2. Plug all pipe outlets to resist test pressure. 3.02 TESTING PROCEDURES A. Procedures to be as follows: 1. All pneumatic plugs to be seal-tested before being used in test installation. One length of pipe shall be laid on ground and sealed at both ends with pneumatic plugs to be checked. Air shall be introduced into pneumatic plugs to be checked. Air shall be introduced into pneumatic plugs to 25 psig. The sealed pipe shall be pressurized to 5 psig. Plugs shall hold against this pressure without external bracing. 2. Safety precautions shall be carefully observed by Contractor during air testing, recognizing damages from plugs blowing out. No one shall be allowed in manholes during test. 3. Place pneumatic plugs in line at each manhole and inflate to 25 psig. Introduce low-pressure air into sealed line until internal air pressure reaches a pressure of 4 psig plus the average groundwater back pressure. Allow two minutes for internal air pressure to stabilize. 4. When internal air pressure has stabilized and is at or above the test pressure (3.5 psig minimum plus groundwater back pressure), commence test. Disconnect air hose from control panel to air supply. Record pressure drop for test period (see 3.02.A.5). If pressure drops more than 1.0 psig during test period, line is presumed to have failed. Test may be discontinued when prescribed test time has been reached even though 1.0 psig drop has not occurred. 5. For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop 3.5 pounds per square inch gauge shall be computed from the following equation: J2005 -2/4 Std. 10/13/2005 T = 0.0850 (D) (K)/(Q) where T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419 (D) (L), but not less than 1.0 D = average inside diameter in inches. L = length of line in feet of same pipe size being tested. Q = rate of loss, 0.0015 cubic feet per minute per square for internal shall be used. Since a K value of less than 1.0 shall not be used, there are minimum testing times for each pipe diameter as follows: Pipe Diameter Min.Time Length for Time for Min.Time Longer Length (inches) (sec.) (feet) (sec.) 6 340 398 0.855 (L) 8 454 298 1.520 (L) 10 567 239 2.374 (L) 12 680 199 3.419 (L) 15 850 159 5.342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17.309 (L) 30 1700 80 21.369 (L) 33 1870 72 25.856 (L) For sections of pipe, which have an average inside diameter less than 36 inches, the following option is available. The test may be stopped if no pressure loss has occurred during the first 25% of the calculated testing time. If any pressure loss or leakage has occurred during the first 25% of the testing period, then the test shall continue for the entire test duration as outlined above or until failure. Lines with a 36-inch average inside diameter and larger may be air tested at each joint. If an air test is used, a visual inspection of the line between the joints shall be performed immediately after the air test. The minimum time during a joint test, regardless of pipe size, shall be 20 seconds. J2005 - 3/4 Std. 10/13/2005 B. Retest. Sanitary sewers failing to meet requirements of low pressure air test to be tested again after Contractor has located and remedied defects causing failure. No sanitary sewer to be accepted until the limits of test procedures are satisfied. 3.03 MEASUREMENT AND PAYMENT No separate measurement and payment for work performed under this Item. Include cost of same in Contract unit price bid for Item of which work is component. J2005 -4/4 10/13/2005 ITEM NO. J3006 - CEMENT- STABILIZED SAND BACKFILL PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the furnishing and installation of Cement-Stabilized Sand Backfill as shown on PLANS or as indicated in other items of the TECHNICAL SPECIFICATIONS. B. Related Work Specified Elsewhere: Per Item No. J2001 - "Construction of Underground Lines" for compaction requirements for sanitary sewers, storm sewers, and waterlines. PART 2 - PRODUCTS 20.1 MATERIALS A. Aggregate: Use sand containing deleterious materials not to exceed the following requirements, by weight. Material removed by decantation 5.0% Clay lumps 0.5% Other deleterious substances such as coal, shale, coated grains of soft flaky particles 2.0% Gradation Requirements: Retained on 3/s-inch sieve 0% Retained on '/-inch sieve 0%- 5% Retained on 20-mesh sieve 15%- 50% Retained on 100-mesh sieve 80%- 100% Color test ASTM C40 - Color not darker than standard color. B. Cement: ASTM C150 -Type I. C. Water: Fresh and clean. J3006 - 1/2 11/18/03 PART 3 - EXECUTI©N 3.01 MIXING Use minimum of 1-1/2 sacks of cement per cubic yard of mixture. Use amount of water required to provide mix suitable for mechanical hand tamping and mix in approved mixer. Stamp tickets at plant with time of loading. Material not in place within one and one-half hours after loading of that has obtained an initial set will be rejected and removed from the site. 3.02 PLACING Place around abutment, wingwalls, structures, inlets, and manholes where indicated only after they have cured at least four days. Place around fiberglass manholes as specified in Item No. J3019 - "Fiberglass Manholes". Place in 4-inch layers and compact each layer with approved power-driven hand tampers. Place in pipe trenches as specified in Item No. J2001 -"Construction of Underground Lines." 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item. Include cost of same in Contract price bid for items of which this work is a component part. B. "Extra Cement-Stabilized Sand Backfill," when approved by Engineer, to be measured by cubic yard compacted in place. Pay for "Extra Cement-Stabilized Sand Backfill" at Contract unit price bid. J3006 -2/2 11/5/2005 ITEM NO. J3024 - BANK SAND BACKFILL PART 1 —GENERAL 1.01 DESCRIPTION Extent of Work. When shown PLANS, furnish and place bank sand backfill in trench excavations above pipe zone as specified in Item No. J2001 - "Construction of Underground Lines", or as required by the Engineer. PART 2—PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS Materials. Bank sand to be free of organic matter, foreign material and mud balls. Sand to have a minimum Plasticity Index of 7 and with not more than 40 percent passing a No. 200 sieve. Sand shall be Class II materials, sands with very little or no fines. Soils with a Unified System Classification of SW, SP, or an AASHTO classification of A-3 shall be required. PART 3 —EXECUTION 3.01 INSTALLATION Mechanical Tamping. Place bank sand in layers not exceeding 8 inches. Compact with mechanical vibratory tamps to 95 percent of maximum density at approximate optimum moisture content as prescribed by ASTM Designation D698. Water flooding is not permitted. 3.02 MEASUREMENT AND PAYMENT A. Measurement: No separate payment for work performed under this Item, except as indicated below. Include cost of same price bid per linear foot of pipe for which work is a component. B. Payment: "Extra Bank Sand Backfill," when required, will be measured by the cross-section method in its compacted position and paid for at Contract unit price bid per cubic yard. Payment under this bid Item is limited to such additional bank sand backfill not shown on PLANS that may be required. J3024 - 1/1 t 4 j 4 k.'-;:. • • is [ ,. moi, „q .,,, .. .n,.u11� filRi In _ -4.vl�.,a. h ,...: J1a6, - ..,ki. : uLrk:: a. ar '"k+eG�. {rtA�w. Mss'.'ta si 1Ls-' ' 4,= .4„am-:.sub's',,sY. - : . f`14,04' -v`:?- -t 10/13/2005 ITEM NO. J3045 -TRENCH EXCAVATION AND SHORING SAFETY PLAN PART 1 - GENERAL 1.01 DESCRIPTIONS A. Scope of Work: Furnishing a Trench Excavation and Shoring Safety Plan, including detailed plans and specifications for a trench safety system and requirements for a safety program for the trench system, to be incorporated into the bid documents and the Construction Contract, and all labor and materials for installation, inspection, and maintenance of trench safety system. B. Application: For any trench excavation at a depth of five (5) feet or greater or where shown on PLANS provide trench safety system. Trench safety system is not required when (a) Contractor's geotechnical engineer determines that the trench excavation is to be made in stable rock; or (b) excavations are less than five (5) feet in depth and examination of the ground by a competent person on behalf of the Contractor provides no indication that a cave-in should be expected. Trench safety system shall be in accordance with details shown on Contractor's Trench Excavation and Shoring Safety Plan. 1.02 QUALITY ASSURANCE Trench safety system to meet appropriate requirements established in Occupational Safety and Health Administration (OSHA) Safety & Health Regulations, 29 CFR 1926-621, Subpart P - Excavations, Trenching and Shoring, and OSHA's proposed standards on trenching excavation published in Volume 54, No. 209 of the Federal Register, October 31, 1989. Those standards are incorporated into these specifications by reference. Should the applicable OSHA standards be modified or amended, the more stringent standards shall apply. Contractors working for political subdivisions of the State shall also be governed by Section 2, Chapter 722, Act of the 70th Legislature, Regular Session, 1987 (Article 2378a.6, Vernon's Texas Civil Statutes). 1.03 SUBMITTALS The successful bidder shall provide the Owner with its Trench Excavation and Shoring Safety Plan for Project prior to Award of the Contract. The plan shall incorporate detailed plans and specifications for trench safety system conforming to OSHA standards that accounts for project site conditions, Contractor's trench construction means, methods, techniques or procedures, the relationship of spoil to edge of trench, and Contractor's equipment to be used in construction of project facilities requiring trench system(s). Contractor shall provide a statement signed and sealed by a Registered Professional Engineer licensed in the State of J3045 - 1/5 10/13/2005 Texas stating that the Trench Excavation and Shoring Safety Plan and the detailed plans and specifications for the trench safety system are designed in a good and workmanlike manner and is in conformance with appropriate OSHA standards. Contractor's plan and the detailed plans and specifications for the trench safety system shall be incorporated into the bid documents and the Construction Contract. In determining who is a responsible bidder, the Owner may take into account the safety record of the bidder, or the firm, corporation, partnership of institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution. A political subdivision may require the bidders to attend a pre-bid conference for the purpose of coordinating a geotechnical investigation of the project site by the bidders. In awarding a contract, a political subdivision shall not consider a bid from a bidder who failed to attend a pre-bid conference required by the political subdivision under this section. PART 2 - PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENT A. Materials 1. Timber: Trench sheeting materials to be full dimension mixed oak, a minimum of two inches in thickness, solid and sound, free from weakening defects such as loose knots and splits. 2. Steel Sheet Piling: Steel sheet piling shall conform to one of the following specifications: a. ASTM A328. b. ASTM A572, Grade 50. c. ASTM A690. Steel for stringers (wales) and cross braces shall conform to ASTM A588. 3. Steel Trench Boxes: Portable steel trench box shall be constructed of steel conforming to ASTM Specification A-36. Connecting bolts used shall conform to Specification ASTM A-307. Welds to conform to requirements of AWS Specification D1.1. 4. Other Materials: Other materials to be utilized shall conform to applicable ASTM standards. PART 3 -EXECUTION 3.01 GENERAL Trench safety system shall be constructed, installed, and maintained in accordance with the Trench Excavation and Shoring Safety Plan prepared by the Contractor's Registered Professional Engineer. Contractor's negligence in performance of J3045 - 2/5 10/13/2005 contract work resulting in any property damage or bodily injury including death or the failure to note exceptions to the trench safety plan by the owner and/or his representatives shall remain the sole responsibility and liability of the contractor. 3.02 INSTALLATION A. Timber Sheeting: Timber sheeting and size of uprights, stringers (wales), and cross bracing to be installed in accordance with Contractor's plan. Place cross braces in true horizontal position, spaced vertically, and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. Cross braces and stringers (wales) to be placed at splices of uprights, in addition to other locations required. B. Steel Sheet Piling: Steel sheet piling of equal or greater strength may be used in lieu of timber trench shoring shown in the OSHA tables (proposed standards). Drive steel sheet piling to a least minimum depth below trench bottom as recommended by Contractor's Registered Professional Engineer providing design. Place cross braces in true horizontal position, spaced vertically and secured to prevent sliding, falling, or kickouts. Cross braces to be placed at each end of stringers (wales), in addition to other locations required. C. Trench Boxes: Portable trench box may be used in lieu of timber trench shoring shown in the OSHA tables (proposed standards) and shall be designed to provide equal or greater protection than timber trench shoring shown in the OSHA tables. In cases where top of portable trench box will be below top of trench, the trench must be sloped to the maximum allowable slope for the soil conditions existing on the Project. In areas where a sloped trench will affect the integrity of existing structures, Contractor to protect structures prior to sloping trench. D. Trench Jacks: When trench jacks are used for cross bracing and/or stringers (wales), the trench jacks shall provide protection greater than or equal to the timber cross bracing shown in the OSHA tables (proposed standards). Trench jacks to be placed at each end of stringers (wales) in addition to other locations required. 3.03 SUPERVISION Provide competent supervisory personnel at each trench while work is in progress to ensure Contractor's methods, procedures, equipment, and materials pertaining to the safety systems in this Item are sufficient to meet requirements of OSHA Standards. J3045 - 3/5 10/13/2005 3.04 MAINTENANCE OF SAFETY SYSTEM The safety system shall be maintained in the condition as shown on the Trench Excavation and Shoring Safety Plan as designed by the Contractor's Registered Professional Engineer. The contractor shall take all necessary precautions to ensure the safety systems are not damaged during their use. If at any time during its use a safety system is damaged, personnel shall be immediately removed from the trench excavation area and the safety system repaired. The Contractor shall take all-necessary precautions to ensure no lads, except those provided for in the plan, are imposed upon the trench safety system. 3.05 INSPECTION Contractor shall make daily inspection of trench safety system to ensure that the system meets OSHA requirements. Daily inspection to be made by competent personnel. If evidence of possible cave-ins or slides is apparent, all work in the trench shall cease until necessary precautions have been taken to safeguard personnel entering trench. Contractor to maintain permanent record of daily inspections. 3.06 REMOVAL Bed and backfill pipe to a point at least one (1) foot above top of pipe or other embedded items prior to removal of any portion of trench safety system. Bedding and backfill to be in accordance to other applicable specification items. Backfilling and removal of trench supports shall be in accordance with Contractor's Trench Excavation and Shoring Safety Plan. Removal of trench safety system to be accomplished in such a manner to cause no damage to pipe or other embedded items. Remove no braces or trench supports until all personnel have evacuated the trench. Backfill trench to within five (5) feet of natural ground prior to removal of entire trench safety system. 3.07 FURTHER AMENDMENT TO CONTRACT All modifications to the Contractor's Trench Excavation and Shoring Safety Plan or the detailed plans and specifications necessitated by the site conditions, Contractor's trench construction means, methods, techniques or procedures and Contractor's equipment to be used in construction of project facilities shall be communicated to Owner in writing. All such modifications shall be communicated to Owner in writing. All such modifications shall be signed and sealed by a Registered Professional Engineer licensed in the State of Texas and a statement provided stating that the modified plan and/or the modified detailed plans and specifications for the trench safety system are designed in good and workmanlike manner and is in conformance with appropriate OSHA Standards. Such modifications to Contractor's plans and/or the Contractor's detailed plans J3045 -4/5 10/13/2005 and specifications for the trench safety system shall thereafter be incorporated into the Construction Contract. 3.08 MEASUREMENT AND PAYMENT A. Measurement: Measure "Trench Safety System" by linear foot of trench protected. Shoring of trench at manholes and other line structures to be included in the lineal foot cost. B. Payment: Pay for "Trench Safety System" measured as stated and by depth of trench protected as shown on PROPOSAL. Payment shall be full compensation for all work described herein. There shall be no increase in the Contract price because of the incorporation of Contractor's Trench Excavation and Shoring Safety Plan or Contractor's detailed plans and specifications for the trench safety system into the bid documents and the construction Contract. There shall be no increase in the Contract price because of modifications to Contractor's plan and/or the Contractor's detail plans and specifications for the trench safety system, whether or not the result of unforeseen of differing site or soil conditions. C. Pay for "Design of Trench Excavation and Shoring Safety Plan" by lump sum as shown on PROPOSAL. Payment shall be full compensation for all professional services relating to the Contractor's Trench Safety System. J3045 - 5/5 1: . zr: `..,, ss ,-,. ,i '+ ^moi; ?` r . xY';'• •.--,s,'-;:t. 4.:. ., w _ _— s v 90 .6T r Imo.. R k k • it's s . • 13+1" y "''',:'.t.'.',-.',:-;..=---- 2 'Y:.! >,,X_ ,-. m?T=� .c ,a,.+ e5 �_ .._aS s .. bc' i.,'. `, es }_ ._. 1/19/01 ITEM NO. K3001 —CEMENT-STABILIZED CRUSHED STONE BASE PART 1 —GENERAL 1.01 DESCRIPTION This Item shall govern for the construction of a portland cement treated base course, composed of new flexible base material, cement and water, mixed at a central mixing plant, and constructed in accordance with the typical sections, lines, grades and thickness as shown on the plans or as established by the Engineer and with the requirements herein. 1.02 QUALITY ASSURANCE A. Submit sample of crushed stone to an approved testing laboratory for review and testing. B. Submit laboratory density test results for cement-stabilized crushed stone mixture. C. Submit field density check test results for cement-stabilized crushed stone mixture. PART 2 —PRODUCTS 2.01 MATERIALS Materials shall conform to the requirements shown on the plans and to the following requirements. A. Flexible Base: 1. General. All types shall meet the physical requirements for the specified grade(s) as set forth in Table 1. a. Additives, such as, but not limited to, lime, cement or fly ash, shall not be used to alter the soil constants or strengths shown in Table 1, unless otherwise shown on the plans. b. Unless otherwise shown on the plans, the base material shall have a minimum Bar Linear Shrinkage of 2 percent as determined by Test Method Tex-107-E, Part II. c. The flexible base shall be one of the following types, as follows: 2. Type A. Type A material shall be crushed stone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. Crushed gravel or uncrushed gravel shall not be acceptable for Type A material. No blending of sources and/or additive materials will be allowed in Type A material. 3. Type B. Type B material shall be crushed or uncrushed gravel. K3001 — 1/5 Std. 1/19/01 4. Type C. Type C material shall be crushed gravel. Unless otherwise shown on the plans, crushed gravel shall have a minimum of 60 percent of the particles retained on the No. 4 sieve with two (2) or more crushed faces as determined by Test Method Tex-460-A, Part I. 5. Type D. As shown on the plans. TABLE 1 PHYSICAL REQUIREMENTS GRADE 1 GRADE 2 GRADE 3 Triaxial Class 1: Min. Triaxial Class 1 to 2.3: Triaxial Class- compressive strength, Mm.compressive strength,psi: 35 Unspecified psi: 45 at 0 psi lateral at 0 psi lateral pressure and 175 at pressure and 175 at 15 psi 15 psi lateral pressure lateral pressure Master Grading Master Grading Master Grading 1-3/4" 0 2-1/2" 0 2-1/2" 0 7/8" 10-35 1-3/4" 0-10 1-3/4" 0-10 3/8" 30-50 No.4 45-75 No.4 30-75 No.4 45-65 No.40 60-85 No.40 50-85 No.40 70-85 Max LL 35 Max LL 40 Max LL 40 Max PI 10 Max PI 12 Max PI 12 Wet Ball Mill Wet Ball Mill Wet Ball Mill Max 40 Max 45 Max 50 Max increase in Max increase in Max increase in passing passing Passing No.40 20 No.40 20 No.40 20 GRADE 4 GRADE 5 GRADE 6 Triaxial Class Triaxial Class Unspecified Unspecified Master Grading Master Grading As Shown on the Plans 1-3/4" 0 1-3/4" 0 No.4 45-75 No.40 50-85 No.40 50-85 Max LL 40 Max LL 40 Max PI 12 Max PI 12 Notes: I. Gradation requirements are percent retained on square sieves. 2. When a magnesium soundness value is shown on the plans the material will be tested in accordance with Test Method Tex-411-A. 3. When lightweight aggregates are used,the wet ball mill requirements will not apply and the lightweight aggregate shall meet the Los Angeles Abrasion,Pressure Slaking and Freeze Thaw requirements of Item 303,"Aggregate for Surface Treatment(Lightweight)". K3001 —2/5 Std. 1/19/01 6. Testing of flexible base materials shall be in accordance with the following TXDOT standard laboratory test procedures: Moisture Content Tex-103-E Liquid Limit Tex-104-E Plasticity Index Tex-106-E Bar Linear Shrinkage Tex-107-E Sieve Analysis Tex-110-E Moisture-Density Determination Tex-113-E Roadway Density Tex-115-E Wet Ball Mill Tex-116-E Triaxial Tests Tex-117-E (Part I or II as selected by the Engineer) Particle Count Tex-460-A,Part I Samples for testing the base material for triaxial class, soil constants, and gradation and wet ball mill will be taken prior to the compaction operations. B. Cement: ASTM C150, Type I. C. Water: Clean, fresh water. 2.02 MIX DESIGN A. Cement content will be selected by the Engineer based on compressive strength tests provided by the Contractor so as to meet the strength as shown on the plans. When Strength L, M or N is shown on the plans, compressive strength conforming to the requirements in Table 1 will be determined by mix design test provided by the Contractor on laboratory prepared samples in accordance with Test Method Tex-120- E. B. When material properties or sources change, the Engineer may require the Contractor to provide additional mix design tests and adjust the cement content as required. TABLE 1 STRENGTH REQUIREMENTS Strength Minimum Design Allowable Cement Compressive Strength Content% Strength L 750 psi 4-9 Strength M 500 psi 3-9 Strength N As shown on plans Strength 0 No strength specified As shown on the plans K3001 —3/5 Std. 1/19/01 2.03 MIXING A. The cement, base material, and water shall be thoroughly mixed in a stationary plant. After mixing is completed, no additional water shall be added to the mixture unless otherwise approved by the Engineer. B. Cement—stabilized crushed stone containing mud balls, clay, organic matter or other undesirable properties not accepted. PART 3 -EXECUTION 3.01 CONSTRUCTION A. Cement treated material shall be placed only on that area where the compacting and finishing operations can be completed during the same working day. B. Finish subgrade preparation prior to delivery of base course. C. Base course shall not be placed when air temperature is below 40°F or if other adverse weather conditions exist. D. Spread, blade, drag, and compact mixed base course material to conform to typical sections shown. Where curb and gutter is required, handle steel and conduct compaction operations such that steel is in the proper position upon compaction of base. Materials to be placed in two or more lifts not to exceed 4-inches in thickness. Lifts to be carried on as a continuos operation so that a monolithic thickness is achieved. Correct or remove areas and "nests" of segregated course or fine material and replace with well-graded materials. Take care to insure that the base course is uniformly placed to the thickness shown on PLANS. Areas not meeting plan thickness within plus or minus Y2-inch to be corrected at Contractor's expense. E. Compact base with approved tamping and pneumatic rollers. Blade and work material during rolling operations to maintain shape of required cross-section and grade. Continue rolling until materials are firmly and uniformly compacted and do not yield or move when roller is operated over base course. Remove material and replace in any area that will not compact after a reasonable amount of rolling. F. Compact material to a uniform density of at least 95 percent AASHTO T180 density. Maintain moisture content at optimum percentage during compaction operations. Density to be acquired within 4 hours after addition of cement to mix. K3001 —4/5 Std. 1/19/01 G. Finish surface by blading and sealing with approved pneumatic or flat-wheel rollers. Place vertical construction joints where there will be a difference in placing time of 3 hours between compacting operations, and at the end of each day. H. Correct immediately any deviation from plane surface exceeding on quarter inch in 16-feet, by loosening, adding or removing material reshaping and recompacting by sprinkling and rolling. I. Moist-cure base for minimum of 3 days before placing surfacing. Allow no traffic on completed base during curing period. Maintain base course in good condition until subsequent surface is applied. 3.02 MEASUREMENT AND PAYMENT Measure "Cement-Stabilized Crushed Stone Base" by square yard compacted in place to specified thickness. Pay for "Cement-Stabilized Crushed Stone Base," complete in place at Contract unit price. K3001 —5/5 -.;:.;-'..'',.;..,;.':,F___,.1,'..'.. b ° t. i :a { " g 7'` - • • • k - Y • • _, . • • • • ,i_ ,.. -+s+'. ; a y rrf:'"t ,.... ?..i' 1'..�S..a^,.a'i:..+9F,'-:k ;3'�Si2 - ...x Y Y�i.. 61:.-'�,�-.Yf 1� ., 4`. 34' Std. 10/13/2005 ITEM NO. K3015 - FLEXIBLE BASE, CRUSHED STONE PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work: Furnish and install a base course of crushed stone, constructed on a prepared subgrade, and conforming to the lines, grades,thickness, and typical sections shown on PLANS. PART 2—PRODUCTS Obtain material from approved sources and consisting of durable particles of stone with approved binder materials. Submit samples for testing. Processed material,when properly staked and tested by standard laboratory methods, to meet following requirements: Retained on Percent by Square Sieve Weight 1-3/4-inch 0 1-inch 5-25 V2-inch 30-50 No. 4 45-65 No. 40 70-80 Test material passing the No. 40 sieve by following requirements when prepared in accordance with SDHPT Test Method Tex-101-E procedure: Liquid Limit Not To Exceed 40 Plasticity Index Not To Exceed 12 Material to have Wet Ball Mill value not exceeding 55 when tested in accordance with SDHPT Test Tex-116-E. PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS K3015 - 1/3 Std. 10/13/2005 A. Preparation: Finish subgrade preparation in conformance with typical sections shown on PLANS and other applicable items of Technical Specifications prior to delivery of base course. B. Placement and Compaction: Deliver material in approved vehicles of uniform capacity. Spread and shape material deposited on same day to thickness and cross section that will provide required minimum thickness and section after compaction. In the event inclement weather or other unforeseen circumstances render impractical spreading of material during first 24-hour period, scarify and spread material as required. Sprinkle material, if required and blade, drag and shape to conform to typical sections as shown on PLANS. Correct or remove and replace areas and "nests" of segregated coarse or fine material with well-graded material. Then sprinkle coarse as required and compact to extent necessary to provide a minimum of 95 percent AASHTO T 180-74 density at or near optimum moisture content. Compact full depth of flexible base as shown on PLANS to the extent necessary to remain firm and stable under construction equipment. After each section of the flexible base is completed, tests as necessary. If the materials fail to meet density requirements, rework as necessary to meet requirements. Throughout entire operation, shape coarse by blading. Surface upon completion to be smooth and conform to typical section shown on PLANS and to establish lines and grades. Correct all irregularities, depressions or weak spots immediately by scarifying the areas affected, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. If base coarse, due to any reason or cause, loses required stability, density and finish before the surfacing is complete, recompact and refinish at the sole expense of the Contractor. Use sheep foot, steel or pneumatic rollers, or a combination for compacting the material to the density previously indicated. Start rolling operations as soon as possible after material is spread. Roll longitudinally with subgrade and, if required by Engineer, roll diagonally or crosswise to direction of first rolling. Roll until material is firmly and uniformly compacted and does not yield or move when the roller is operated over base course. Remove and replace any material that will not compact as outlined above. After base material has been firmly compacted, sprinkle with water and slush roll. Sprinkle and slush roll until surface is sealed and hard,and acceptable to Engineer. Cure base course for a minimum of 72 hours prior to surface course application. 3.02 MEASUREMENT AND PAYMENT A. Measure by square yard at thickness specified on PLANS. Any compacted base found not meeting this thickness to be removed and replaced at sole expense of Contractor. K3015 - 2/3 Std. 10/13/2005 B. Pay for "Crushed Stone Flexible Base" Contract unit price per square yard, Complete in Place, which price shall be full compensation for furnishing all materials, equipment, labor, tools, water and incidentals necessary to complete work K3015 - 3/3 §`F -.('.''''''1:T;''''''..7,!--'44-'-''''''';-''-'`...'-'• x `:.w�fi: '''.'-'!';',?i''';-'''':.'''',':' n 4 s a `i 't' r .' `r y .13, `...`'p r� ."1„ a...-,0,.-..,,.;,,,,I.+, a �L a ` Pat- , . ''.. , ' . ''''' -,';'-'-'''''' '''''''''-''':1':;;"'''',..' T .7 !. V I r • • t • it .. -: • -.=.4,''''''':'Z' # .. ,iES ay f �a4 'a. CITY OF PORT ARTHUR PORT ACRES WWTP - RWP UPGRADE ELECTRICAL SCOPE OF WORK AND SPECIFICATIONS Pt. OF TFC 111 • LON HUBBARD /i64363 • i (42p% 1t 0,( :.4/cENSE�.:44i —A � 4 �liv1 .// OCTOBER 30, 2014 Lon A. Hubbard, P.E. EPIC Pna.nc4rin9. lSC 603 DAYTON ST ORANGE TX 77630 409-670-9393 FIRM#14251 City of Port Arthur Port Acres WWTP — Raw Water Pump 1&2 Installation Summary Electrical Scope of Work General The electrical and controls scope of work for the Port Acres WWTP Raw Water Pump 1&2 Installation consist generally of supplying a custom pump control panel, installing the panel and installing power and controls wiring for the new pumps and control panel. Electrical Service The electrical service to the pumps will originate in existing 480V MCC"B". Contractor shall modify the existing MCC buckets as directed in the drawings and install new feeder from the modified MCC bucket to the new RWP 1&2 Control panel at the RWP pad. Plant Controls The two new pumps will be controlled by the new RWP 1&2 Control panel.The basis of operations is the system pressure.The control panel will have the pump starters, overloads and MCP's mounted in the panel. Relays mounted in the panel will be utilized as shown in the drawings. Contractor will furnish and install three new Mercoid pressure switches with freeze protection insulation and wired back to the control panel. Contractor shall submit panel wiring drawings for approval prior to fabrication of the control panel. Grounding Contractor shall install grounding at the pump pad as indicated on drawings.All conduits shall include a ground wire in each. October 31, 2014 Lon A. Hubbard, P.E. EPIC - . ...i..-... .,..4,„,:.,,, .-:,.. .''''r..,.,--','.,•':;-;'---it''''':1•-•, ' '' ''' ',,'•--"i.,.;.4.-,:i.- ..::-:'''' i-, ,':'1.: .-"4:5.'.'''',':7-,::14: ''''1,'''''''"i'''';':;'-':',.;'\—c'7''''''''''',.'''‘''''J":- "''''''''";•-•'-''''-'••••:"'''''''''‘'.1'-'#•-• r,.,0!-.-,;. ,.. t: ,,: '' '•-•',.'' '''''•':'-''' L'--.'' - ;''''''',..-';,' 4"..:,''''',-,1,'"•-:-`•'''''..'-.r.;'4";;!.,t,''."-"1":1 WrilWriglini,,,, ,..,.I'lfP,'., ::- •-•'' '''' '' '''i•k"''....".. '' '' - - . , "I''•' -* • .,..;' '',,-':-,„-,''. , ?"'''.- "- .':': ''',...,-.;,...--,"'''',... .;','".. • '•--,f.•• .-.. -,:• ''7';','"•''''f.'.... ''''' '-''...•-- ; '-''' . - - '' • .1. . , ,,,, -,-;-., :‘, -'' -::,-,..- ; ;:.,,,. Vt .,',,f,'.:;,•-:;.-,,...:t.• . ,, --„'„--,., ' ,,, .....:. ;1-,._-,,:',::••• -.--,-...,.27....... ,.. r• •r'r.','_", -- . . ' . ,_ • . - , .. , • r•- ;,_ . ..,„:.,,;.'.•''', - ,. .., .., .'-..,,,•'-',„-,..,..,..,:.,...,',!...ii...;,:-.,4*-ei 4544 44 N-,r:.f.1'-.'•;:-,:..-i----r:,', r.-•,' ,..r ... ,r"...-", '-r..• , .. . ,t, . . - .':-. 7 '' V . ,.,,,..,..,:i';_lf:' '' . • - ' 55 5V '4.?.'-*-"`i,'"...".. -,'''.',.-4,..';-.--!1;•.'..•-'; -,''''''.."1"- •( ,'' '''.,'. ' ' .-1..: . ,,;'.. -:--•:,.. - ,-..,..i- -.. ':-. -- -. •.?,:r•rr.:;:-F'7-.';'-''',',-*:.,..-,. '-r•r --.'-r •'•,--' :,.., ' .- - . _ ' _ -,, .. - , ' - --.,,.,•'-',.,-,;....' '...7.'„1,i,",.-',,.i..,1 - r,•.'"•.i.'.';.'i-..;:-,1,-•r"."..'r-L--:-:- -"•----:.- ''.; r '-; ' ' r . ' . , . ..... ir.- : .. -. - --r'---,r. 3 - -',,.--•-./.!•-:-.:',.,•,•.'.-%R.'• - ,,,l,r,',,;.-:ii,tr",•:.'''.,..i,.','.. '...... :••••••-. ...' -' r : • ''. r - • . r . ... . ---,--. ,'-'. '- . .,-'-' ' '-',1 •' ' ,, , , ; 1:.-..:',.' '''''' , . - ..'-' r.,-.,:',..,'''',`";!--;:', -.-,',--., - ., . .--..,::' ,.- ' ‘: - . • „. .- ,. .- ....- -.'' k ,-,, . ' - , -'..-:'0.,.,---:,,,,„. ,,,, ,--- - : ' _,. ""t•ii ','':;,..."':.;•.;;1;i;:',7i1:.,',Ill'r''''''''-''-:'' . ,,•'. ' ' ' --''' ' . - ' ,. ' ''' '1'. ' • . . ' .- ' ' :::''' -. ''":' . -'''-..'.: .'-. ' '' ,'''-- - ' -•' ''''''''''.:'''''-' . ., ,- . _ . . , . , . .-. ,,,- .: . .- . .,.-,•. '''''''',if'*V."4'''' ' ' '. ...' ''' '‘ ' j .' . ' ' '' ''',-•- -'''''' ' ' ! •.: '-'• 'T'' '-', - ."-- -,-.." "' '•- -. ':''''''''''' '''• ' •i!,..,;1'.'•'',' ' Sr ' ',` ' , ''', • ' . ' -, "';.• . : ' ' ' ' , . ' ''''' rt;'.7.71:..'-:::'.',.,-':::'!:'.,-„' ':..!:',,:', .' .. . ,' . . r' ' ,. ,' ' - , :x •-': ' , .'.,'::'''' '..4,,,' '1:- ..,, , ''.. '1 'i, . ' - ' . -0: '''..ii:jr-,-::. ,. .,.. . . '.. . . :' .' ' . ' 1 - ''''' '• . , '''-- ' ' . ' `. '''H ,: ',. .,...',, .s.,...: . .. ' .,,,,,_,,, ' 4,:,.-..,----, -, ,,.:- -- 4 - ' 1, .,.,..,•,..-,';•-i-,--:, • -,,,ii„,.. ..- ..:=,-...-- -, . -•,.,...... ,,....... .....„ • . . , . . ... .... .. •• , . ' , V. ... ,. . ..:.,„ . .. ... . . , . . , .., ., ,, . .... ... . , ,. ... ..,;, : : :;,...2,...1., .' ,.. '.,, ' ,2.,'' ,.,,;-' ..... .- . ,1 VrYVSVV ri7.;;' :=';'''''''; '' ' '''. '''' '.'''' . '' ' - 4----.:::.'-',.."--!.-,:::,:'e'...-,,--•::::,-'-'-4,..,:r-',,;:-'.'ir,';•-•;-.•'•'-'-':1:'''''''''''' i'-';'':-.,,„'"-(''"'";:'''';''''''.-''2;';'"''''-1-••:-'::_,:.-''''',:';';;.;;,-.•'-'.::•-;''.'.' , .-•';',,4-,•,:t,,......,.;,‘-',,:.,-,A::.',.,-:-..;,''''''-l'Ir'';'•.‘,i:L'" " ' ''''•"...41Adllitt'''' i.,,,,'•ii.:; , ..';',;,!•7- ';',;.:,-,;.:"';';' -,•;.f:ci,,,'.':.1,,t,•'..`1;',=,!?,,,.-,..,-,!.1.,,.-,....,..,it ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 900.01 - GENERAL A. Supplementary Conditions 1. The General Conditions and Requirements, Special Provisions and Scope of Work are hereby made a part of this section. For purposes of definition, the Owner shall be the OWNER. The electrical construction contractor(ECC)shall be interpreted as the party who shall be directed to use this specification and the project documents for work described herein. The General Contractor for this project shall submit sufficient documentation to the Owner for prior approval of the selected ECC, in accordance with Section 900.16 of this specification. Rejection by the Owner of the proposed ECC will result in the General Contractor being required to resubmit another ECC for prior approval without any additional costs to the Owner nor any contract time extensions granted to the Contractor. The ECC shall furnish,construct, and install the electrical and instrument facilities as further described in these the Electrical specifications and project documents. Drawings supplied are general guidelines and are not electrically specific in nature but are dependent upon detail drawings as submitted by the ECC in accordance with provisions of this specification. Any miscellaneous or additional material beyond that listed or shown on drawings required for the completion of work, shall be supplied by the Contractor, at no additional cost to the owner. 2. The Electrical Drawings and Specifications under this division shall be made a part of the contract documents. The drawings and specifications of other divisions of this contract, as well as supplements issued thereto, information to bidders, and other pertinent documents issued by the Owner's Representatives are a part of these drawings and specifications and shall be examined by all bidders. Failure to examine all documents shall not relieve the bidder of any responsibility nor shall it be used as a basis for additional compensation due to omission of details of other divisions from the electrical documents. 3. Furnish all work, labor,tools,superintendence, material,equipment,and operations necessary to provide for a complete and workable electrical system as defined by the contract documents. 4. Contractor shall be responsible for visiting the site and checking the existing conditions. He shall also ascertain the conditions to be met for installing the work and adjust bid accordingly. 5. It is the intent of the contract documents that upon completion of the electrical work, the entire system shall be in a finished workable condition. 6. All work that may be called for in the specifications but not shown on the drawings, or, all work that may be shown on the drawings but not called for in the specifications, shall be performed by the Contractor as if described in both. Should 16 900 1 of 23 ) EPIC Enginerinq, LLC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS work be required which is not set forth in either document, but which work is nevertheless required for the fulfilling of the intent thereof;then,the Contractor shall perform all such work as fully as if it were specifically set forth in the contract documents. 7. The use of the word "furnish"or"install"or"provide"shall be taken to mean that the item or facility is to be both furnished and installed under this section unless specifically stated to the contrary; that the item or facility is to be furnished under another section and installed under this section; furnished under this section and installed under another section; or furnished and installed under another section. 8. The use of the term"as(or where) indicated"; "as(or where)shown";"as(or where) specified"; or"as(or where)scheduled"shall be taken to mean that the reference is made to the contract documents, either under the drawings or the specifications, or both documents. 9. Within thirty (30) days after award of contract the Contractor shall submit to the Engineer control schematic drawings covering operational, protective and communication and annunciator wiring. 10. Submittals will be required for all items of alternate brands. The ECC shall secure approval in writing from the Engineer ten (10) days prior to Bid date for all alternate brands to be considered. Where no alternates are listed by the bidder, it is assumed that the bid item meets the specifications and no substitution will be accepted. B. Standards 1. All materials and equipment shall conform to the requirements of the contract documents. They shall be new, free from defects, and they shall conform to the following standards where these organizations have set standards: a. Underwriters Laboratories, Inc. (UL) b. National Electrical Manufacturer's Association (NEMA) c. American National Standards Institute (ANSI) d. Insulated Power Cable Engineers Association (IPCEA) e. Occupational Safety and Health Act (OSHA). f. Institute of Electrical and Electronic Engineers (IEEE). g. Applicable local, city, county codes, ordinances, etc. h. National Electrical Code of National Fire Protection Association (NFPA 70-1999). EC--)1 900 2 of 23 E I Engineering, LEC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 2. The definition of terms used throughout the contract documents shall be as specified by the following agencies: a. Underwriters Laboratories, Inc. b. National Electrical Manufacturer's Association c. American National Standards Institute d. Insulated Power Cable Engineers Association e. National Electrical code f. National Fire Protection Association 3. Submit copies of applicable standards with each submittal. 4. All material and equipment, of the same class, shall be supplied by the same manufacturer unless specified to the contrary. 5. All materials shall bear UL labels where standards have been set for listing. 6. The Owner will accept only the highest standards of work and performance as typified by the standards of the electrical industry. C. Permits, Codes, and Utilities 1. Secure all permits, licenses, and inspections as required by all authorities having jurisdiction. Give all notices,comply with all laws,ordinances, rules,regulations,and contract requirements bearing on the work. 2. The minimum requirements of the Electrical system installation shall conform to the latest edition of the National Fire Protection Association as well as local and state codes. 3. Codes and ordinances having jurisdiction over the work shall serve as minimum requirements, but, if the contract documents indicate requirements, which are in excess of those minimum requirements, then the requirements of the contract documents shall be followed. Should there be any conflicts between the contract documents and codes, or any ordinances having jurisdiction, report these with the bid. 900.02 - SHOP DRAWINGS AND SUBMITTALS A. Shop Drawings 1. Shop drawings shall be taken to mean detailed drawings with dimensions, schedules,weights,capacities, installation details,and pertinent information that will be needed to described the Material or equipment in detail. 16 900 3 of 23 ) EPIC Enqn ee ring, LLC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 2. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers, and manufacturer's name. 3. Submit six copies for review of all shop drawings and submittals as hereinafter called for within sixty days after award of contract. If shop drawings and submittals are not received in sixty days, the Owner's representative reserves the right to go directly to the manufacturer for the information and any expense incurred shall be borne by the Contractor. 4. Review of submittals or shop drawings shall not remove the responsibility for furnishing material or equipment of proper dimensions,quantity and quality, nor will such review remove the responsibility for error in the shop drawings or submittals. 5. Shop drawings and submittals will be returned and unchecked if the specific items proposed are not clearly marked, or if the general contractor's approval stamp, are omitted. 6. When requested, furnish samples of materials for acceptance review. If a sample has been reviewed and accepted,then that item of material or equipment installed on the job shall be equal in quality to the sample; if it is found that the installed item is not equal, then replace all such items with the accepted sample equivalent. 7. Submit catalog literature for each item of material specified. B. Operations and Maintenance Manuals 1. Six weeks prior to the completion of the project, compile an operations and maintenance manual on each item of equipment. These manuals shall include detailed instructions on operations and maintenance as well as spare parts list. 2. Submit six copies for review. C. Record Drawings 1. As the job progresses, mark up with red pencil on blueline prints the deviation from the Contract Documents of all raceway, wiring, and equipment, installations. 2. After completion of job, transcribe this information onto sepia prints and label "Record Drawings." 3. Details of control instrumentation and signal wiring that are not shown in the Contract Drawings, shall be included with the Record Drawings. 4. Raceway and wiring details of each pullbox and junction box larger than 100 cubic inches shall be included with the Record Drawings. These details shall show size of each conduit penetration,wire size,wiring function and terminus information of each raceway and wire. 1C 900 4 of 23 ) E1 fngln.elnq, LLC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 900.03 - QUALITY CONTROL A. Acceptance and substitutions 1. All manufacturers named are a basis as standard of quality and substitutions of any equivalent product will be considered for acceptance. The judgement of equivalence of product substitution shall be made by the Engineer. Where catalog numbers of equipment are stated on the drawings and/or specifications, no substitutes will be accepted unless approval is given by the Owner in writing. 2. Substitutions after award of contract shall be made only within sixty days after the award of contract and only on items not subject to pre-qualification requirements. Furnish all required supporting data. The submittal of substitutions for review shall not be cause for time extensions. 3. Where substitutions are offered, the substituted product shall meet the product performance as set forth in the specified manufacturer's current catalog literature,as well as meeting the details of the contract documents. 4. The details on the drawings and the requirements of the specifications are based on the first listed item of materials or equipment; if any other than the first listed materials or equipment is furnished, then assume responsibility for the correct function, operation, and accommodation of the substituted item. In the event of misfits or changes in work required, either in this Section or other Sections of the contract,or in both;the Contractor shall bear all costs in connection with all changes arising out of the use of other than the first listed item specified. 5. Energy efficiency of each item of power consuming equipment shall be considered one of the standards for evaluation. B. Excavation and Backfilling 1. Do all excavating and backfilling necessary for the installation of the work. This shall include shoring and pumping in ditches to keep them dry until the work in question has been installed. All shoring required to protect the excavation and safeguard employees shall be properly performed. See the appropriate trench safety section of the specifications. 2. All excavations shall be made to the proper depth, with allowances made for floor slabs, forms, beams, finished grades, etc. Ground under conduits shall be well compacted before conduits are installed. 3. All backfill shall be made with selected soil, free of rocks and debris and shall be pneumatically tamped in six-inch layers to secure a field density ratio of 90%,unless otherwise specified. 4. All excavated material not suitable and not used in the backfill shall be removed to the onsite disposal area. Area shall be as directed by the Engineer. 1C 900 5 of 23 ) EPIC En9n<ering, tlC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 5. Field check and verify the locations of all underground utilities prior to any excavating. Avoid disturbing these as much as possible. In the event, existing utilities are broken into or damaged, they shall be repaired to make their operation equal to that before the trenching was started. 6. Where the excavation requires the opening of existing walks,drives,or other existing pavement, these facilities shall be cut as required to install new lines and to make connections to existing lines. The sizes of the cut shall be held to a minimum, consistent with the work to be installed. After installation of new work is completed and the excavation has been backfilled in accordance with above, repair existing walks, drives, or other existing pavement to match existing installation. C. Cutting and Patching 1. Cutting and patching required under this section shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth. 2. Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. 3. Where openings are cut through masonry walls, provide lintel or other structural supports to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent damage to the masonry. 4. Where large openings are cut through metal surfaces, attach metal angles around the opening. 5. Patch concrete openings that are to be filled with nonmetallic, non-shrinking grout. Finished concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. 6. No cutting of structural elements shall be done without permission of the Engineer. D. Flashing 1. Provide waterproof flashing for each penetration of exterior walls and roofs. 2. Flashing for conduit penetrations through built-up roofs shall be made with pitch panel filled full with pitch. 900 6 of 23 ' f Engin eerinq, tEC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS E. Construction Requirements 1. Except where specifically detailed or shown, the locations and elevations of equipment are approximate and are subject to small revisions as may prove necessary, or desirable, at the time the work is installed. final locations shall be confirmed with the Engineer in advance of construction. Confirmed locations shall be made for the following: a. Poles b. Receptacles c. Rough ins and connections for equipment furnished under other sections d. Lighting Fixtures e. Outlets f. Motor Control Centers, Switchboards, Panelboards, etc. 2. Where equipment is being furnished under another section, request from the Engineer an accepted drawing that will show exact dimensions of required locations of connections. Install the required facilities to the exact requirements of the approved drawings. 3. All work shall be done in the best and most workmanlike manner by qualified,careful electricians who are skilled in their trade. The standards of work required throughout shall be of the first class only and electricians whose work is unsatisfactory to the Engineer shall be instantly dismissed from the work upon written notice from the Engineer. All work must meet the approval of the Engineer. 4. Unless shown in detail,the drawings are diagrammatic and do not give exact details as to elevations and routing of conduits, nor do they show all offsets and fittings; nevertheless, install the conduit system to conform to the structural and mechanical conditions of the construction. Unless locations and routing of exposed conduits are shown, confirm locations and routing prior to installation with the Engineer. 5. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with a hole punch. Cutting openings with a torch or other device that produces a jagged, rough-cut will not be acceptable. 6. Raceway entry into equipment shall be carefully planned. Cutting of enclosure framework to accommodate poorly planned raceway placement will not be acceptable. 7. Cabling inside equipment shall be carefully routed, trained, and laced. Cables so placed that they obstruct equipment devices shall not be acceptable. 8. Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that equipment is held in a rigid, tight fitting manner. EPIC 900-7 of 23 En9ln veriny, LLC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS F. Equipment Protection 1. Provide suitable protection for all equipment, work, and property against damage during construction. 2. Assume full responsibility for material and equipment stored at the site and incorporated within the project. 3. Conduit openings shall be closed with caps or plugs during installation. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt, and debris. 4. Equipment shall be covered and tightly sealed against entrance of dust, dirt, and moisture. 5. All dry transformers prior to being energized shall be protected against moisture and dirt absorption by a suitable covering. Also, maintain heat inside the covering by means of 200-watt minimum lamps. 6. Interiors of switchgear and motor control centers shall be kept clean and dry prior to being energized. Maintain heat inside each unit with one 200-watt lamp located at bottom of each vertical section. Energizing integral condensation heaters shall be acceptable in place of lamps. G. Cooperation With Work Under Other Sections 1. Cooperate with all other trades to facilitate the general progress of the work. Allow other trades every reasonable opportunity for the installation of their work and the storage of their materials. 2. The work under this section shall follow the general building construction closely. Set all pipe sleeves, inserts, etc., and see that openings for cases, pipes, etc., are provided before concrete is placed or masonry installed. 3. Work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of equipment to avoid interference with lines as required to maintain proper installation of other work. 4. Make such progress in work that will not delay the work of other trades. Schedule the work so that completion dates are established by the Engineer are met. Furnish sufficient labor or work overtime to accomplish these requirements if directed to do so. H. Installation and Connection of Work Under Another Section 1. Except as otherwise indicated, details of control wiring required for plant instrumentation are not shown; however, ascertain the requirements and install all wiring as required under those sections. 2. Verify the electrical capacities of all motors and electrical equipmentfurnished under C--)i 900 8 of 23 1C Engineerlwg, LLC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS other sections, or furnished by the Owner, and request wiring information from the Engineer if wiring requirements are different from that specified under this section. Do not make rough-ins until equipment verification has been received. 3. Install all motors,controllers,terminal boxes, pilot devices, and miscellaneous items of electrical equipment that are not integrally mounted with the equipment furnished under other sections. All such equipment shall be securely mounted and adequately supported in a neat workmanlike manner. Cleanup and Test 1. Remove all temporary labels, dirt, paint, grease, and stains from all exposed equipment. Upon completion of work, clean equipment and the entire installation to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. 2. Equipment paint scars shall be repaired with paint kits supplied by the equipment manufacturer, or with an approved paint. 3. Clean interiors of each item of electrical equipment. At completion of work, all equipped interiors shall be free from dust, dirt, and debris. 4. Test insulation value of each service entrance cable, each feeder cable, and each branch circuit wire. Test shall be made by means of crank-type ohmmeter that impresses 1000 volts dc across the insulation. Each ungrounded conductor shall have its insulation integrity tested after installation within its raceways from termination-to-termination. However,testing shall be made prior to connection to line and load. All such testing shall be done in the presence of the Owner's Representative and the test results shall be submitted for review. Insulation value of each installed cable and wire shall be equal to, or greater than 500,000 ohms. Should the insulation value be less for each conductor tested, replace any and all such deficient wire and cable runs, and retest to compliance. 900.04 - RACEWAYS A. Concrete encased non-metallic conduit shall be schedule 40 PVC. Couplings shall be PVC solvent-weld type. Such conduit shall be Carlon "PV-Duit", Con-Tex "Telecon", or equal. B. Plastic jacketed rigid metallic conduit shall be hot-dipped galvanized steel, inside and out, and have a 40 mil minimum thickness PVC coating on exterior metallic surfaces and a PVC coating on the interior metallic surfaces. couplings shall be sleeved. Such conduit shall be Rob-Roy, Industry's "Plasti-Bond Red", or equal. C. Flexible liquid tight ferrous metallic conduit shall have extruded thermoplastic cover with interlocked galvanized steel core. The conduit shall be U.L. listed. Such conduit shall be Anaconda, Republic, Eletri-flex, or equal. EPIC 900-9 of 23 Engine ering, LLC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS D. Rigid metallic conduit locknuts shall be galvanized steel in sizes under 2" and galvanized malleable iron on sizes 2-1/2" and larger. Sealing locknuts shall have in addition to that specified above,and integrally fused thermoplastic gasket so that the locknut is rated NEMA- 4. E. Rigid metallic conduit expansion/deflection fittings shall be water-tight with flexible plastic sleeve that allows 3/4" movements in all directions. Hubs shall be threaded, galvanized malleable iron. Clamping bands shall be stainless steel. There shall be an equipment ground bonding jumper. Expansion deflection fittings shall be Crouse Hinds, OZ, or equal. F. Rigid metallic conduit hubs shall be liquid-tight type with threaded female body,with sealing ring on conduit side and threaded male tapered steel body with hardened steel locknut on box side. Plastic jacketed hubs shall have 40 mils PVC coating. Such fittings shall be T&B, Crouse Hinds, or equal. G. Chase nipples, reducers, enlargers, "Ericksons", capped ells, short ells, long ells, split couplings and fittings shall be hot dipped galvanized malleable iron threaded type for use with rigid metallic conduit. H. Rigid metallic conduit bodies shall be cast metal type with threaded hubs, gasketed cast metal covers with stainless steel screws. All such conduit bodies shall be Crouse-Hinds Form 7 Condulets, Appleton Form 35 Unilets, or equal. Liquid-tight flexible conduit fittings shall consist of hot-dipped galvanized steel body with captive grounding ferrule and sealing ring,and compression nut. Connector body shall have nylon insulated throat. Pull-out resistance of each completed connector shall be at least 12 times U.L. minimum. such fittings shall be T&B Crouse-Hinds, Appleton, or equal. J. Rigid metallic conduit boxes shall be electroplated cast iron, with threaded integrally-cast hubs,cast metal cover,and with stainless steel cover screws. Such boxes shall be Crouse- Hinds "Condulets", Appleton "Unilets", or equal. Plastic jacketed type shall have 40 mils minimum coating of PVC. K. Cadmium plated devices and hardware shall not be acceptable. L. All exterior conduit bodies,cast boxes,and similar enclosures shall require gasketed covers. M. Underground conduit shall be run at a minimum depth of 24"to top of grade elevation and encased in 2500 PSI steel reinforced red concrete with a minimum of 3"concrete coverage on all sides. Conduit banks shall be spaced properly to allow concrete penetration between conduits. Only long radius elbows shall be used. N. The horizontal runs of underground conduit shall be schedule 40 PVC. O. Where vertical risers are needed, the vertical portion, including the ell shall be long radius, hot-dipped galvanized rigid steel conduit. Red concrete shall envelope the riser to a minimum height of 12"above grade and the top shall be sloped to drain moisture. Sonotube forms may be used. C--.)1 900- 10of23 !C" ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS P. Provide lithium based lubricant between steel and aluminum conduit. Q. No conduit fittings, other than couplings and PVC-to-rigid adapters, shall be installed underground. R. Contractor shall probe at locations where underground obstruction may exist to determine location before using trenching equipment. To prevent damage, hand excavation shall be used as necessary. S. All exposed conduit shall be supported with two hole hot dipped galvanized steel conduit clamps. One hole clamps shall not be acceptable. 900.05 -WIRING A. WIRE 1. Wire: All wire shall be soft drawn, annealed copper wire with a conductivity of not less than 98 percent of that of pure copper. Each wire shall be continuous without weld, splice or joint throughout the length. It shall be uniform in cross-section,free from flaws,scales and other imperfections. All wire shall carry Underwriters' laboratory label. 2. Insulation for Power and Control Circuitry in underground conduits shall be 75/90°C rated THHN/THWN RHH/RHW/USE, except as specifically noted otherwise. 3. Insulation for Power and Control Circuitry in above grade installations shall be 75°C rated THHN/THWN, except as specifically noted otherwise. 4. Acceptable Manufacturers: 1. The following manufacturers are acceptable suppliers. The first named manufacturer shall be the standard of quality and manufacture required. Okonite General Electric Cablec 5. Execution a. All wiring systems shall be installed in conduit unless otherwise shown on the drawings or specified herein. b. All wire shall be identified by surface marking indicating voltage, insulation, temperature rating, and manufacturer and U/L approval. 900- 11 of 23 EPIC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS c. A color scheme for an easy identification of circuit conductors shall be predetermined and adopted for each wiring system. All wiring shall be marked with wire markers. The color schemes shall be as follows: 120/240 Volts-Phase A - Red 480 Volts-Phase A -Purple 120/240 Volts-Phase B - Black 480 volts-Phase B -Yellow 120/240 Volts-Phase C - Brown 480 Volts-Phase C - Blue Neutral -White Neutral -White marker Ground - Green Ground - Green d. Grounding conductor shall be green insulated, or bare when so specified. e. Branch circuit wiring shall be run continuous from outlet to outlet. f. Mains, feeders and risers shall be run the entire length without joints or splices. g. No wire or cable shown on the drawings or described by the specifications shall be pulled until the entire conduit system between terminal points for the wire or cable has been completed. Each conduit run should be swabbed prior to pulling conductors to insure there are no obstructions in conduit system that might damage conductors. Wire and cable shall not be allowed to be exposed or remain exposed to the weather. h. Immediately after wire or cable has been pulled into a conduit, all conduit filling covers, seal covers, equipment and junction box covers shall be put into place and tightened to prevent entry of moisture, dirt, etc. - Each individual wire color shall be consistent throughout the entire length of its circuit. For connections to electrical equipment, all stranded cable shall be equipped with cable lugs of the mechanical solderless type. All wire and cable entering panelboards,wireways, motor control centers,etc.,shall be neatly grouped,formed, and laced with cord or nylon tie-wraps to provide a neat and orderly appearance. All lighting panel circuits shall be permanently marked on panel door. 6. The Contractor shall meet all conductor identification requirements of the National Electrical Code and shall provide feeder/circuit identification as follows: a. At termination points of all power feeder/subfeeder wiring where identification is not apparent without tracing the wire beyond the enclosure in which it terminates. b. At termination points of all control wiring utilizing wire numbering defined on the drawings or specified by the Engineer. C--)a 900 12 of 23 EIC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS c. Neutrals and equipment grounding conductors shall be identified as specified above. d. At junction boxes or pull boxes through which feeders,sub-feeders,or control wires pass whether spliced at such locations or not. e. At any other locations deemed necessary by the Engineer. Wording or numbering used shall be readily identifiable by personnel unfamiliar with the installation but who may possess copies of the construction drawings for reference. B. Factory pigmented insulation color for sizes #6 and smaller for power wiring shall be as follows: 1. 150V-to ground, or less: Phase Color A Red B Black C Blue Grounding Conductor Green Grounded Conductor White 2. Greater than 150V-to-ground: Phase Color A Brown B Purple C Yellow Grounding Conductor Green Grounded Conductor Grey C. Bare conductors for grounding purposes shall be hard-drawn stranded copper. Wire Size: No wire smaller than No. 12 AWG shall be used, except as herein specified or noted on the drawings, all wire shall be stranded. Control wiring may be No. 14 AWG Stranded Copper. D. Instrumentation hook-up wire shall be 600V. U.L. rated #16 AWG tinned copper stranded (19X29) with 32 mil polyethylene insulated, twisted pair or triad with aluminum-polyester shield and #18 AWG stranded tinned copper drain wire and a 32 mil chrome vinyl jacket. The wire shall be Belden 8719 for 2/C and Belden 8618 for 3/C or equal by Dekoron. Other types may be noted on the Contract Drawings. el 900 13 of 23 1 ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS E. Connectors 1. Mechanical connectors shall be bolted pressure type with tin-plated bronze body and tin-plated silicon-bronze hardware. 2. Insulated spring wire connectors shall be plated spring steel with thermoplastic jacket. Connectors shall be rated at 105°C continuous. Such connectors shall be 3M, Ideal, T&B, or equal. 3. Insulated set-screw connectors shall consist of copper body with flame-retardant, 600V. Class insulated shell. Such connectors shall be ideal, T & B, 3M, or equal. 4. Terminal connectors for flat-head terminal screws shall be locking spade type with vinyl insulated, compression indent shaft, T&B, Ideal, Amp, or equal. 5. Terminal strips shall be channel-mounted type with tin-plated solderless box lugs contained with barriered nylon-insulated separable barriers. Such devices shall be Square D, Cutler-Hammer, Allen Bradley, or equal. 6. Connections: Branch circuit joints or splices shall be made electrically and mechanically secure with nylon insulated pressure connectors. Connectors normally furnished with motor controllers, panels, etc., maybe used for feeder terminations. Other feeder connectors shall be bolted, wedge type, or compression type. F. Insulating Products 1. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic,pressure- adhesive type; Plymouth "Slipknot Grey", 3M "Scotch #33, or equal. 2. Insulation putty shall be rubber-based, non-vulcanizing, elastic-type putty in tape form; Plymouth #2074, 3M "Scotchfill", or equal. 3. High Temperature, insulating void filling, moisture-proof tape shall be stretchable ethylene propylene rubber with high-tack, self fusing surfaces. Tape shall be rated for 90° C continuous, 130° C overload. such tape shall be Plymouth "Plysafe", 3M Scotch 23", or equal. 4. High temperature protective tape shall be rated 180° C continuous, Indoor/outdoor and shall be cured,self-fusing silicone rubber. Such tape shall be Plymouth "Plysil", 3M "Scotch 70", or equal. 5. Arc and fire-proofing tape shall be oil and water resistant, heat resistant, fabric reinforced; Plymouth "Plyarc#3318", 3M "Scotch 7700", or equal. G. Labels, Nameplates, and Signs 1. Numbered wire marking labels shall be adhesive backed cloth type for dry locations and self laminating plastic type for damp or wet locations. Such labels shall be T & B, Amp Brady or equal. Field installed terminal points shall be neatly marked with IC),900 14 of 23 G ! ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS the correct work number using waterproof ink. Pencil marking is not acceptable. All active terminals will be marked. 2. Write-on labels shall be weather resistant polyesterwith flat surface for marking pen application of usage. 3. Colored bonding tape shall be 5 mil stretchable vinyl, self-adhesive, and with permanent solid colors corresponding to herein before specified wire colors; Plymouth "Slipknot 45", 3M "Scotch 35", or equal. 4. Micarta nameplates shall be 3/32" inch thick, lengths as required to accommodate lettering,and in 3/4"and 1-1/4"widths. Each plate shall have adhesive backing with pull-apart resistance of at least 100 psi or attached with stainless steel screws suitable for permanent installation. Plates shall be laminated type with black background and white letters. Engraved plastic nameplates are to be installed on panelboards,control devices,and disconnect switches. Nameplates are to bear the item number(and descriptive name where applicable)of the equipment. See nameplate schedule. 5. Signs shall be similar to nameplates in 4. above with the size, type, and wording as indicated on the contract drawings. H. Supporting Devices 1. Slotted channel supports and framing members shall be cold rolled steel. Finish for inside, dry location in finished areas (such as offices) shall be factory painted with backed-on enamel. Finish for outside and damp orwet locations shall be hot dipped galvanized after fabrication. Size of slotted channels unless otherwise indicated, shall be 1-5/8"x 1-5/8"in cross-section. Furnish Unistrut P-1000, Elcen Figure 600, or equal. Special purpose slotted channel support shall be furnished as indicated. 2. Hanger rods shall be hot dipped-galvanized and shall be all-thread type, 3/8" minimum diameter. 3. Beam clamps, side-beam connectors, and one-hole clamps shall be hot-dipped galvanized malleable iron, and shall be Steel City,T&B, or Gedney. Plastic coated types shall have 40 mils, minimum PVC covering. 4. Pressed steel,two-piece single bolt, slotted channel conduit straps shall be electro- galvanized and shall be of the same manufacturer as the slotted channel. Plastic coated types shall have 40 mils, minimum PVC covering and hardware shall be stainless steel. 5. Single rod-hung "J" conduit clamps shall be adjustable type with hot dipped galvanized finish and shall be Unistrut J-1200 series, Elcen figure 90, or equal. C—)i 900 15 of 23 EIC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 6. Indoor, dry-location slotted channel hardware (nuts, bolts,washers,etc.)shall have hot-dipped-galvanized finish. Outdoor,wet location slotted channel hardware shall be stainless steel. 7. Stainless steel hardware shall be AISI Type 316. 8. Concrete and masonry anchors shall be stainless steel type equal to Hilti brand. 900.11 - MISCELLANEOUS A. Grounding Devices 1. Ground rods shall be copper clad steel in lengths and diameters as indicated. 2. Ground rod connectors shall be copper alloy with silicon bronze bolts and in sizes to fit ground rod diameters. Furnish OZ, Burndy, or equal. 3. Pipe ground connectors shall be copper alloy with silicon bronze bolts and in sizes to fit pipe diameter. Furnish OZ, Burndy, or equal. 4. Thermal welding devices shall consist of correct size molds to fit application and correct amount of weld metal. Furnish Enrico "Cadweld", Burndy"Thermoweld", or equal. 5. The grounding system shall be installed in accordance with the latest edition of the National Electrical Code. 6. Except as otherwise noted on the drawings all underground connections shall be made using a"Cadweld"connector. After the connection is made, coat all exposed copper surfaces with a bitumastic coating. 7. All conduits, panels, cabinets, transformers, motors, junction boxes, and other electrical equipment shall be permanently and securely connected to the grounding system as shown on the drawings and/or specified herein. 8. Conduit system shall not be used for ground path. Motors and other electrical equipment shall be grounded with a separate ground wire run in their power conduit. Wire shall be single conductor stranded copper with green insulation and shall be attached to the equipment frame with Burndy type"GB" connectors. 9. Grounding connections shall be of an approved type with high copper alloy bodies and silicon bronze bolts, nuts and lockwashers. 10. After completion of the grounding system,the resistance of the grounding network to earth shall be measured and recorded by the ECC. Measurements shall be made using the 3-probe method. Resistance shall not exceed 5 OHMS (unless otherwise noted on the drawings) or else additional ground rods shall be installed and additional tests performed to achieve 5 OHMS ground resistance. 900- 16of23 EPIC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 11. All new electrical equipment and other specific structures shown on the drawings shall be effectively grounded. Specific requirements are shown on the grounding drawings. B. All necessary tests and adjustments for the proper operation of the electrical system shall be performed by the Contractor with instruments furnished by him for this purpose. The tests shall be witnessed and approved in writing by the Owner's representative. 1. LOW VOLTAGE WIRING TEST (600V) When the low voltage wiring (600V) has been pulled in and before tying into circuit breakers, etc., tests shall be made on all conductors. The ECC shall test each conductor to ground and between conductors on each conduit run with a 1000V DC "Megger". Insulation shall show a resistance reading of 150 megohms or higher. Any conductor(s) in a conduit that shows a significantly lower resistance than the other conductors in the same conduit must be thoroughly checked and replaced by the Contractor if the fault is within the conduit. Any cable which fails under operating conditions and which was damaged by the Contractor shall be replaced at his own expense. Megger transformer windings for grounds and moisture accumulation per manufacturer's recommendations. Where evidence of moisture accumulation is found, the equipment must be dried and retested before being placed in operation. Check all control switches, alarm and shutdown devices, indicating lights, and annunciators for proper operations by simulation. Circuit breakers, switches, relays, and other equipment shall be checked for loose connections (both mechanical and electrical) and to see that contacts and working parts are correctly aligned and free from dust and foreign matter. After installation,the system shall be functionally tested by the ECC to insure proper operation. The test shall include, but not be limited to: Megger (TM)test of control wiring and power circuits at 1000 VDC. Calibration of all overcurrent and overload circuits to operate within the manufacturer's published specifications Phasing and phase rotation test to insure all power circuits are wired properly. Functional test of all panels to assure that each function operates as intended. At the conclusion of the testing work, furnish original test reports and six copies to the Engineer for approval. 1C—)1 900 17 of 23 EPIC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS All testing and verification shall be witnessed by the Engineer, as the Owners' representative, at the Owner's option. C. The Contractor shall be responsible to make a thorough check for wiring accuracy, correct adjustments,etc.and shall perform operational tests of all motors, lights,and all other electrical devices. All such equipment shall operate to the satisfaction of the Owner's Representative at completion of the work. At this time the Engineer shall be furnished a set of integrated system/control diagrams showing the actual terminations used in the installation of all electrical equipment. The Contractor shall perform complete systems tests and checkout on all areas of work to assure that all systems are complete and functional. This work shall include equipment,which has been furnished by others for installation by the Contractor,as well as equipment furnished and installed by the Contractor. All construction and installation shall be inspected for completeness by the Owner's inspector prior to submission for acceptance. Owner shall provide a punch list of deficiencies, which the Contractor shall correct before final acceptance of construction is issued. The Contractor shall submit each installation to the appropriate field inspector for acceptance. Inspector approval shall be required for each item. D. CLEANUP AND MATERIAL DISPOSITION The Contractor shall completely clean the area of all scrap material, boxes, crating material, etc., and shall dispose of it at an area designated by the Owner's Representative. E. AS BUILT DRAWINGS The Contractor shall maintain and protect at the job site a separate set of white prints of the electrical and instrument contract drawings for the sole purpose of recording with colored pencil "as-built"changes and diagrams of those portions of the work in which actual construction is significantly at variance with the contract drawings. At the conclusion of the project,an additional set of such record prints shall be prepared and both sets delivered to the Engineer. Release of retainage shall be conditional upon acceptance of as-built drawings. 900.13 - INSTALLATION A. Basic Materials and Methods 1. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. Kinked conduit, conduit inadequately supported or carelessly installed shall not be accepted. 2. Raceways shall be installed for all wiring runs except as otherwise indicated. 900- 18of23 ERIC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 3. Conduit sizes,where not indicated,shall be code-sized to accommodate the number and diameter of wires to be pulled into the conduit. Use NEC tables for sizing. 4. Exposed runs of conduit shall be installed parallel to the lines of the structure. 5. All conduit and fittings in the buildings shall be EMT concealed in finished areas or as noted otherwise on the drawings. Duct banks shall be concrete encased schedule 40 PVC conduit, with vertical portion including ell to be hot-dipped galvanized rigid steel conduit. 6. PVC runs shall be joined with manufacturer's approved cement. 7. Finished installation of conduit runs from each terminus to each terminus shall be watertight. 8. Generally,raceways shall be installed exposed on the structures and in the buildings except as otherwise specified. Horizontal runs shall be supported on 24" centers and vertical runs on 48"centers. 9. Conduit runs in finished areas within building shall be installed concealed within the structure, except as otherwise specified. Electric Metal Tubing (EMT) and fittings including stamped steel boxes shall be allowed to be installed concealed in walls and above the ceiling in finished areas of the proposed buildings only. 10. Yard runs of conduit shall be concrete encased schedule 40 PVC duct installed below grade except where up-turns to structures and equipment is made. The up- turn shall be made with hot-dipped galvanized rigid steel conduit 90 degree long radius elbow. Depth of lateral runs shall be 24"minimum and 36"maximum, unless otherwise indicated. Coordinate installation with site work finished grades. Duct bank depths shall be as indicated on the drawings. 11. Conduit runs under building floor slabs and in pipe chases shall be concrete encased schedule 40 PVC conduit. 12. Conduit runs that enter an enclosure without penetrating the sheet metal, such as bottom entry into motor control centers, shall be equipped with grounding bushings. 13. Conduit bodies such as "LB, "T", Condulets, Unilets, or equal shall be installed in exposed runs of conduit wherever required to overcome obstructions,and to provide pulling access to wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. 14. Conduit shall enter all wireways, boxes, motor control centers, panelboards and other enclosures straight and true. conduits installed cocked and not parallel to the lines of the enclosure shall not be acceptable. 15. Conduit entrances into equipment shall be carefully planned. cutting away of enclosure structure,torching out braces,and removal of enclosure channels and sills AC--)1 900- 19of23 !C ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS shall not be accepted. 16. Use approved hole cutting tool for entrances into sheet metal enclosures. Use of cutting torch or incorrect tool shall not be accepted. 17. Install expansion or expansion/deflection fittings where conduit runs across an expansion joint within the concrete or where conduit runs cross an expansion joint and the runs are rigidly attached to the structure. 18. Plastic jacketed flexible metallic or non-metallic conduit shall be used for connections to motors, solenoids, pressure switches, electric valve operators, unit heaters, motorized louvers, torque switch devices, flowmeters limit switches, lay-in lighting fixtures, and other devices that may need to be removed for servicing. 19. Flex runs shall be joined with specified flex connectors and these connectors shall be made up tightly onto its connected devices. All plastic jacketed flexible conduit connections shall be watertight. 20. Cap each end of conduits as soon as placed to prevent mud, dirt, debris, and water from entering raceways. Each run shall be swabbed clean prior to wire pulling. 21. All junction and pull boxes shall be equipped with blank covers. 22. All boxes shall be installed with their axes parallel to the lines of the building structure. 23. All conductors shall be the size as indicated and where no size is given, the conductor size shall be #12 AWG, unless otherwise specified. 24. Generally, control wiring shall be #14 AWG. 25. All wiring shall be installed in raceways unless otherwise indicated. 26. All power and control wiring shall be made with insulated, stranded copper wire. 27. No wire or cable shall be drawn into a conduit until all work of a nature, which may cause injury, is completed. A cable pulling compound shall be used as a lubricant and its composition shall not affect the conductor or its insulation. 28. Do not exceed cable manufacturer's recommended pulling tensions. 29. Service and feeder wiring runs shall be made from terminus to terminus without splice. 30. Branch circuits shall run from supply to load without splice except where taps and splices are required for receptacle, light fixture, and small appliance loads. 31. Taps, splices, and connections in #8 AWG and larger shall be made with tinned copper alloy bolted pressure connectors. Make up connection tightly to produce as low a resistance as if the conductor where continuous. Such connectors shall be C3900-20 of 23 !C ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS insulated with a smooth cover of void-filling insulation putty and then covered with at least four(4) half lapped layers of electrical tape. Insulated connector shall have at least 1.5 kV insulation value. 32. Except as otherwise specified; taps, splices, and connections with #10 AWG and smaller shall be made with insulated spring wire connectors. Such connectors in damp or wet locations shall be further insulated with an envelope of half-lapped EPR over the wire nut and down 2" over the incoming wires; prior to applying the envelope, use a stretched piece around each wire to fill the interstices between the wires; finished splices shall be waterproof. 33. Specified sizes of wire shall be installed with factory-pigmented colors. Phase label black pigmented wires with colored banding tape as specified. Install labels at each terminus. 34. Numbered marking labels shall be installed to identify circuit numbers from panel boards and to identify control wires. Install labels inside each panelboard,junction and pullbox, and device and control connection. 35. Label each wiring run with write-on waterproof labels inside each motor control center, switchboard, pullbox and handhole. Wrap label ties around wire group at conduit entrance and write on label the wire size, conduit size, and service. 36. Control wiring that terminates on to flat head type terminals shall be equipped with crimp-type spade lugs. Label each wire with number to correspond with terminal strip number. 37. All wiring inside enclosures shall be neatly trained and laced with tie-wraps. 38. All raceway systems,outlets, boxes,wireways,cabinets,enclosures,lighting fixtures, transformers, and related equipment shall be adequately and safely supported with at least 3-1 safety factor. 39. Slotted channels shall be used to support equipment that is mounted free of structure. Use factory fabricated back-to-back hot-dipped galvanized members 3- 1/4" deep that have welded feet. 40. Runs of exposed conduits shall be installed as follows: a. Single surface runs shall be attached to the structure by means of conduit clamps,except as otherwise specified. Single runs along structural members shall be supported by means of side beam clamps, or similar supporting devices. b. Multiple surface runs shall be attached to the structure by means of slotted channels. Each conduit shall be attached to the slotted channel by means of two-piece conduit clamps. 41. Rod hangers shall be hot dipped, galvanized all thread, 3/8"minimum diameter steel type. Paint each rod hanger and its tap support with undercoat and one finish coat of ot;—)1 900 21 of 23 nEPIC ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS galvanized type paint. 42. Rod hangers shall be attached to the structure with appropriate hanger such as concrete insert, beam clamp, ceiling flange, or side beam connector. 43. Slotted channels that are field cut shall have raw edges painted with cold galvanized coating spray paint. B. Equipment 1. Motor control centers and panelboards shall be installed as follows: a. Follow manufacturer's installation instructions. Set line-ups in place and shim level. Bolt rails to concrete with 1/2" diameter stainless steel bolts set in expansion anchors. b. Bottom conduits entries into cubicles shall be carefully arranged and set in manufacturer's allotted openings. Each conduit terminus shall be equipped with insulating bushing. c. Top conduit entries into cubicles shall enter to correct section to minimize cross-wiring. Each conduit entry shall be equipped with bushing. d. All cables inside enclosures shall be neatlyarranged and bundled and bound with plastic tie-wraps. 900.14 - DRAWINGS AND SUBMITTALS A. Submit shop drawings for the following: 1. Wire 2. Conduit-all types 3. Motor Control Centers 4. Light Fixtures 5. Safety Switches 6. Unit Heaters 7. Pilot Devices 8. Panelboards 9. Transformers 10. Enclosures IC)v 900 22 of 23 EPI ITEM 900 - ELECTRICAL BASIC MATERIAL AND METHODS 11. Terminal Blocks B. Submit catalog literature of each item of material specified. 900.15 -WORKING DRAWINGS FOR APPROVAL Prior to furnishing any material or equipment or performing related work,the Contractor shall submit six(6)sets of detail drawings and related data required by the governing specification. Working or shop drawings for equipment and materials shall be dated, and shall show on the label the Project, the equipment or materials, and the location. Within thirty (30) days after award of contract the Contractor shall submit to the Engineer control schematic drawings covering operational, protective, communication and annunciator wiring. 900.16 - ELECTRICAL CONSTRUCTION CONTRACTOR (ECC) QUALIFICATIONS To be considered an acceptable ECC contractor to the Owner, the proposed ECC shall provide documentation of the personnel working on this project with experience,training and skill to provide a practical working system. The Contractor will be required to furnish acceptable evidence to the Owner of having installed not less than three systems of size and type comparable to this project. The systems must have served satisfactorily for not less than 3 years. The ECC superintendent must have had experience in installing not less than three such systems. 900 23 of 23 EPIC 74 t ' dt` `x�n� "��n `" y�" '�mow• .� y�a,�' �': "�` '' "�„ �� '� vt �'� f _ x , FN _ 7 t }+'.'; L i t • - l r u F �' �x_,'�3_ s:', '}-. fi'"'' fes,�.:i, ^. „ y ax;_:Ss '�`.::, '+` u rd 42..� :F .: :r A,i, 5 a a a"r .�{: ">: '.' ?' �_ _```' -- ._ . . :, APPENDIX "A" FORM FOR REQUEST FOR TIME EXTENSION -,-'.':'''-";,:',-1,-;..',..." . ,.' ( M • d`. r 5,--,,4,-'4,-,-,--_� .. • d m If it a r s A. , g y_ - ,.,, :,;wa . - _v�.,s: ': '.` my, . ti. e.... '6k �.a" ,_ REQUEST FOR EXTENSION OF TIME DUE TO WEATHER OR SUPPLIES CITY OF PORT ARTHUR DATE: , 20 MONTH OF: , 20 CITY of PORT ARTHUR, TEXAS PUBLIC WORKS DEPARTMENT P.O. BOX 1089 CITY of PORT ARTHUR, TEXAS 77641-1089 ATTENTION: Dr.Jimmie Johnson Director of Utility Operations Gentlemen: We request extension of completion time on our Contract due to the days of work lost as specified(list dates actually lost: do not include days not normally worked such as Saturdays, Sundays, or holidays): Dates Lost: Days Lost ( ) / 5 x 7 + Calendar Days Requested Reasons for Request: Contractor By: Approved for extension of calendar days. Disapproved. Date: , 20 CITY OF CITY OF PORT ARTHUR, TEXAS BY: City Manager Distribution by City Original: Public Works Department xc: Engineer Contractor � t t'' ''''''' . :.- -' '. ' ' ' ' '' t. eft, 4 • • k . . fav r , . {.Yid _.. a �.d�,.4;, -tiv �.w,.q..� .,e,J �...- ,�-,i -. ,r '1"-'-,,,,,''.. -.ixex{...;1--,-',:.."-=:_,•:,-..,41:;4-;11Lw;r e-., *<^'�a` '' ,.. ::, -,-'--, --. . v z - APPENDIX "B" QUALIFICATION STATEMENT QUALIFICATION STATEMENT SUBMITTED TO CITY OF PORT ARTHUR BY [Corporation,Co-Partnership,An Individual] PRINCIPAL OFFICE 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: 2. How many years' experience in this type of construction work has your organization had? (a) As a general contractor (b) As a sub-contractor 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner APPENDIX B 4. Have you ever failed to complete any work awarded to you? If so, where and why? 5. In what manner have you inspected this proposed work? Explain in detail. 6. Explain your plan or layout for performing the proposed work: 7. The work, if awarded to you, will have the personal supervision of whom? (a) For administrative management? (b) For resident construction superintendence? (c) What experience in this type of work is enjoyed by the superintendent designated under(b)above? 8. What portions of the work do you intend to sub-let? APPENDIX B 9. What equipment do you own that is available for the proposed work? Description,Size Years of Present Qty. Item Capacity,Etc. Condition Service Location 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? APPENDIX B 11. List the construction projects your organization has underway on this date: Contract Class of Percent Name and Address of Owner Amount Work Complete or Contracting Officer Dated at this day of , 20_. BY: TITLE: APPENDIX B APPENDIX "C" GEOTECHNICAL REPORTS Since _. _ / Lind & Associates, Inc. dba T & N Laboratories & Engineering "C'o,nuon Sense Engineering" 1983 41 GEOTECHNICAL REPORT WITH SUBSURFACE INVESTIGATION & ENGINEERING STUDY FOR SUBGRADE & PAVING DESIGN RECOMMENDATIONS AT PORT ACRES WASTEWATER TREATMENT PLANT HIGHWAY 365 IN PORT ARTHUR,TEXAS Project No.: 15045 Job No.: 50862 Submitted to: ARCENEAUX, WILSON & COLE c/o Mr. Marc Ochoa Port Arthur,Texas APRIL 2015 5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727-6291 FAX:(409)722-6961 TABLE OF CONTENTS (Report#15045—50862) SECTION PAGE INTRODUCTION/SYNOPSIS 1 PROJECT DEVELOPMENT 1 SCOPE OF STUDY 2 SITE EXPLORATION 2 SOIL SAMPLING 2 GROUNDWATER CONDITIONS 3 LABORATORY TESTING PROGRAM 3 SUBSURFACE CONDITIONS 4 ANALYSIS & DISCUSSION 4 SITE PREPARATION 4 PAVEMENT SUBGRADE 5 RIGID PAVEMENT DESIGN 5 FLEXIBLE PAVEMENT DESIGN 5 STRUCTURAL AND SELECT FILL MATERIAL 5 PORTLAND CEMENT CONCRETE PAVEMENT 6 DRAINAGE 6 QUALITY CONTROL 7 LIMITATIONS 7 ILLUSTRATIONS BORING LOGS #B-1 & B-2 KEY TO SOILS CLASSIFICATION & SYMBOLS GENERAL NOTES since Lind & Associates, Inc. dba T & N Laboratories & Engineering 1983 5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727-6291 FAX:722-6961 CLIENT: PROJECT/LOCATION: Arceneaux,Wilson &Cole Geotechnical Investigation and Engineering do Mr. Marc Ochoa Study for Subgrade and Paving Design 2901 Turtle Creek Drive, Suite# 320 Recommendations for"Port Acres Wastewater Port Arthur,Texas 77642 Treatment Plant in Port Arthur,Texas". Report Date: April 1,2015 Project No.: 15045 Job No.: 50862 J}]]]JJ}JJJ]]]]J]]]}]]JJ]]JJl]]J}]}lJ}JJ]}]J]JlJ]]JJIJJIJII]}J}]lJ]]]l]]]JlJ]]]lJ}J}]}]]J]JJ}]}]l]]]]l}JJJIJJ]]]]] INTRODUCTION/SYNOPSIS: Presented herein are the results of our geotechnical study with subgrade and paving design recommendations for the above-referenced project. Our subsurface study was authorized by Mr. Marc Ochoa. The subsurface investigation was performed on March 31,2015 in general accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils for roadway development. Engineer of Record for this report is Jack C. Lind,P.E. -Texas Registration No.79555. PROJECT DEVELOPMENT: This project will involve paving development for"Port Acres Wastewater Treatment Plant in Port Arthur,Texas". Engineering design recommendations will be discussed in this report. -1- SCOPE OF STUDY: The objective of our study was to explore subsurface soils conditions in the proposed paving areas and formulate geotechnical design criteria for subgrade and paving designs. Our subsurface study included the following: 1) Drill test borings in two (2)selected locations; explore groundwater&geological conditions and collect soil samples for laboratory testing. 2) Perform a laboratory testing program on selected soil samples to evaluate physical and engineering properties on the subsurface soils. 3) Prepare and promulgate engineering analysis to provide geotechnical design and construction recommendations associated with: a) subgrade preparation for pavement, b) paving design criteria for: - rigid pavement - flexible pavement SITE EXPLORATION: T&N was authorized to drill two (2)soil borings to depths of six ft. (6') below existing ground surface at locations selected by the client. Our exploration was accomplished with a truck-mounted rotary drilling rig. Locations of the borings are stated on the"Boring Logs" included within the "ILLUSTRATIONS" section of this report. SOIL SAMPLING: Soil samples were secured continuously from ground surface to the six ft. (6')depth. Cohesive samples were obtained by hydraulically pushing a three-inch(3") diameter thin-walled tube a distance of about 24 inches. Our field sampling procedure was conducted in general accordance with provisions outlined in "Standard Practice for Thin-Walled Tube Sampling of Soils-(ASTM D1587)' -2- Soil samples were extruded in the field and visually classified by our geotechnician. The geo- technician measured penetration resistance of recovered soil samples using a calibrated pocket penetroineter. Measured penetration resistance is shown on the"Boring Logs" and was used to estimate soil consistency. Representative portions,of each recovered soil sample, were sealed and placed into containers; then transported to our laboratory for testing and engineering study. GROUNDWATER CONDITIONS: Borings were drilled"dry" utilizing flight augers and soil samplers. Groundwater was not encountered in the borings during drilling operations. Groundwater is likely to fluctuate in upper strata during seasonal climatic changes. Water levels measured in open boreholes may not accurately reflect true groundwater conditions and should be considered only as approximate indications for this report. Borings were terminated at six ft. (6')below ground surface. LABORATORY TESTING PROGRAM: Our Laboratory testing program was performed primarily for soil classification and evaluation of soils plasticity with unconfined compression strength. The following tests procedures were utilized in laboratory: Testing Performed Test Procedure Atterberg Limits (LL&PI) ASTM- D4318 Natural Water Content(%) ASTM-D2216 Unconfined Compression Test(UCS) ASTM -D2166 Percent(%) Passing#200 Sieve ASTM—D1140 Thin-Wall Shelby Tube Samplers ASTM - D1587 Soils Classification ASTM—D2487 Undrained shear strength of cohesive soils was determined by unconfined compression tests. Water content and dry unit weights were determined as routine parts of the unconfined compression analysis. Liquid and Plastic Limits were performed on appropriate cohesive samples. Results of these tests are shown on the"Boring Logs". -3- SUBSURFACE CONDITIONS: The particular subsurface stratigraphy,as determined from our field and laboratory programs, is shown in detail on the`Boring Logs". A review of these logs indicates the soils in these areas consist of about two ft. (0—2')of"limestone and day mixture". Below the base soils are typically "high plastic clays"to six ft. (6')deep. The soils exhibit a relatively uniform moisture content and shear strength,with moisture contents ranging from 27%to 43%. Average shear strength of clay soils is about 515 psf (Compressive Strength about 1,030 psf). In the area for the original location of Boring B-2, an obstruction was encountered at a depth of about two and a half ft. (2 '/2'). This boring location was moved to the northeast into a grassy area per instructions of the CIient. ANALYSIS AND DISCUSSION: The following analysis is based on data obtained from our field and laboratory test programs, project information provided to us and our experience with similar subsurface and site conditions. The paving designs considered in this report include(1)Milling surface base material and clay soils for an approximate twelve in. (12")depth and compacting or(2) remove upper base and clay mixture,lime stabilizing upper ten in. (10")minimum of subgrade soils and compacting. After initial subgrade preparation, the proposed surface course can be placed. Design recommendations are based on typical CBR Values,related to normal vehicle traffic. SITE PREPARATION: Milling Option 1 —The surface base and clay mixture may be milled to about a twelve in. (12") depth. Once thoroughly mixed, it should be moisture conditioned and compacted to at least 95%of the maximum density(ASTM D698)at the optimum moisture content,plus 3%or minus 2%. Subgrade Stabilization Option 2—After the upper base and clay mixture has been removed, the existing subgrade should be stabilized to about a ten in. (10")minimum depth with approximately six percent(6%) lime by weight. After stabilization is complete,the stabilized subgrade should be moisture conditioned and compacted to at least 95%of the maximum density (ASTM D698)at the optimum moisture content,plus 3%or minus 2%. -4- PAVEMENT SUBGRADE: Our laboratory data indicate the upper soils classify as "Active Clay (CH)"by the Unified Soil Classification System. This soil would have a subgrade modulus, k, on the order of 100 to 135 pci and CBR Value on the order of 2 to 5. Based on correlations of subgrade type and supporting capacity, the required pavement thickness as a function of wheel loading for rigid and flexible paving, using conventional structural fill or base course material, is discussed in the following sections in this report. These pavement sections will be suitable for frequent applications of design wheel loading and infrequent loads of greater magnitude. Adequate subgrade drainage is necessary to pavement performance in accordance with design criteria. RIGID PAVEMENT DESIGN: The subgrade should be prepared as discussed above. Overlay the prepared and compacted subgrade with cast-in-place concrete mixture. FLEXIBLE PAVEMENT DESIGN: If surface course is removed, overlay the stabilized and compacted subgrade with eight inches(8"),of suitable flexible base TXDOT Item 247 Type-A, Grade 1,or equal. After flexible base has been placed or upper surface course has been milled and compacted,then place two inches(2")of Type "D"HMAC pavement surface. Reference: TXDOT Item 340. The HMAC mix designs for job mix formulas should be prepared and submitted by qualified testing laboratory experienced in TXDOT 340 Design Methods. STRUCTURAL & SELECT FILL MATERIALS: If needed,select fill should be homogeneous soil,free of organic matter and rocks larger than two inches(2")in diameter. Select fill should have an "Atterberg Plasticity Index"between eight and twenty(8—20), with a "Liquid Limit"of forty(40) or less. Delivered fill materials should have a moisture content no greater than six percent(6%)above optimum. -5- PORTLAND CEMENT CONCRETE PAVEMENT: Portland cement concrete mix should be in accordance with TXDOT Item 360. The concrete paving must be properly reinforced and have sufficient joints to allow for contraction and expansion. Mix design should include 1-1/2"limestone aggregate. Expansion joints should be"sawed joint". The Contractor should submit paving construction plans for approval by the Engineer prior to beginning the construction operations. Plans should contain a mix design, methods of construction, description of equipment to be used in mixing,placing finishing, curing,miscellaneous material and early usage of pavement surfaces. Paving areas may be constructed using a Portland Cement reinforced concrete pavement of six-inch (6")minimum thickness. All access and driveway areas should be a minimum of eight inch (8") thickness in order to minimize overload and stress in these critical areas. This item should govern for the construction and placement of Portland Cement concrete pavement with or without monolithic curbs on prepared structural fill in accordance with the recommendation included in this report. DRAINAGE: The importance of drainage to the proper operation and function of any pavement cannot be overemphasized. The pavement and subgrade surface should be raised above adjacent grade, if practical and properly sloped into drainage inlets or lateral ditches. Water should not be allowed to stand on/or adjacent to the pavement whereby the subgrade may become saturated. If the pavement sublayers do become saturated,the bearing capacity will be greatly reduced and the useful life of the pavement will be decreased. Periodic inspections and repair of cracks in pavement sections should be performed as a part of future facility maintenance. All grades must be adjusted to provide positive drainage away from the structure. Where paving or flatwork abuts the structure,care should be taken to insure joint is properly sealed. -6- • QUALITY CONTROL: Construction inspection with field quality control tests should be planned and performed to verify materials and placement in accordance with the project requirements. In-place density tests, HMAC production and concrete strength quality should be maintained during construction, T&N Laboratories & Engineering will be pleased to provide these services and will assist with the inspection,planning and scheduling for Quality Control Testing,etc. with documented reports for permanent records. T&N Laboratories & Engineering maintains"state-of-the-art" lab and field test equipment for these types of services. LIMITATIONS: The report writer warrants that findings, conclusions, specifications or professional advice contained herein have been promulgated after being prepared in accordance with generally accepted practice in the field of foundation engineering and material test evaluation. No other warranties are implied or expressed. A review and evaluation of its contents by the undersigned acknowledges this report as an engineering document in general accordance with stated limitations. We appreciate this opportunity to provide our engineering services for this project. Please let us know should you require additional data or information. Thanks for Your Support! Respectfully submitted by, LIND & ASSOCIATES,INC. dba T&N LABORATORIES &ENGINEERING vOL _ 0i! • ti JACK C. LIND s; Jack C. Lind, P.E. •,...•..,,.•,•..•...,,.....,•. Vice-President/Engineering : F,;• 79555 :IV; :'E? A' s 41( 5 Copies: 1 —Marc Ochoa(Via Email) 1 -T&N File#15045 JCUdjb -7- ,•rrvILLU STRATIONS • . • Tozv Acs,-,. Lois6-cetok-TER --fReif-klrf\Elt-c Pt._A1A-T i,:,,.,,._-_•::-.,,,,.,.-1,1:-.-•„...„11,,g -:-.47.,- v.:4;. -',-. --41-,---.1.--.- y----s-w ——•"- •' -:-----,v,„.--;r, I.,,-.443-.F.--..-;17 c --'.'.0 --....,e,,c:.'Va-.,,•_,,,,.,/„,.,,,*,,„pt-f=4:.,-'•_,....--- ., ....y.„..AT--; 5;4; '4 •••-z.r. •45-::::,V.ia, ..i..,,V46 ' '''-''.."-.2.:-''-.-'1.:::::•.:::4,,,gier...4,t- ., .,;";;AY,":45,V••,.,.i.4V-Fr.' --.',..--.i• -.......4.-*Nr -.,._-....,,...........fory„.4,„----:---z,--.,-,..: ,,--4,.--.-',..... ,,,, -...----et •,--"- ,,.-_,. _‘-'.,',,,f-4-4Kr..) "... -4::et...7%.‘1,-':;;Ti:N-^"••'''A'k- ... t:',:it''.f.'''''if;,:4,-t,;•itt,'W.-7, ..44%,.;•VeZe•W:i.--'.5•''14-' -...,,,i,.,-...--.,.--,,,,,e.r • ,,,,,,, --- .-- !•,,,,,,-,i'Vr---.-,``,...- ,,A..4., 3.&,-ler.4.),..Z....,,,,,,,,,Tir-...,,,,,,..4...-.,..4,,...,..,,,,,.....5.,..t . '.....,W62;14.=:- 311,-;',';e4Y4., :•;;;;OZ-A,V.Z. ..'t ',- ,"_ - -' •-:• ..1--1-.t..-:1,-47.7?-%'1:i;114,c-SzAriz-?-4,-",:-;- -" WAZT-..--A572."-,.1.c;z41.!.a.- -:1::.:1zWe...4",*___ 47.,,A,4-41(14.44=4"..„i' ' Wf-; !..4ft.t.., 4 .. ,. t.,.-,r-t..t.. 4z,Nnlilitr.7.: 14a;'; OkSe.-7:2,4,--tzl.X.:::;--st44'411: • ?..1 .fic.R4kr•ki,: . `..--;-6,. 4 -..,. .i..0.,.. :..,,.,', . -.::- _ •-•*-4-• izei-‘4,•*:*"--.44.i.r.-4"*.,...t.,,,W4.4-:11-41/.-,,kri -i,tF4 4.1.eAltiAk4,..e.,..1...i...e,..1., -c,-e...4"..r,,...fa...F.5z..1",... .4.=-•-..;,...„,..t,..:-„•'-..-t:.s.-7. - .,.4,,::--z, ,,,,,;..A... .1,,,zp-,i....,..4,---vir,,, :i..r4i.v.v:,.1,--Al-,,,i..tv.fa-....?:a.:::-,7,,, , 1:.f0,140.0g05,147.f.g4:-.'.40-.-5t,--.--fg1: ,7," &7‘.Stst.. ..,---7,...ifitZillft;t4Wkz01,2,P,,,._Y-:.0•Z.ri.i-..4.V.:::4•*:..:p.tzg.4iv.is '..-.... . ' • 1.'...-1A.tiiWAIW,. ' Wg.,:74,W17-4, --.:::: ligrtrifixtiktslatli.--14Yr i IA 1.TriVilat..-tiFC-Lfr,-.441;.'Ft,r-';'-_.7 .' ,' ... --, , - fi.:,,''''I,-:4,91'4 0.....-.,41.,L,...1-.1i.' ei', . ,..J:1'. ''''..-Aii.'0Itr.t.iltp.it-k‘filtii.e,.je;-'; :44:1.-. 1.-s7„.q.„..,A...,..ed""`...!'",,,iii.L$'11-;14..,,,•',,T1',4,-.''',;':',:.7"63f.,=......7...,1:,,,, ,rAlje-i-T4P,Z11.44'7"'It"''.-"''''r''IW."'4,,A.V.,--,T•IctesA•gi-gz'!-AMAir.'•r----1"kw:Tr•--V.,1.tt,A.1-fif',...1,:;?57f.,.--i.,...ito .4148§0,-.1.113..;,:0„.42,,,.-,5.4 -....- *.--.1iikiw.45...4.44Wili.: ::. fg.iiii,-.4.r.i..Lal= ..3 ,, ,..,, .;.1;44ifitti - .. ...t.'N ..'. .i.t: 4 Lie '.....:}7...1-7:12:,,V..440:1(Mtz. : -..0;1:=-,-„,..40! ?&VVr..1 i <.**41-t-441,1 "-, --.' ' - '''..` g4r0PAtfi-V-C4''''N'itgtAV•1.;-1:;'•;••'•'Al','. '•-••:..qe ':..:;•,;;J:1,,,,'SXCL'itt,0`;'•'41VA .-‘1 -''''.4.M.f..4 airfsm. '•'- •'' ...-.., .: ' 11. '• ;;::;---..,' 21-r;:fV'kl'iy•'t':?:ASkAtr''•4..'- Petra:::•.'!•'.',T.•.-F:'YZ::•',..';`-•:'•"••••:"'''1:--' fi'''..-4:'.4••16.4*CA.49'.•:'-1V5"i'41'7"--'/ - ' •i-''',?•1•- •::.1:..ilg:F ::: -..-t•':.,1 -•,;*--1,54.114•41,ifikV•tV4-43s,Igiti.-141;ke.W.2,..;..... ....;,.5..1., i AitN,.'I,,joa',11.Pli.:Pa.11, 1-.-- r`'1'4 'I .‘,WAW641W-j:''...7-4:11':.0111-41,;3 'Z',=:‘.-,, t.c-'0".471i,„,17-614-tle.', . ',.•--1 ' ":,i -E• ,'I, -=:..- . Ii-...si../k....-irsz.-zwgzi,,;--,.-,L::-,,,,, .... %,•..,,,,: .:c'.--,>,•-..$441.4--ii:1•4-`.:4-7•Ze'r-0-,4, CA*-11, '';,...e.. .-:.,-44-41--,%,-,,z . .F .,,,,,f.' try.,-,-,:x..- ,,,,, .,..,,-;,:.,04.--,.,.,,. ,,N.-......... ,--.4AV:•,..1.V.-; .z-..'?, ...........-;i• -.-. t'-'----;.',Wtig:4475-.,--014 i h. 71.-Nt.,r'"'•••••`••••',•."t". ' •7'-'44-= ,:`7r-‘-1, •.- ••-•' ';c4--f-7•• ' -34,:5.',,...-7'Itt:-4.1.7,, ::V..: ::.V.C.:".... :-;.,.Gelig4...3,v.ro,g.v.f&-re.;...4• „,,i,,,• .Ahl. ir-• •..! r: '-,--7.;, ',"-. ,!1_, -7--- ''.. .74;., ts--2, f$M:,,4:-•-.. wi.,:t:•:t-ik.1:-.0,.,..! ,1119txt.:.:.....--.4.„4 3,-‘ ev4•41.6r.j•g.,:s.t....4,4;;,.,, . , ',, ,i,..W.-:?'"4-,±,-••• dab 4:vt. -4! v_;..4...-.,.i: -.:•-•••..t..1413,.-4..-'-'-'-*- 1. .51:41'.'"Y';'-riM'll•'-'-''''-k‘-• 44 ::*;11.10,16f-"7:v5-4,DI'-±-1-0-? : .q',--ft;./.3,11:r : :4-.-r. •' ' ----',‘•-•-,- ' ----!'` -, -' 1-s.- - -44•;..'1?-.0.-...V--.---44,...:.?..01...,...ii.A...•.,:4-.Azi..,..,s....:f is;..,„°.e.'-, -,,,:„.., ..i.,,,.-say,A,_,..,..4w1.....1.1,1,1 ; .4,..„ ...i..4,-.T.?! I ..,,,, ,,,,_-',.• - r!•', ',-..V4.,,: -'. .-:.i. oln."5.1`.....,, s*,,P.'"- . W4.14'...:-:-' 44-Wie-44-VP-AZA.10:----,','.,•'-1-'. z-x..1::.11-• - k :c.• ::-.0-'...---,'';',-t-'" --!....,- -,..,:..;i• ....V.!'. kr..,-fr.',...1.ii.:;.i.', i-Sltig:1514:Kt,t41.1114P- -. A-,,:.-iA141.1 , , -' ••'•-'::tir-*I'Var4::; trak.A.;--Z,,,-.0,kittY4. -1 .•- -;,'''''-ikaMir.4-11,.. f l'' 'IlLe-•:ii.:::-..1-. -17-:2 IF' -.-,..-.,-7-_%':40•:*.r0-Valpe>4.t.f.ifiV.e.5;";:- .;--..;";% -l-...:%-''.:-;:;.-.;.--1. 1-''-kFe'- iRkkX4,:--.....ili.. -• -- 10:'Xr--','•A-4.--.'-=•,. ;.;- . = , ,L•'ffpr. "AW-W-Mc'n?!..t..-*-0 ---•-t -'-i'lx*;..- -,'.. -rilf:Ait.--.ze,:l 2'; .. • '1 ,--. ,V-..''''?:-1- $..-",\'1.'.'•,'.... ,-,.41 .';'?5 ,:it..3‘;_-.1 ..,:kiet:;;It'z.iii.,.(4,;,',N7,...% ie:'''''i'.i•'-'4'44?%r4t5), .'t '4..?4‘.1.5Vejitelt..• '''14 l'iN1 '''''',Q*111 '',/s4 "'":-: .t;°1--' .-. .t.a.,....44t,--.--e3W'39:,' .;:ra::'.:&"2!.... .qi idrVai4a1;0451113:1'.1'.4.g.t.i? ' -'14ettlii,041,T.,-z, '. .1--r".:r A .:.:-..--1.1,4,4&7„AO:i.s.e...1...44!-P,011'ii..t:1 44-1,t••giggtizzi ,soyel-` ---,:-.S.3.... .t..: At4!..-:, e.-.-..i, .4.;;,.2:414:c4w. -: 1,7,•:,.:,,-4ti-44,---4',..0.1.40-5As, .1•ics.i.„,,liF.:-.,:YrIA.F...i......'•.:....3i• -•3.:'....frit %I, 4.4kin-7,,i'ffe-41s19.,:,*".g.,...-e- •\ 0,2,r4t...- . ,,-. -AtI'--- ?-41.i.A......„.„, -: Y:_vra=:tt"-z-rzopi::.,; -it:A .:.,:;:.f,.: ....zt4. ix4t-..",;.:•.fc.;s:.A1.--;4.--w,' .-,.4,..-g--1. V.z.-....._-liER,sy.' 'psi.'',, :.::.,:• ' ' '.1..--;,-"... y,,.....,;.'--,-T4,-,K1,-,1A-.5e4.*.p.:A"'•_- -.§:1.1-.&...,--..1k4.."...:..1.PI:A. 22.1;.-cais<4,4.--4.1.,p,.'_141-- -:1;.-'-'•"..1 •P'-,,wA...,..*-1-az-_ ..,......--:-Pe . ..4 •- -,-•"1":-f..''''fiV:-.-. .41,4,VN,r,V,72,44.- •-.2,:ibq,;,::,,,-;..v4V:11,e.../.-:,..;.4.,0-...L.z..,. .71 4-44....P'?";:;k4:•11A;°.'"41"1::4:-11A reP I...k. ''' 'l''...•ItINI4V-4,.-4:,'• ....%'''''',..:•%.13-' .,..;74ift I ...,1-;.?).!u.,,,.,4111r,,,.::-...*:it:,..i.„....A.,c„,it,,,..1.d...,v,...,&.„„v1/4.,,v..w.. ..,.._,.44...ifiAl....;.?:;-.3e;ike,,,,.....t;:i.a.p....,i4.,....,,...,,..j.„:„;.2.._.1 .-, .> 'AI " 60-"it''a''''...:1.-4-'-,-V.:;.*V.A.41t i -.:..,.W.;i:g ,,,Jir .. ,:•',.-,,,OYVC.44."e '''.,,t.?.:'4,.4.,.Vitr54,.f.,,,-;1:::,..,..4Z _.z. ',,,,,IiW,.TIt.-,*T'.,.4,k-R"-..--,l'.'.k-V''.,..,:.e-5__,.i,.-,'p.'...0.'.7....„.•ai'•,..P't''.,C..-e...:-'.-,."'..,?..i-,.'.:_',:...,-ae•.:.,--'-f*:-_t-%,1._!,"i47‘0'....1,'.,:•,,•.:,:.V.1,,,."ig•'-:"."".,.Tc.-,,.,..v%.::.',5.-.arA1'v,i'--t-.,,n-.,'",l--rr1...:Y.,--...4,..i;:;'r--..1'..4v-.W.4„,7:..k45:-t.1e.b1-.t.,Z,.V..t4,4,..,„.-,..4;',...V.i,1T-.il14:..-r..t_.,,a7.':--.,.':4f.7.",a,--7:.„'i,.-i`..l-,4ri'..e74%.-'.l.t,•1.g,34•.'•',:,0'g....v*.ft,...•.i...i..,"f 4a•l-i.-m.*.,.3Ie07.1,‘.„N.r1.1."vi..-i-i.i"1,-'z,:a,'.r1-,i_..l",-'"-,-AA,,:4,o*' ,A,4t-.4.j4l.','s4-.g.P,.*t.._s,si-.;,!,,rYtSt,.-yf,t:.*,6..,t.iL4.,,C.,.,iP..,,3..‘.J.'1."-‘1-;7.-.,'':4;4.,g:.'.,.<1,:'s".,.--s,.,';.-.-,7.-...,4L-,4--:'.'.4'vf0e.1i--r,*2.-.:,?.-{:-:";ie'..-t.=':.:,;.4--4...-.:.:.:...'l'.,vti,,,.ttWpi'k4-'--i-,1-.:,,-"4'.1R,--'"."-,'.A:-..2'A-11--''.-.1,;.„...'0„1,..,i-.:1".,l•--'.",i..X4,_'.,'-.;.i•n:',:,,r-"-;'r.:;-.:,,`-,,-,,:'.,.',.'•-'--:..,.,!-..,..1';4:-..1:.,:.7:;4..,4..,,tV:,-,.,,:..:'.,-„,''.'.,.•;s'r.,',:-v'Z',k":''.."f3.'4.-.-•=,'”'A..:...-•.',,'.'.P..!''',.,...„"'.,',‘.*:.,„,7.,',f..2..v:•-4-..0:f.:o."..,.Wt..,.-'.-.•,-.,.S,.-;:.".-:...".-WA-,.•'-.J.f:*44'-''.;i.,..•:,•z.."14..,W-2,,:.'.,...z--kf-.,.'.4z=,,:1,.=:-.1-,,;'..1rV,.,,',.-.,',-.,4,1_V',41,4.',,.„7,,A,,:;,g-,,.t‘-=,4,'',','-.r.!',•.n.:.•.-.,1.`2.,1,,'.r,'i:'k.%„,t''--•-'...'.',-4'...-1'=-444.1--m1P-,V-1,...--1514-.im'"A'..'1:•,•.:',-.-,t.r:'24V-,".4.'i47„..4-..,.44,,V.1k0..zZ-.i.,-,,':Z.1,Xl-r,ia.,.,..i..,i-..t.v-,'.1..r,.-..'r-.-,-i.4'=-.-4N''4‘",'4AFt-..1,.i..„lW,t..ir.„.T--..,i,.;Sl,--s4Vq_it,,ta"....'.f.,-.M4',„g.':7-;,ft.',,'-.--,,'^„-e-tiY-'.".4..t'75..i.,--;„.-'.;1'-.:.-.„...0I'.,,-P,*.--7gi.,,..-.,.Se'..-.-5A.--;.t•:,,:,7,it-sai,.•,c':-'”--.:-•.,.-.-4i-t7!-,-I.,'---i.f.-,e..,i.,.,.f.-.r...i4.-,..,..'-.!A.-.5..:.Q4'-4.",..,g,---.':-e.--'..'.-;..-.:.-`.4.",a.'"-'..v3,'4_-',:..''4l-'-,v.',.,--,-.;r;.4.,-:...E'-o..'.',447.--....,.:1,1,...,t-,..,..t1.,,t.'‘.i.7.,...:6t.,0,..7W,,:,.,-..,"....:,.-'-.?:-e;r,-:4'."4t,,.1-4S;t'4-.V - D1/4 - 1 )Z4A ~oft0.-'4...a,2:-.,%--.:;-P,-.'3..„”r.o--,.•...e1,.3•..w1c.-,3t-:.,,7.,X.'v,1-..'a.5.g'....,„-,V,.....,1.i';.-..',i..-'f-..-.P!..,;-:t:,,F1.-; 04 „ 4. .. fz .7 - • +.4d -- tV& '- , 1,4 i - C7L . „i.•;.* 1 -4. . • itiiAV4 • • , • , • . . . 7 44, w - " 3 4,. W41 . ,te,a:fa4"? 1 N, . • ,--....,--:....- . S . . . . Mr . . • - • . • . . . . . . . . .. • 101 7p LAKi . . • ,r....„3. V c't) Ak lt_J-tS -Sjo 1-1 -aDS62, . . • . • . . - . . . . . T&N LABORATORIES, INC. LOG OF BORING NO, B-1 FILE NO.: 15045-50862 - ARCENEAUX,WILSON&COLE PROJECT: GEOTECHNICAL INVESTIGATION for PAVING DESIGN at PORT ACRES WASTEWATER TREATMENT PLANT DATE: 03/31/15 TYPE: 3" CORE LOCATION: SEE BORING LOCATION PLAN FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ M/C UM'. -200 Liquid Plasticity P.P. U.C. Ft. aiit. ,Th 9p.1 % Pcf. Sieve°A Limit Wei Tsf, Tui STRATUM DESCRIPTION -0- . " Dense Dark Gray&Tan Limestone&Clay -I- Mixture(GW/CH) -2- AUG • : 14 - - - - - - Stiff Dark Gray Clay(CH)wiTrace of Sand -3- -4- ST - : 43 82 94 91 59 1.00 0.55 -5- • - : 40 -Firm @ 4'-6' -6- ST - - 81 52 0.75 - -7- -8- -9- •10- LOG OF BORING NO. B-2 FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ - M/C UAV. -200 Liquid Plasticity P.P. U.C. Ft. 5110. Eel % Pct. Sieve% Limit Index 1.31, Tst. STRATUM DESCRIPTION -0- Stiff Dark Gray Clay(CH)w/Sand -1- -w/Organic Matter @0-2 -2- ST - 27 98 - 62 37 1.25 0.73 -3- -4- ST - - 35 - - 71 44 1.00 - -Firm @ 4'-6' -5- • • -6- ST - : 33 - 83 60 35 0.50 - -1- -8- -9- -10- c ,11/.13 INC Ull—LL G [ T&N Laboratories JEFFERS0H COUNT`(AIRPORT KEY TO aca.Q.A$51FICATION AND SYM®QLa SOIL TYPE SAMPLE TYPE Sand Silt Ciay I 4'd' k 1 Gravel Sandy Silty Clayey Pro-dominant type shown heavy Undisturbed Rock Core Split No Spoon Recovery SOIL GRAEN1.S1ZE U. S.Standard Sieve 8' 3" 314". 4 10 40 200 r Boulders Cobbles Gravel Sand Silt Clay Coarse Fine Coarse Medium Fine 152 762 19.1 4.78 2.00 0.420 0.074 0,002 (mm) PLASTICITY CHART 60 50 IIIII NI= 40 1111111111110/1 Plasticity index 30 IIMII i,,. 2014anj 41111111111111 101 I . 0 lin .. 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit RELATIVE DENSITY CONSISTENCY QP CQHESIVE SQILS OF COHESIONIESS SOILS Penetration Penetration Resistance, Cohesion, Plaslcfty Degree of Resistance, Relative t ctdej r foot Contistenoy 1-SF Index Plasticity Mews per foot Density 0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 -4 Very Loose 2 - 4 Soft 0.125 - 0.25 5 - 10 Low 4 - 10 Loose 4 - 8 Firm 0.25 - 0.5 10 - 20 Moderate 10.- 30 Medium Dense B - 15 Sttff 0,5 - 1.0 20 -40 Plastic 30 - 50 Dense 15 - 30 Very Stiff 1.0 - 2.0 > 40 Nighty Plastc > - 50 Very Dense > 30 Hard > 2.0 I ,. 1 r _ I T& N Laboratories, Inc. �. GENERAL NOTES SAMPLE IDENTIFICATION The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS N: Standard"N"penetration:Blows per foot of a 140 pound hammer failing 30 inches on a 2 inch O.D.split-spoon. Qu: Unconfined compressive strength,TSF Op: Penetrometer value, unconfined compressive strength,TSF Mc: Water content, % LL: Liquid limit, % PI: Plasticity Index, % 5 d: Natural dry density, PCF : Apparent groundwater level at time noted after completion. DRILLING AND SAMPLING SYMBOLS SS: Split-Spoon • 1 3/8" LD., 2" O.D., except where noted. ST: Shelby Tube • 3" O.D., except where noted. AU: Auger Sample. DB: Diamond Bit. C8: Carbide Bit. • WS: Washed Sample. RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION TERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE Very Loose 0- 2 Loose • 2 -4 Slightly Compact 4 -8 Medium Dense 8- 16 Dense 16-26 Very Dense Over 26 TERM (COHESIVE SOILS) Qu-(TSF) Very Soft 0.0.25 Soft 0.25 -0.50 Firm(Medium) 0.50. 1 ,00 Stiff 1.00 -2.00 Very Stiff 2.00- 4.00 Hard 4.00+ PARTICLE SIZE Boulders 8 in. + Coarse Sand 5mm-0.6mm Silt 0.074mm-0.005mm Cobbles 8 in.-3 in. Medium Sand 0.6mm-0.2mm Clay -0.005mm Gravel 3 in,-5mm Fine Sand 0.2mm-0.074mm APPENDIX D SANITAIRE SUBMITTAL & SHIPPING TICKETS v1/4,4,? IT T ITT Water&Wastewater Sanitaire Products EQUIPMENT SUBMITTAL 9333 N.49th Street DATA SHEET BOOKLET Brown Deer,wt 53223,USA • tel 414 365 2200 fax 414 365 22t0 FOR MAIN AND PORT ACRES WASTEWATER TREATMENT PLANT REHABILITATION CITY OF PORT ARTHUR,TX EXISTING AERATION BASINS 1-2,NEW AERATION BASINS 3-4 SPECIFICATION SECTION 11377 FINE BUBBLE DISC AERATION SYSTEM I I PURCHASER: HAR I WELL ENVIRONMENTAL CORPORATION • 22115 HUFSMITH KOHRVTT.T,F ROAD TOMBALL,TX 77375 PHONE: 281-351-8501 FAX: 281-351-8323 P.O.#: 09-255 SUPPLIER ITT WATER&WASTEWATER-SANITAIRE PRODUCTS 9333 N. 49'STREET BROWN DEER,WI 53223 USA • TELEPHONE: (414)365-2200. FAX: (414)365-5784 SANITAIRE REPRESENTATIVE: HAR 1 W1,LL ENVIRONMENTAL CORPORATION 22115 HUFSMITH KOHRVILLE ROAD TOMBALL,TX 77375 PHONE: 281-351-8501 FAX: 281-351-8323 0 SANITAIRE PROJECT#: 09-72925 DATE: MARCH 18, 2010 S { rt ' ., 2 / - ' '''..'.'.:7,.4,._ is .: t e t a ''.'` - 7 I t r .Ya„tv'..,'.ef 1,+ .t,,,x 3 ; ._,�.. .xw..,..zza "5 '�$<..a"'Sisa L j ¢.`✓,. ,, r.F'4.....€-'� 9,'$is • =�,�h ` i�..wa,# _,rx.,. .�2_,s.a,,'..,ds„c .�a... PROJECT: PORT ARTHUR, TX-WWIP SANITAIRE#: 09-7292S TABLE OF CON I ENTS GENERAL COMMENTS - ARRA CER I IHCATION I. GENERAL INFORMATION - EQUIPMENT DATA SHEETS OXYGEN TRANSFER AND HEADLOSS CALCULATIONS • HEADLOSS CURVE MEMBRANE DIFFUSER QUALITY CONTROL TEST INFORMATION MEMBRANE DIFFUSER MATERIAL PROPERTIES SPECIFICATION - INSTALLATION LIST - SPARE PARTS LIST IL OXYGEN TRANSFER SHOP TEST PROCEDURE - OXYGEN TRANSFER SHOP TEST WAIVER (RESPONSE REQUIRED) - GENERAL TEST PROCEDURE AND DATA ANALYSIS METHOD TEST PROCEDURE SPECIFICS PERFORMANCE TEST DESIGN SPECIFICATIONS CERTIFIED OTE TEST DATA MECHANICAL DETAILS EXPANSION ANCHOR SYSTEM PRODUCT INFORMATION - JCM CLAMP COUPLING INFORMATION DRAWINGS S-1 THRU S-22 { rr .. � x K a . PROJECT: PORT ARTHUR, TX-WW IP SANITAIRE #: 09-7292S GENERAL COMMENTS 1. All items furnished by Sanitaire are for installation by others. 2. Any valves on the air supply piping are supplied by others. 3. Bolts, gaskets, insulators and hardware for connecting the Sanitaire supplied dropleg to the air supply piping are supplied by others. 4. Any penetrations, wall sleeves, wall spools or seals required for installation of the Sanitaire supplied equipment are supplied by others. 5. The Sanitaire supplied stainless steel dropleg assemblies for the Sanitaire equipment are fabricated by Felker Brothers in Marshfield,WI. Their welding procedures and qualifications were developed in accordance with ASME IX. Felker Brothers welders are current to date with ASME IX. Felker Brothers is ISO 9000 certified. 6. The Sanitaire supplied welded stainless steel dropleg assemblies are cleaned in accordance with ASTM A380-88 Section 6.2.11. The acid solution is as defined in ASTM A380 Table A2.1 Annex A2. Materials have a final rinse using ordinary industrial or potable water and are dried in conformance with ASTM A380 Section 8.3. 7. The lower vertical PVC portion of the dropleg is shipped loose to the jobsite. The pipe is then cut to suit for proper length and field solvent welded into the manifold. Materials for the field solvent welding are not supplied by Sanitaire. 8. The membrane disc diffuser is designed with an integral gasket around the perimeter of the F disc. A separate sealing gasket is not required. 9. No special tools other than those shown on the drawings are required for equipment maintenance. 10.No spare parts other than those specified are required or recommended by Sanitaire. 11. The equipment Installation, Operation &Maintenance (IOM) Manual is transmitted after submittal approval and before shipment. Material in the IOM manual includes: - A bill of materials - Information on equipment storage, protection and handling - Erection drawings marked "Approved for Construction"with piece marks - Instructions for the installation of Sanitaire equipment - Warranty information 12. Each training session lasts no longer than two (2) hours including classroom and field activities. ' •;-`', • • •'• - , - - • - • . 00 )' • • •-• • . . - , 4 , . . • . . • ,. • ' •. ' . - • . L., • • • , - • - , • • _ • .,. • ••• • • . , • • „ . . , . . . • , • . . •. • • , • .• . . _ • • . . • . . . . ; • . , . • . • . . . . , . . Port Arthur, TX-WWTP Sanitaire Project No.09-7292s w� ITT ITT WATER & WASTEWATER SANITAIRE PRODUCTS BUY AMERICAN CERTIFICATION ITT Water & Wastewater - Sanitaire Products ("MANUFACTURER") acknowledges to and for the benefit of the City of Port Arthur, TX ("OWNER") and Arceneaux & Gates Consulting Engineers, Inc. ("CONTRACTOR") that the Sanitaire goods and services MANUFACTURER is supplying are for incorporation in the Port Arthur Main and Port Acres Wastewater Treatment Plants Project, which is being funded with monies made available by the federal American Recovery and Reinvestment Act of 2009 (ARRA), and such law contains provisions commonly known as "Buy American" that require all of the manufactured goods used in the project be produced in the United States. MANUFACTURER hereby represents and warrants to and for the benefit of OWNER and CONTRACTOR that (a) MANUFACTURER has reviewed and understands the Buy American requirements, (b) all of the manufactured goods specified which MANUFACTURER is providing for the project have been produced in the United States in a manner that complies with the Buy American requirements, and (c) MANUFACTURER will provide any further verified information, certification, assurance of compliance as may be requested by OWNER or CONTRACTOR. MANUFACTURER'S determination that manufactured goods have been produced in the United States in a manner that complies with the Buy American requirements is based on a good-faith interpretation of the EPA 3-part test for determining whether substantial transformation has occurred in the United States, as well as case precedent under the substantial transformation test used by U.S. Customs. ITT Water &Wastewater Sanitaire Products ;21j'iritaj74- 7--76 eth P. George Date General Manager { 3 4y.. has i r -.` r` - ffi'.cz .;Pc 'r #s r• a 4 ,# ,r ,r -"' dr e x4 f �, :j rc Kfib n , .. 1 � � x•"?: "� F.e s_. ,.r .�_'&o-. ..�'..' ,itis„..� t^e+.. <.._Y 44,_,_. .n ."4 •••`..'-'-'-`r.a tlit,>»3s. au — .+ �rur��+., Lisa GonzalezIT y� Market&Business Development 1 Manager—Aeration Products ITT Water&Wastewater U.S. Sanitaire Products 9333 N.49th Street Brown Deer,WI 53223 USA Tel: 414-365-2243 Fax: 414-365-2210 l isa.gonzal ez@itt.corn January 1, 2010 To Whom It May Concern: Re: ARRA Compliance -- American Made Manufactured Goods Sanitaire Fine Bubble Aeration Systems Dear Sir or Madam: This letter affirms that our Sanitaire Fine Bubble Aeration Products (manufactured goods) are manufactured in compliance with the U.S. EPA "American Made"guidelines for use in ARRA funded projects. As exhibit of compliance, we provide answers to the three (3) questions furnished and recommended by U.S. EPA to be used to gauge "substantial transformation" of manufactured goods. The 3-step question process with our answers follows: 51, a' csa_+.ry5 zAlet" .. .a'3 d; .acv fho ' ?:e a "" �r 9 1 Has substantial transformation occurred within the U.S.? Yes 1.Were all of the components of the manufactured good manufactured in the United States, and were all of the components assembled into the final No product in the U.S.? 2. Was there a change in character or use of the good or the components Yes in America?(Please refer to Table 2 below.) 3.Was(/were)the process(es) performed in the U.S. (including but not limited to assembly) complex and meaningful? (Please refer to Table 3 on Yes the following page.) - i 2 Was there a change in character or use of the good or the components in America? Yes a. Was there a change in the physical and/or chemical properties or characteristics designed to alter the functionality of the good? No b. Did the manufacturing or processing operation result in a change of a Yes product(s)with one use into a product with a different use? c. Did the manufacturing or processing operation result in the narrowing of Yes the range of possible uses of a multi-use product? ITT 3 WaweZt7: essEQpeSerfomen te-'�'" ..S.� "f-t �U,:' �'?'�' ' V .y,•-. (including Yes but not limited to assembly) complex and meaningful? a. Did the process take a substantial amount of time? I Yes b.Was(/were)the process(es)costly? Yes c. Did the process(es) require particularly high skill level? Yes I d. Did the processes) require a number of different operations? Yes e.Was substantial value added in the process(es)? Yes The U.S. EPA Guidance designates that substantial transformation of manufactured goods has occurred if answers to any of the Questions 1, 2 or 3 are YES and we have answered YES to Questions 2 and 3. Or if answers to any of the Questions 2a, 2b, or 2c of Question 2 are YES and we have answered YES to 2b and 2c. Or if answers to at least two of the Questions 3a thru 3e of Question 3 are YES and we have answered yes to all of these questions. Thus per this test, the Sanitaire product exceeds the minimum requirements for substantial transformation. Manufacturing summary: The Sanitaire fine bubble aeration system is manufactured in our Pewaukee, WI facility primarily from U.S. made components, and also some non-U.S. made components. The multi-step manufacturing process which constitutes substantial transformation consists of measurement, cutting &alignment of parts, priming and solvent welding of specialty PVC components to the aeration piping system, and drilling, quality control testing, and packing. The manufacturing process transforms this equipment from miscellaneous piping, fittings and specialty components into an engineered system designed to diffuse air into wastewater to meets specific performance requirements for treatment. Some subcomponents are shipped loose for field assembly (i.e. diffuser elements, retainer rings, stainless steel supports, etc.) however all of these components are U.S. made. The Sanitaire system will include some small incidental components whose origin is not traced. On May 22, 2009, U.S. EPA Office of Wastewater Management issued a Nationwide Waiver of the Buy American requirements of the ARRA Section 1605 for de m/nimis, incidental components, for eligible water infrastructure projects. ITT Water & Wastewater US — Sanitaire Products requests that the following incidental components for the project that are not made in America be included within the de minimis items for the project. Bolts, fasteners, washers, etc. Ate. ITT Therefore, based on a good faith interpretation of the EPA guidelines, we certify that our Sanitaire Products (Manufactured Goods) comply with the Buy American requirement of the American Recovery and Reinvestment Act of 2009. Sincerely, ITT Water &Wastewater Sanitaire Products 401, Lisa J. Gonzalez, P.E. Market & Business Development Manager - Aeration LG Ig } 1 1 I 7 t 3 { 0 1 1 k } %\ / �• o m # \ 1.0•cn \ 11.7 \ $ ± I--• e \ \ / q \ % L 9 I CN O \ ® % E \ / > 0 / § / k = E uz & ,— u a \ E \ § \ \ @ 9 : 5 G 7 C g - a \ « f � \ ~ o 0 � � = as 2620 co co I7 \ 0 ƒ 0/ \ ( LL 0 � ) / o o Z 0 } \ # • f < c g 2 9 + _ 332 / -0 ® % / / 0 / n a ¥ a | 2 ° 5 a 5 ! $ a . \ _ k 2 0 \ c7 \ \ y / - \ co a r r 2 ± » Q o - L / 7 oc - � � \ O \ ® � ƒ m \ / / t Q . u » a 2 / 5 | erg « < 1 / . _ E » • W - / \ C-3" ! 7 ICJ \ § \ / - \ \ i / . \ \ ƒ ! E a E \ o E \\ ? k \ \_ \ Cl) § i / \ 0 0 + 20 « 5@556 tr ! =DO /1 = t . Ill \ s I CL V) ^fo / \ / / co \ o � , c | 7 s 13 / /. ) e a H g / m % CO co Q E \ G = c ! \ CO ƒ / \ / o - \ \ • 1 3 a • f ® .® | < w - C y 0 / .0 t as / ® 0 / E2. ! ƒ \ / i ' / % m c « m S .. _ / .. 5 ce .. / % % I \ � 5 e6a co E e / . 37 \ ƒ / \ \ \ g \ i \ 3 G / 3 « e o % w = 5 ® < 1 a. 0 « 203 U / % \ \ a 1 1 , / \ ® \ e > m m I ) ] k ) \ \ \ \ 77 \ / \ % % / I . n 3 f ƒ \ \ 3 \ / / CO,. NJI I cI I \ k I \ f $ 0 2 2 f t [I- ; gia / \ a 2 « rn # # # = r = i w � § Cl) ,f% #. O e t§ 0 a 't( U to2 o ) a. \/7 ( -6. Q ./ aa e EC) ib ,\ / !$ @a CD 0 \ 5 at C.0 t / \ / \ - ; 2 ammammme 6 ± o 0o t \ / . 0 < ® \ / / Eu < .c 0 ) N 0 < / ,, y m « 0 3 2 . e _/ } _) - s / / / / / / 97 — m d a. \ / \ 0 H CO a ' 3 1 10/27/99(LP) SANITAIRE MEMBRANE DISC DIFFUSER SILVER SERIES LP QUALITY CONTROL TEST REQUIREMENTS Manufacturing of the Sanitaire Membrane Disc Diffuser is a two step process,which requires testing prior to and after the membrane perforation process. STEP 1—MANUFACTURING QUALITY CONTROL TEST THE FOLLOWING QUALITY CONTROL TEST SHALL BE PERFORMED AT THE POINT OF MANUFACTURER,PRIOR TO MEMBRANE PERFORATION. PRIMARY • • 1. DUROMETER—58 +/-5%,Shore A,per ASTM 2240 PRIMARY SAMPLING CRITERIA SPECIFICATION—MILITARY STANDARD 105E • TABLE 1 —SAMPLING SIZE AND CODE LETTER INFORMATION • - Lot or batch size 3201 to 10,000 units - Primary test general inspection level II - Primary test sample size code letter L 1. TABLE III-A - DOUBLE SAMPLING PLAN INFORMATION • - Primary test sample size code letter L - Primary test sample size, 125 units each, (2) samples per batch - Primary test AQL level 4.0 PRIMARY TEST ACCEPTANCE CRITERIA SAMPLE#1 (i.e.: 125 units) A.) If 7 or less units are found defective the entire batch is accepted and no further testing is required. B.) If 8,9 or 10 units found defective sample number 2 must be tested C.) If 11 or more units are found defective in the first sample the batch is rejected.The manufacturer at their option may test any or all diffusers from the rejected batch and • furnish those units that are within the acceptable range. SAMPLE#2 (i.e.: 125 units) A.) If a cumulative total of 18 units from sample #1 and sample#2 are found defective the entire batch is accepted and no further testing is required. B.) If a cumulative total of 19 units from sample#1 and sample#2 are found defective the entire batch is rejected.The manufacturer at their option may test any and all diffusers from the rejected batch and furnish those units,which are within the acceptable range. • SECONDARY 1. TENSILE STRENGTH—1200 PSI per ASTM D412 2. MINIMUM MODULAS OF ELASTICITY—500 PSI per ASTM D 412 3. SPECIFIC GRAVITY— 1.10 +/-5% SECONDARY SAMPLING CRITERIA SPECIFICATION—MILITARY STANDARD 105E TABLE 1—SAMPLING SIZE AND CODE LETTER INFORMATION - Secondary test special inspection level S-2 - Secondary test sample size code letter D TABLE III-A - DOUBLE SAMPLING PLAN INFORMATION • - Secondary test sample size code letter D - Secondary test samples size,5 units each,(2)samples per batch Secondary test samples to be taken from primary sample test lot. - Secondary test AQL level 6.5 SECONDARY TEST ACCEPTANCE CRITERIA SAMPLE#1 (i.e.: 5 units) } A) If 0 units are found defective the entire batch is accepted and no further testing is required. B) If 1 unit is found defective sample#2 must be tested. C) If 2 or more units are found defective in the first sample the batch is rejected.The manufacturer at their option may test any or all diffusers from the rejected batch and furnish those units that are within the acceptable range. SAMPLE#2 (i.e.: 5 units) A) If a cumulative total of 1 unit from sample#1 and sample#2 are found defective the entire batch is accepted and no further testing is required. B) If a cumulative total of 2 units from sample#1 and sample#2 are found defective the entire batch is rejected.The manufacturer at their option may test any and all diffusers from the rejected batch and furnish those units,which are within the acceptable range. } } { } j STEP 2—PERFORMANCE QUALITY CONTROL TEST THE FOLLOWING QUALITY CONTROL TEST SHALL BE PERFORMED AT THE POINT OF MANUFACTURER,AFTER MEMBRANE PERFORATION. 1. DYNAMIC WET PRESSURE (DWP) 9"Dia. Membrane: 5.0"- 6.0"w.c. @ 1.0 SCFM per diffuser. One diffuser per 25 shall be tested for DWP. 2. AIR FLOW UNIFORMITY Air flow uniformity is a visual inspection to verify substantially uniform air distribution when the diffusers submerged and operated at: 0.5, 0.75 and 1.0 SCFM for the 9"Dia. Membrane Diffuser One diffuser per 100 shall be tested for Air Flow Uniformity. 9" SANITAIRE®MEMBRANE DISC DIfkUSER SPECIFICATIONS "SILVER SERIES LP" MATERIAL PROPERTIES VALUE/UNITS TEST PROCEDURE Base Compound EPDM With Carbon Black for -- UV Protection Tensile Strength 1,200 PSI/11/1in. ASTM D412 (Unperforated) Elongation at Break 350% Min. ASTM D412 Hardness (Durometer) 58 ±5, Shore A ASTM 2240 Accelerated Aging 40%Max. ASTM D395 Compression Set Test Method B (Under Constant Deflection) 22 Hrs. @ 70°C Accelerated Aging 75% Max. ASTM D573 (Elongation (%Retained) 70 Hrs. @ 100°C Ozone Resistance No cracks @ 2X magnification ASTM D1171 Method A 72 Hrs.; 40°C, 50 pphm Modulus @ 300% 500 PSI/Min. ASTM D412 Dynamic Wet Pressure 5.0"--6.0" w.c. @ 1.0 SCFM @ 2"w.c. PHYSICAL PROPERTIES • Nominal Diameter 9" Active Surface Area 0.41 Ft.2 Material Thickness 0.080" Check Valve Leakage Rate 0 ml H2O after 48 hours unpressurized i/engin/9wemembraneproperties(10-99) SANITAIRE MEMBRANE DISC INSTALLATION REFERENCE LIST • MAY 2,2002 • 1. LEWISVILLE, TX 6. LA JUNTA, CO WASTEWATER TREATMENT PLANT WASTEWATER TREATMENT PLANT 897 TREATMENT PLANT ROAD P. O. BOX 469 LEWISVILLE, TX 75057 MR. LA JUNTA, CO 81050 DOUG LIPSCOMB MR. GLENN PLEASANTS PHONE: 972-219-3545 PHONE: 719 384-3633 FAX: 972 219-3506 FAX: 719-384-8412 2. OSHKOSH, WI 7. NORTH EAST, PA WASTEWATER TREATMENT PLANT WASTEWATER TREATMENT PLANT 233 CAMPBELL ROAD 58 E.MAIN ST OSHKOSH,WI 54901-3488 NORTH EAST, PA 16428 • MR. TOM KRUSICK MR. CRAIG NIGLEMAN PHONE: 920 232-5365 (5360) PHONE: 814-725-8037 FAX: 920-232-5366 FAX: 814-725-4996 3. GRAND HAVEN, MI 8. WINOOSKI, VT WASTEWATER TREATMENT PLANT WASTEWATER TREATMENT PLANT 1525 SO. WASHINGTON ST 27 W. ALLEN ST GRAND HAVEN, MI 49417 WINOOSKI, VT 05404 DAVID KROHN MR. TIM GROVER PHONE: 616 847-3485 PHONE: 802-655-6421 FAX: 616-847-4880 FAX: 802-655-6421 4. BAITLE CREEK, MI 9. EAGLE RIVER,AK WASTEWATER TREATMENT PLANT WAS I EWATER TREATMENT PLANT 2000 WEST RIVER 1725- 8 AVENUE SOUTH BATTLE CREEK, MI 49015 EAGLE RIVER, AK 99577 MR. LARRY DELONG MR. MIKE RUTHERFORD PHONE: 616 966-3513 PHONE: 907-694-9684 FAX: 616-965-3290 FAX: 907-694-8419 5. GOODYEAR,AZ 10.NAPERVILLE, IL WASTEWATER TREATMENT PLANT WASTEWATER TREATMENT PLANT • 200 S. CALLE DEL PUEBLO 3712 PLAINFIELD/NAPERVILLE GOODYEAR,AZ 85338 ROAD MR. BARRY HESS NAPERVILLE, IL 60566-7020 PHONE: 623-932-3010 MR. TIMOTHY CARDELLA FAX: 623-932-2171 PHONE: 630-420-6686 FAX: 630-420-4118 • si PROJECT: PORT ARTHUR, TX-WWTP SANITAIRE#: 09-7292S SPARE PARTS LIST QTY DESCRIPTION PART# 5% 9"membrane diffuser 2261-LP9 5% 9"retainer ring w/subplate 9LSUB-RG-SX 2% 9" diffuser holder 2% 4" air distributor support 5% 6" manifold support 5% 4" manifold support 10% Air distributors 10% 4" sewer coupling 4SEW-CPL 10% 4" fixed joint assembly 2250-ASSY-PE NOTE: The above listed spare parts are required by this contract. No other spare parts are • required or recommended. To order parts or services, please contact: LOCAL VENDOR: HARTWELL ENVIRONMENTAL CORPORATION 22115 HUFSMITH KOHRVILLE ROAD TOMBALL,TX 77375 PHONE: 281-351-8501 FAX: 281-351-8323 SANITAIRE HEADQUARTERS: ITT WATER&WASTEWATER SANITAIRE PRODUCTS 9333 N. 49TH STREET BROWN DEER, WI 53223 USA TELEPHONE: (414) 365-2200 FAX: (414) 365-5784 FREIGHT AND ALL APPLICABLE SALES TAXES WILL BE ADDED TO THE TOTAL. • MINIMUM ORDER CHARGE IS $150.00. TO PLACE AN ORDER, THE FOLLOWING INFORMATION WILL BE REQUESTED: A. PURCHASE ORDER NUMBER. B. THE BILL TO, SHIP TO ADDRESS. C. IS YOUR FACILITY TAX EXEMPT? FAX A COPY OF YOUR EXEMPTION CERTIFICATE WITH YOUR CONFIRMING PAPERWORK. IF YOU ARE NOT TAX EXEMPT, PROVIDE YOUR SALES TAX PERCENT. D. PROVIDE A WRITTEN PURCHASE ORDER FOR OUR RECORDS. { i i t i j S i f { OXYGEN TRANSFER SHOP TEST PROCEDURE FOR MAIN AND PORT ACRES WASTEWATER TREATMENT PLANT REHABILITATION CITY OF PORT ARTHUR, TX EXISTING AERATION BASINS 1-2,NEW AERATION BASLNS 3-4 SPECIFICATION SECTION 113 77 FINE BUBBLE DISC AERATION SYSTEM CONSULTING ENGINEER: ENGLOBAL ENGINEERING,INC. -BEAUMONT,TX PURCHASER: HARTWELL ENVIRONMENTAL CORPORATION 22115 HUFSMITH KOHRVILLE ROAD TOMBALL,TX 77375 PHONE: 281-351-8501 FAX: 281-351-8323 P.O. #: 09-255 SUPPLIER: ITT WATER&WASTEWATER-SANITAIRE PRODUCTS 9333 N. 49Th STREET BROWN DEER,WI 53223 USA TELEPHONE: (414) 365-2200 FAX: (414) 365-5784 SANITAIRE REPRESENTATIVE: HARTWELL ENVIRONMENTAL CORPORATION 22115 HUFSMITH KOHRVILLE ROAD TOMBALL,TX 77375 PHONE: 281-351-8501 FAX: 281-351-8323 SANITAIRE PROJECT#: 09-7292S DATE: MARCH 18,2010 TABLE OF CONTENTS I. GENERAL A. OBJECTIVE B. REFERENCE SPECIFICATION SECTION C. TEST SITE INFORMATION D. NOTIFICATION PROCEDURE E. TEST REPORT PROCEDURE II. TEST PROCEDURE AND DATA ANALYSIS METHOD III. TEST PROCEDURE SPECIFICS A. TEST TANK !► B. DIFFUSER PLACEMENT C. NUMBER OF TESTS D. SITE CONDITIONS E. WATER QUALITY F. PRE AND POST TEST WATER SAMPLING AND ANALYSIS G. WATER TEMPERATURE H. AIR MEASUREMENT I. CHEMICAL ADDITION a. COBALT CHLORIDE b. SODIUM SULFITE J. DISSOLVED OXYGEN PROBE CALIBRATION K. DISSOLVED OXYGEN MEASUREMENT L. TOTAL DISSOLVED SOLIDS LIMITS IV. PERFORMANCE TEST DESIGN SPECIFICATIONS • V. CERTIFIED OTE TEST DATA • ( 1. GENERAL A. Objective: -To determine the clean water oxygen transfer characteristics of the Sanitaire aeration system as designed for the project as referenced on the cover page of this document. Specific design parameters are shown in part four (4) of this procedure. 1 B. Reference Specification Section: -The test will be conducted per the design requirements as outlined in Specification Section 11377 and the test procedures listed in this document. C. Test Site Information: -All Oxygen Transfer Shop Tests will be conducted at Sanitaire`s test facilities in Brown Deer, WI. D. Notification Procedure: -If a witnessed shop test is specified Sanitaire will provide a minimum of two weeks prior notification of the intended test dates to the Contractor who in turn will notify the Engineer and Owner. If a witnessed shop test is not specified, Sanitaire will conduct the test as time permits after receipt of the approved test procedure. As a courtesy the Contractor will be notified of the scheduled test date. E. Test Report Procedures: -A comprehensive test report of a quality sufficient to verify the aeration system performance will be forwarded to the Contractor within one month from the date of testing. 2. TEST PROCEDURE AND DATA ANALYSIS METHOD The test procedure shall follow; and C* , KLa, and Oxygen Transfer Rates determined by methods described in the"ASCE Standard for Measurement of Oxygen Transfer in Clean Water, February 2006". The time versus D.O. data will be analyzed to determine the KLa and C*,0 values by the Nonlinear Regression Method as described in paragraph 7.2.1 of the referenced ASCE Standard. The specified transfer parameter SOTR and/or OTE% will be calculated using the equations as shown in paragraph 8.1 and 8.4 of the ASCE Standard. ` I . i tf 3. TEST PROCEDURE SPECIFICS A. Test Tank: 1. Surface area 300 ft2 (27.87m2) 2. Maximum side water depth 27 ft. (8.23m) 3. Maximum diffuser submergence 26 ft. (7.92m) 4. Full floor coverage (Fine Bubble Disc) B. Diffuser Placement: -Full floor coverage with an equivalent tank surface area to diffuser surface area ratio (AT/AD) as the full scale tank. Diffuser placement is uniform throughout the tank. C. Number of Tests: -Unless otherwise stated the initial test is considered a conditioning run and is conducted-to stabilize and calibrate the test equipment. Normally this test is not included as part of the oxygen transfer evaluation. Following the conditioning run, a normal minimum of three (3)test runs are made for each test condition. Testing can continue up to a TDS level of 2000 mg/I. D. Site Conditions: -Prior to testing the following site conditions shall be recorded: ambient air temperature, relative humidity and barometric pressure. E. Water Quality: - The initial water quality for the tests shall be the potable public water supply of Brown Deer,Wisconsin using treated Lake Michigan water as the source. F. Water Sampling and Analysis: -Prior to testing a sample of the test water will be taken. The water shall be tested for Total Dissolved Solids and Temperature in accordance with the ASCE procedure section 6.3.3. TDS and Temperature Tests shall be conducted after each successive test run. In addition a sample of water taken at the beginning and end of a test series shall be saved for possible additional testing for constituents as listed in section 6.3.3 of the ASCE Procedure. G. Water Temperature: -The temperature of the water during testing must be between 10° C and 30° C, preferably at 20° C. The water temperature shall not change by more than 2°C during a single test run. 3. TEST PROCEDURE SPECIFICS (CONTD) H. Air Measurement: -The amount of air in SCFM being introduced into the test tank for each run shall be measured and recorded a minimum of three (3) times per test run, including readings at the beginning and conclusion of each run. One standard cubic foot of air is defined as one cubic foot of air at 14.7 PSIA, 68°F and 36% relative humidity. The air flow in SCFM shall be determined by a sharp-edged concentrically bored orifice plate, with a direct reading manometer to measure the pressure drop across the device to the nearest tenth of an inch of water. In-line air temperature and pressure shall be measured upstream of the flow measuring device. Temperature and pressure measurements shall be made with thermometers and manometers suitable for the purpose intended. SCFM shall be determined from the pressure,temperature, barometric, humidity readings and calibration curves of the flow measuring device. The air flow apparatus must be capable of measuring flow with an accuracy of± 5.0%. The air delivered during any test shall be within 10%of the specified volume and shall not vary more than± 5.0%from the mean during any single run. The test air flow rate shall normally be set prior to chemical addition except when conditions such as high 02 mass transfer rates and cold temperatures dictate that the air supply volume be briefly and temporarily reduced in order to avoid the use of excessive chemicals. Once the near zero dissolved oxygen level is obtained the air flow will be returned to the specified set point and the data recording can begin. I. Chemical Addition: 1. Cobalt Chloride -Prior to the conditioning run the cobalt catalyst (CoC12.6H20) should be added to the test water. The aeration system shall be operating and enough cobalt should be added to achieve a concentration of 0.10 to 0.50 mg/I (cobalt ion concentration). The cobalt shall be added in liquid form and be dispersed throughout the tank by allowing the aeration system to operate for at least 30 minutes. 2. Sodium Sulfite-After cobalt addition and prior to the first test run, sufficient technical grade anhydrous sodium sulfite (Na2S03) shall be added to depress the dissolved oxygen xygen level to near zero at all determination points. The sodium sulfite should be added with the aeration system running. The aeration system is left in operation and the dissolved oxygen levels will rise until saturation dissolved oxygen levels are obtained. The test duration shall be as a minimum 4/KLa (98% + of Csat)• 3. TEST PROCEDURE SPECIFICS (CONTD) The addition of sodium sulfite shall be repeated for each subsequent run. This procedure allows for chemical stabilization of the test Iiquid so that initial test results are reproducible. The sulfite shall be dissolved in a separate mixing tank and released into the basin as quickly as possible. The cobalt and sulfite shall be pumped into the test basin through a pipe network which includes two (2) or more injection points. J. Dissolved Oxygen Probe Calibration: -Prior to each test run with the aeration system running the equilibrium DO concentration shall be determined by the Azide modification of the Winkler Titration Method as described in the latest edition of Standard Methods. •The measured DO value will be used to calibrate the DO probes prior to beginning the deoxygenation reaction. The Dissolved Oxygen probes are calibrated in place, in the test water. K. Dissolved Oxygen Measurement: - Dissolved oxygen measurements shall be made in-situ with calibrated fast response probes as manufactured by Royce,YSI or equal. All probes shall utilize either 0.5 mil. or 1.0 mil.membranes. A multiple probe analyzer connected to a digital printer shall be used to record the time verses dissolved oxygen measurements of each probe at minimum to maximum time intervals of 15 to 60 seconds. A minimum of four probes shall be used for test purposes along with one • operational probe to serve as a backup. A minimum of(21) discrete data values shall be selected from the dissolved oxygen probe record for analysis. The lowest D.O. value shall be approximately 20%but not greater than 30% of the saturation oxygen concentration. The highest value • shall not be less than 98% of the saturation oxygen concentration. A minimum of seven observation values shall fall in the 86.5%to 98% oxygen saturation range. L. Total Dissolved Solids Level: -Repetitive tests may be conducted using the same test water up to a TDS level of 2,000 mg/1. • } } 1TT _ I i �AsA is SA TAIRE" Fine Bubble Diffused Aeration Equipment for Port Arthur, TX • Existing Aeration Basins 1&2 i t Prepared For: Englobal Engineering 3105 Executive Boulevard Beaumont, TX 77705 409 840-2100 Represented By: Hartwell Environmental Corp. 22115 Hufsmith Kohrville Road Tomball,TX 77375-6952 281 351-8501- I Sanitaire#09-7292S March 16, 2010 ki J:\09-7292s\Engineer17292 Existing Basins 1&2 Setup.aer iS tiwvw_sanitaire.com 1 Sanitaire Aeration Design Inputs for: Port Arthur, TX, Sanitaire #09-7292S Tank Geometry 2 Trains each Consisting of: Parameter Units [ Zone A Zone B Zone Cl Zone C2 Zone C3 Zone D Zone E Parallel Reactors 1 1 1 1 1 11 1_ Pass Process Aerobic Aerobic Aerobic Aerobic Aerobic Aerobic Aerobic SWD ft 15.00 15.00 15.00 15.00 15.00 15.00 15.00 Submergence ft _ 14.19 14.19 14.19 14.19 14.19 14.19 14.19 Volume ft3 1,440.0 3,060.0 9,000.0 9,000.0 9,000.0 2,340.0 3,060.0 Reactor Geometry: Rect Rect Rect Rect Rect Rect Rect Length ft 12.00 25.50 50.00 50.00 50.00 13.00 25.50 Width ft 8.00 8.001 12.00 12.00 12.00 12.00 8.00 • Oxygen/Air Distribution Zone A IBI Cl C2 j C3 D E Default 3.9% 1 7.8% 24.5% I 24.5% 1 24.5% I 6.4% 1 8.3% Oxygenation Parameter Units Avg • No.Trains Operating 2 Oxygen Requirement lb/day 10,762.6-S Standard Oxygen Correction Factor Parameters Parameter Units Avg Site Elevation FASL 10 Ambient Pressure PSIA 14.70 Water Temperature °C 25 Notes: Bold, Italicized text indicate assumptions made by Sanitaire • A-Indicates Actual (AOR) Requirement. • S- Indicates Standard Condition (SOR) Oxygen requirement. If the AOR/SOR parameter is not given, then its value will be evaluated later if suitable alpha, beta, D.O.,theta, pressure, and temperature data is supplied. Round tanks are evaluated as rectangular tanks diameter equal to length and equal surface area. Annular tanks are evaluated as rectangular tanks of width equal to the annular width and equal surface area. • • • • Sanitaire,A Divsion of ITT Industries Page 2 of 5 Sanitaire Project Name: Port Arthur, TX Sanitaire Project#09-7292S Design Summary • Avg Units Default • No. Trains in Operation 2 No. Grids in Operation 14 No. Operating Diffusers 1,434 SOR lb/day 10,763 SOTE % 31.8 Total Air Rate scfm 1,350 Min.Diffuser Air Rate scfm/diff. 0.92 Max. Diffuser Air Rate scfm/diff. 1.13 Static Pressure psig 6.14 Diffuser DWP @ Min Air psig 0.25 Diffuser DWP @ Max Air psig 0.25 Pressure @ Top of Dropleg psig 6.45 Est. Blower Efficiency 70% Est. Motor Efficiency 90% Shaft Power Bhp 49.21 Est. Motor Electrical Load kW 40.79 Est. Standard Aeration Efficiency #SOR/BHP-hr 9.11 Notes: (1)Design air is the maximum of process air or mixing air • (2)Delivered oxygen based on design air (3)Brake Horsepower based on adiabatic compression,70%mechanical efficiency and 0.30 psi lineloss • (4)Performance based on diffuser density(At/Ad),submergence,and diffuser unit air flow. (5)Diffuser Air Flow based on Active Valve Modulation • (6)Blower Pressure Capability also requires consideration of: • A.The Air Main headloss(piping,fittings,valves,instrumentation,etc.)between the blower and the aeration assembly dropleg connections. B.Potential for increased headloss resulting from diffuser fouling and/or aging. Please refer to the US EPA Fine Pore Design Manual(EPA/625/1-89/023),WEF Manual of Practice FD-13,and other technical publications for a detailed discussion on this subject. Note that this headloss consideration relates to all Fine Pore systems regardless of supplier or type of diffuser element. • C.Increased diffuser submergence during Peak Flow conditions. (7)Air Flow defined at 20"C (8)Fine Mixing air based on MOP/8 0.12 scfm/ft2 Sanitaire,A Divsion of ITT Industries Page 3 of 5 Sanitaire Project Name: Port Arthur,TX Sanitaire Project#09-7292S Consulting Engineer: Englobal Engineering Operating Condition: Avg Oxygen Distribution: Default Aeration System Design Parameter i Units Zone A Zone B Zone Cl Zone C2 Zone C3 Zone D Zone E Total/Overall Pass 1 2 3 4 5 6 7 SWD ft 15.00 15.00 15.00 15.00 15.00 15.00 15.00 Subm ft 14.19 14.19 14.19 14.19 14.19 14.19 14.19 Volume ft3 1,440.0 3,060.0 9,000.0 9,000.0 9,000.0 2,340.0 3,060.0 73,800.0 No. Parallel Tanks 1 1 1 1 1 1 1 i No.Trains in Operation 2 2 2 2 2 2 2 Grid Count 1 1 1 1 1 1 1 14 Dropleg Diameter inches 4 4 6 6 6 4 4 At/Ad 9.76 8.73 8.13 8.13 8.13 9.06 9.21 Diffuser Density %Floor 10.25% 11.46% 12.30% 12.30% 12.30% 11.04% 10.85% Diffusers/Grid 24 57 180 180 180 42 54 1,434 Oxygen Transfer Diffuser Type SSLP SSLP SSLP SSLP SSLP SSLP SSLP • Water Temp °C 25 25 25 25 25 25 25 Oxygen Distribution %/Zone 3.9% 7.8% 24.5% 24.5% 24.5% 6.4% 8.3% 100.0% SOR lb/day 422.3 844.6 2,639.4 2,639.4 2,639.4 686.2 891.4 10,762.6 Performance Mixing Criteria scfm/ft2 0.12 0.12 0.12 0.12 0.12 0.12 0.12 Mixing Air(8) scfm 23.0 49.0 144.0 144.0 144.0 37.4 49.0 Process Air(for SOR) scfm 54.4 105.9 329.5 329.5 329.5 87.3 113.6 Design Air(1,7) scfm 54.4 105.9 329.5 329.5 329.5 87.3 113.6 1,349.7 Diffuser Air Rate• scfm/diff. 1.13 0.93 0.92 0.92 0.92 1.04 1.05 0.94 1 Delivered SOR lb/day 422.3 844.6 2,639.4 2,639.4 2,639.4 686.2 891.4 - 10,762.6 Delivered SOTE % 31.0% 31.8% 32.0% 32.0% 32.0% 31.4% 31.3% 31.8% Pressure @ Top of Dropleg psig 6.45 6.43 6.43 6.43 6.43 6.44 6.44 6.45 Shaft Power Bhp 2.0 3.9 12.0 12.0 12.0 3.2 4.1 49.2 i '. Notes: (1)Design air is the maximum of process air or mixing air (2)Delivered oxygen based on design air (3)Brake Horsepower based on adiabatic compression,70%mechanical efficiency and 0.30 psi lineloss (4)Performance based on diffuser density(At/Ad),submergence,and diffuser unit air flow. (5)Diffuser Air Flow based on Active Valve Modulation 1 (6)Blower Pressure Capability also requires consideration of: A.The Air Main headloss(piping,fittings,valves,instrumentation,etc.) , between the blower and the aeration assembly dropleg connections. • B.Potential for increased headloss resulting from diffuser fouling and/or aging. Please refer to the US EPA Fine Pore Design Manual(EPA/625/1-89/023),WEF Manual of Practice FD-13, • and other technical publications for a detailed discussion on this subject. Note that this headloss consideration relates to all Fine Pore systems regardless of supplier or type of diffuser element. C.Increased diffuser submergence during Peak Flow conditions. (7)Air Flow defined at 20°C (8)Fine Mixing air based on MOP/8 0.12 scfm/ft= • Sariteire,ADivsionorITT tndustries Page 4 of 5 Sanitaire Project Name: Port Arthur,TX Sanitaire Project#09-7292S Headloss Summary by System Operating Point Consulting Engineer: Englobal Engineering Operating Condition: Avg Oxygen Distribution: Default . Grid Design Units Zone A Zone B Zone Cl Zone C2 Zone C3 Zone D Zone E Diffuser Count 24 57 180 180 180 42 54 Dropleg Diameter inches 4 4 6 6 6 4 4 Line Count 3 3 4 4 4 6 3 Line Spacing ft 2.50 2.50 3.00 3.00 3.00 1.67 2.50 Manifold Diameter inches 4 4 6 6 6 4 4 Manifold Location End End End End End End Center Manifold Elevation Inline Inline Inline Inline Inline Inline Inline Dropleg Location End End Center Center Center Center EndHeader Orientation Length Length Length Length Length Length Length Grid Pressure Grid Air Flow scfm 27.2 53.0 164.8 164.8 164.8 43.6 56.8 Diffuser Air Flow scfm 1.13 0.93 0.92 0.92 0.92 1.04 1.05 • Submergence ft 14.19 14.19 14.19 14.19 14.19 14.19 14.19 Orifice Diameter inches 13/64 13/64 13/64 13/64 13/64 13/64 13/64 Static Header Pressure Differential in Assembly psig 8.80E-05 3.33E-04 2.17E-04 2.17E-04 2.17E-04 5.76E-05 4.00E-04 Average Header Pressure in Assembly PSI 6.54 6.54 6.54 6.54 6.54 6.54 6.54 A:Average Headloss from Top of Dropleg To Headers PSI 3.41 E-04 1.30E-03 2.07E-03 2.07E-03 2.07E-03 7.89E-04 1.45E-03 B: Diffuser Orifice Headloss psi 5.64E-02 3.75E-02 3.64E-02 3.64E-02 3.64E-02 4.72E-02 4.84E-02 C:Diffuser Dynamic Wet Pressure psi 2.50E-01 2.47E-01 2.46E-01 2.46E-01 2.46E-01 2.48E-01 2.49E-01 D:Static Pressure psig 6.14 6.14 6.14 6.14 6.14 6.14 6.14 Total Pressure Required at Top of Dropleg(A+B+C+D) psig 6.45 6.43 6.43 6.43 6.43 6.44 6.44 Friction Headloss(A+B) PSI 5.67E-02 3.88E-02 3.84E-02 3.84E-02 3.84E-02 4.79E-02 4.98E-02 • • • • • } Ef 33 tt { Sanitaire,A Divsion of ITT Industries Page 5 of 5 rs : '.. - ,;•1--:,'';'.,',..:',',;..c 4 x 7 w` _ h'• is _ • ' Res _ d 5 <x ' _ ' `v"aw,'--4-&tea �,� , K � *r 2•.. �..x,. �. _�s�( $f}e- _t �ta.F� ..3.. �3� �'. .�. r r "+..�"i-.. 'A ' }y the rr'25$:!w6`�: #..:$ ITT ate�� � � Fine Bubble Diffused Aeration Equipment for Port Arthur, TX • New Aeration Basins 3&4 Prepared For: Englobal Engineering 3105 Executive Boulevard • Beaumont,TX 77705 409 840-2100 } Represented By: Hartwell Environmental Corp. 22115 Hufsmith Kohrville Road Tomball,TX 77375-6952 281 351-8501 i( Sanitaire#09-7295S March 16, 2010 kl J:\09-7292s1Engineer17292 New Basins 3&4 Setup.aer • wwwsanitaire.com • Sanitaire Aeration Design Inputs for: Port Arthur, TX, Sanitaire #09-7295S Tank Geometry • 2 Trains each Consisting of: Parameter Units Pass 1 Parallel Reactors 1 Pass Process Aerobic SWD ft 15.00 Submergence ft 14.19 Volume ft' 38,632.5 Reactor Geometry: Rect Length ft 101.00 Width ft 25.50 Oxygen/Air Distribution Pass 1 Default 100.0% Oxygenation Parameter Units Avg No_Trains Operating 2 Oxygen Requirement Ib/day 11,662.8-S Standard Oxygen Correction Factor Parameters Parameter Units Avg Site Elevation FASL 10 Ambient Pressure PSIA 14.70 Water Temperature °C 25 Notes: Bold,Italicized text indicate assumptions made by Sanitaire • A-Indicates Actual(AOR) Requirement. S-Indicates Standard Condition (SOR) Oxygen requirement. If the AOR/SOR parameter is not given, then its value will be evaluated later if suitable alpha,beta, D.O., theta, pressure, and temperature data is supplied.• Round tanks are evaluated as rectangular tanks diameter equal to length and equal surface area. Annular tanks are evaluated as rectangular tanks of width equal to the annular width and equal surface area. Sanitaire,A Divsion of ITT Industries Page 2 of 5 Sanitaire Project Name: Port Arthur. TX Sanitaire Project#09-7295S Design Summary Avg Units Default No.Trains in Operation 2 No. Grids in Operation 6 No. Operating Diffusers 1,512 SOR lb/day 11,663 SOTE % 31.7 Total Air Rate scfm 1,467 Mi n.Diffuser Air Rate scfm/diff. 0.97 Max. Diffuser Air Rate scfm/diff. 0.97 Static Pressure psig 6.14 Diffuser DWP @ Min Air psig 0.25 Diffuser DWP @ Max Air psig 0.25 Pressure @ Top of Dropleg psig 6.44 Est. Blower Efficiency 70% Est. Motor Efficiency 90% Shaft Power Bhp 53.38 Est. Motor Electrical Load kW 44.24 Est. Standard Aeration Efficiency #SOR/BHP-hr 9.10 Notes: • { (1)Design air is the maximum of process air or mixing air (2)Delivered oxygen based on design air (3)Brake Horsepower based on adiabatic compression,70%mechanical efficiency and 0.30 psi lineloss (4)Performance based on diffuser density(At/Ad),submergence,and diffuser unit air flow. (5)Diffuser Air Flow based on Active Valve Modulation (6)Blower Pressure Capability also requires consideration of: • A.The Air Main headloss(piping,fittings,valves,instrumentation,etc.)between the blower and the aeration assembly dropleg connections. B.Potential for increased headloss resulting from diffuser fouling and/or aging. Please refer to the US EPA Fine Pore Design Manual(EPA/625/1-89/023),WEF Manual of Practice FD-13,and other technical publications for a detailed discussion on this subject. Note that this headless consideration relates to all Fine Pore systems regardless of supplier or type of diffuser element. C.Increased diffuser submergence during Peak Flow conditions. •• (7)Air Flow defined at 20°C (8)Fine Mixing air based on MOP/8 0.12 scfm/ftz • � 1 { Sanitaire,A Divsion of ITT Industries Page 3 of 5 Sanitaire Project Name: Port Arthur,TX • Sanitaire Project#09-7295S Consulting Engineer: Englobal Engineering Operating Condition: Avg ' Oxygen Distribution: Default Aeration System Design Parameter Units Zone 1 Totals/Overall Pass 1 SWD ft 15.00 Subm ft 14.19 Volume ft3 38,632.5 77,265.0 No. Parallel Tanks 1 No. Trains in Operation 2 Grid Count 3 6 Dropleg Diameter inches 6 At/Ad 8.31 Diffuser Density % Floor 12.03% Diffusers/Grid 252 1,512 Oxygen Transfer Diffuser Type SSLP Water Temp °C 25 Oxygen Distribution %/Zone 100.0% 100.0% SOR ib/day 11662.8 11,662.8 Performance Mixing Criteria scfm/ft° 0.12 Mixing Air(8) scfm 618.1 Process Air(for SOR) scfm 1,466.7 Design Air(1,7) scfm 1,466.7 1,466.7 Diffuser Air Rate scfm/Diff. 0.97 0.97 Delivered SOR lb/day 11,662.8 11,662.8 Delivered SOTE % 31.7% 31.7% Pressure @ Top of Dropleg psig 6.44 6.44 Shaft Power Bhp 53.4 53.4 Notes: (1)Design air is the maximum of process air or mixing air (2)Delivered oxygen based on design air (3)Brake Horsepower based on adiabatic compression,70%mechanical efficiency and 0.30 psi lineloss (4)Performance based on diffuser density(At/Ad),submergence,and diffuser unit air flow. (5)Diffuser Air Flow based on Active Valve Modulation (6)Blower Pressure Capability also requires consideration of: A.The Air Main headloss(piping,fittings,valves,instrumentation,etc.) between the blower and the aeration assembly dropleg connections. B.Potential for increased headloss resulting from diffuser fouling and/or aging. • Please refer to the US EPA Fine Pore Design Manual(EPA1625/1-89!023),WEF Manual of Practice FD-13, and other technical publications for a detailed discussion on this subject. Note that this headloss consideration relates to all Fine Pore systems regardless of supplier or type of diffuser element. C.increased diffuser submergence during Peak Flow conditions. (7)Air Flow defined at 20°C (8)Fine Mixing air based on MOP/8 0.12 scfm/ft2 Sanitaire,A Divsion of(TT industries Page 4 of 5 • • Sanitaire Project Name: Port Arthur, TX Sanitaire Project#09-7295S Headloss Summary by System Operating Point Consulting Engineer: Englobal Engineering Operating Condition: Avg Oxygen Distribution: Default • Grid Design Units Grid 1 Diffuser Count 252 Dropleg Diameter inches 6 Line Count g Line Spacing ft 275 Manifold Diameter inches • 6 Manifold Location End Manifold Elevation Inline Dropleg Location End Header Orientation Length Grid Pressure Grid Air Flow scfm 244.5 Diffuser Air Flow scfm 0.97 • Submergence ft 14.19 Orifice Diameter inches 13/64 Static Header Pressure Differential in Assembly psig 2.17E-03 Average Header Pressure in Assembly PSI 6.54 A:Average Headloss from Top of Dropleg To Headers PSI 4.90E-03 B: Diffuser Orifice Headloss psi 4.10E-02 C: Diffuser Dynamic Wet Pressure psi 2.47E-01 D: Static Pressure psig 6.14_ Total Pressure Required at Top of Dropleg (A+B+C+D) psig 6.44 Friction Headloss(A+B) PSI 4.59E-02 } Sanitaire,A Oivsion of tri Industries Page 5 of 5 FINE BUBBLE DIFFUSER SYSTEM SHOP PERFORMANCE TEST DESIGN SPECIFICATIONS PROJECT: PORT ARTHUR, TX SANITAIRE NO. 09-7292S FINE BUBBLE DEVICE(TYPE): 9"SILVER SERIES LP LOCATION: EXISTING AERATION BASINS 1-2 WATER FOR TEST TANK: 34086 GALLONS ACTUAL TANK TEST TANK NOTES TANK LENGTH(FT.): 20.00 TANK WIDTH(FT.): 15.00 TANK DEPTH(FT.): 15.00 15.19 A AREA TANK (SQ.FT.): 4920 300 VOLUME(KCF): 73.80 4.56 SUBMERGENCE(FT.): 14.19 14.19 NUMBER OF DIFFUSERS: 1434 88 AREA DIFFUSERS (SQ. FT.): 587.94 36.08 AREA TANK/AREA DIFFUSERS: 8.37 8.31 AIR FLOW(SCFM): 1360 84 B AIR FLOW(SCFM/KCF): 18.4 _. 18.4 SCFM PER DIFFUSER: 0.95 0.95 ti #02/DAY: 10763 665 B #02/DAY/KCF: 145.8 145.8 %OTE (SOTE): 3 1.6 3 1.6 t r NOTES: A: THE STANDARD DIFFUSER ELEVATION AT THE SANITAIRE LEST FACILTY IS 12". B: BOXED VALUES INDICATE A SPECIFIRT) CONDITION. • E Page 1 LOCATION: EXISTING AERATION BASINS 1-2 • 0 • 0 • 0 • • O • • O • O • O • O • 11 0000000000000000000 • 000 • 0 • • 0 • • 0 • 0 • 000 * 11 • o • o • o • • o • • o • o • o • o • 11 • O • O • O • • O • • o • o • o • o • 11 • O • O • O • • O • • O • O • o 11, 0 • 11 • o • O • o • • o • • o • o • o • o • ii • 0 • 0 • 0 • • 0 • • 0 • 0 • 0 • 0 • 11 0000000000000000000 • O • o • O • • o • • o • o • o • o • 11 Total Installed Diffusers 88 NO 1E: THE DIAGRAM INDICA 1 ES THE 1 EST TANK LAYOUT FOR THE STATED LOCATIONS .THE MARKED DIFFUSERS WILL BE USED FOR TESTING. Page 2 FINE BUBBLE DIFFUSER SYSTEM SHOP PERFORMANCE 1'E.ST DESIGN SPECIFICATIONS PROJECT: PORT ARTHUR, TX SANITAIRE NO. 09-7292S FINE BUBBLE DEVICE(TYPE): 9"SILVER SERIES LP LOCATION: NEW AERATION BASINS 3-4 WA 1 ER FOR I EST TANK: 34086 GALLONS ACTUAL TANK TEST TANK NOTES TANK LENGTH(FT.): 202.00 20.00 TANK WIDTH(FF.): 25.50 15.00 TANK DEPTH(FT.): 15.00 15.19 A AREA TANK(SQ.FT.): 5151 300 VOLUME(KCF): 77.27 4.56 • SUBMERGENCE(FT.): 14.19 14.19 NUMBER OF DIFFUSERS: 1512 88 AREA DIFFUSERS (SQ.FT.): 619.92 36.10 AREA TANK/AREA DIFFUSERS: 8.31 8.31 i AIR FLOW(SCFM): 1490 88 B AIR FLOW(SCFM/KCF): 19.3 - 19.3 SCFM PER DIFFUSER: 0.99 1.00 #02/DAY: 11663 688 B #02/DAY/KCF: 150.9 150.9 %OTE(SOTE): 31.2 31.2 NOTES: A: THE STANDARD DIFFUSER ELEVATION AT THE SANITAIRE !EST FACILTY IS 12'. B: BOXED VALUES INDICATE A SPECIFIED CONDITION. Page 1 LOCATION: NEW AERATION BASKS 3-4 • 0 • 0 • 00 • 0 • 00 • 0 • 0 • 0 • 11 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • 0 • 0 • 06 • 040 • 0 • 0 • 0 • 0 • 11 • 0 • 0 • 0 • 00 • 010 • 0 • 0 • Q • 11 • 0 • 0 • 0 • • 0 • • 000 • 0 • 0 • 11 • 0 • 0 • 0 • • o • • o • o • o • o • 11 • 0 • 0 • 0 • • 0 • 0000 • 0 • 0 • 11 • 0 • 0 • 0 • 00 • • 0 • 0 • 0 • 0 • 11 0000000000000000000 • 0 • 0 • 00 • 0 • • 0 • 0 • 0 • 0 • 11 Total Installed Diffusers 88 NOTE: THE DIAGRAM INDICATES THE JEST TANK LAYOUT FOR THE STATED LOCATIONS .THE MARKED DIFFUSERS WILL BE USED FOR IESTING. ii ll ti Page 2 i r i i i 1 f CONERETEANG7/OR/NG SPEc1 9E/S7S 2171 Executive Drive Suite 100 Addison,IL 60101 * < 630350.0370 630.495 6158 fax 4 ;. www.itwred0ead.com v== MADE IN USA Excerpted from HR 1,"American Recovery and Reinvestment Act of 2009"Division A, Title XVI,Section 1605 BUY AMERICAN SEC. 1605.USE OF AMERICAN IRON,STEEL,AND MANUFACTURED GOODS. (a) None of the funds appropriated or otherwise made available by this Act may be used for a project for the construction,alteration,maintenance,or repair of a public building or public work unless all of the iron,steel,and manufactured goods used in the project are produced in the United States. (b) Subsection(a)shall not apply in any case or category of cases in which the head of the Federal department or agency involved finds that— (1) applying subsection(a)would be inconsistent with the public interest; (2) iron, steel,and the relevant manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality;or (3) inclusion of iron,steel,and manufactured goods produced in the United States will increase the cost of the overall project by more than 25 percent. (c) If the head of a Federal department or agency determines that it is necessary to waive the application of subsection (a) based on a finding under subsection (b),the head of the department or agency shall publish in the Federal Register a detailed written justification as to why the provision is being waived. (d) This section shall be applied in a manner consistent with United States obligations under international agreements. 4u Il '(OMrnnr CONCRETEANCIIORINt SPECIALISTS ®-, Wedge Type Anchors— Trubat SPECIFIED FOR ANCHORAGE INTO CONCRETE Trubolt Wedge anchors feature a stainless steel expansion clip,threaded stud body,nut and washer.Anchor Wedge Anchors ' bodies are made of plated carbon steel,hot-dipped galvanized carbon steel,type 304 stainless steel or type 316 stainless steel as identified in the drawings or other notations. ,.a j�� a ' Trubolt+Wedge anchors consist of a high-strength threaded stud body,expansion -: : dip,nut and washer.Anchor bodies are made of plated carbon steel.The expansion Dependable clip consists of a split cylindrical ring with undercutting grooves. Heavy-DuaI ,edge The exposed end of the anchor is stamped to identify anchor length.Stampings �0 A.., char.'`. should be preserved during installation for any subsequent embedment verification. Inspectable, 1 k! . Use carbide tipped hammer drill bits made in accordance with ANSI 8212.15-1994 Wedge Typeto install anchors. �! Anchors are tested to ASTM E488 criteria and 1CC-ES AC193.Anchors are listed by the following agendes as Expansion required by the local building code:ICC-ES,UL,FM,City of Los Angeles,California State Fire Marshal and Caltrans. See Appendix B and C(pages 93-96)for performance values in accordance to 2006 IBC. Anchor ADVANTAGES 2006 International Building Code(IBC)Compliant v. Non bottom-bearing,may be used in hole . � Versatile fully threaded design is standard depth exceeding anchor length r . on sizes up to 3/4"diameter and 10"length 1I Can be installed through the work fixture, h eliminating hole spotting � + la Anchor diameter equals hole diameter �.. ate _ @I Inspectable torque values,indicating „M„- "" Standard carbon and stainless steel anchors proper installation :I 360°contact with concrete assures full Ifi—vvexpansion for reliable working loads 4 Fully Threaded 0 Advantage 0.- 1,----,..-7:- ,,, ° : _� y s,.. • --O. _ 0 0- . '- 0•.O•III . 0. 0.. • � � :.•per a .o:: • .•o.;-=.9r ,• 'o:. �: -. ''. Trubolt's fully threaded 7 •• :O • . - - :p r y feature eliminates subsurface : • .11 . -• • • •: obstruction problems. o'.a . . a 0. .. o a'. 1 i,`1,,- 0 I . Fully threaded design // 111 Tr accommodates various V / I%ubolt Tr-oboit %S A , material thicknesses at % j ///%i Wedge Anchors SersmrcWedgeAnchors the same embedment. • 0.• ii • - 0 -. 41 '.0-• i 0'• '- One anchor length saves . .p.a. 0:.-0- : • 1 --2i• ': e c• time and money- " ---- ' — - 7 • r�Red Head' -"::.:...S4":. BRED HEAD Cal out tol free number800-899-7890 ordsttourweb sue for the most r. current poodu¢and technical information at www.ltwredheatroni , SEC C C©1l CH � , ®-' See Appendix B and C(pages 93.96)for performance values in accordance to 2006 IBC. - TrubaCt�: • Se.smi •WedgeMehars. Meets ASTM 8633 5C1,Type Ill specifications for electroplating of 5um=-0001"thidcness. Carbon Steel with raw Plating This coating is well.suited for non-corrosive environments. PART THREAD ANCHOR MA. OVERALL MAX.THICXNESS T QTY/WT QTY/WT NUMBER LENGTH &DRILL BIT LENGTH OFMATERIAL PER BOX PER MASTER 14.--7n ` In.(mm) SIZE(THREADS) In.(mm) TO BE FASTENED lbs. CARTON µ PER INCH In.(mm) lbs. `z-8 CWS-3830 1-5/8 (413) 3/8"-16 3 (76.2) _ 5/8 (15.9) 50/ 53 400/42 CWS-3836 2-3/8 (60.3) 3/8'-16 , 3-3/4 (953) 1-3/8 (34.9) 50/ 5.9 300/35 CWS-3850 3-5/8 (92.1) 3/8"-16 5 (117.0) 2-5/8 (66.7) 50/ 7.3 250/37 CW5-1236 2-1/8 (54.0) 1/2"-13 3-3/4 (953) 3/4 (19.1) 25/ 5.7 150/34 CWS-1242 2-5/8 (66.7) 1/2"-13 4-1/4 (108.0) 1-1/4 (31.8) 25/ 6.7 150/41 CW5-1244 2-7/8 (73.0) 171"-13 4-1/2 (714.3) 1-1/2 (30.1) 25/ 7.0 150/40 CWS-1254 3-7/8 (98.4) 1/2"-13 5-1/2 (139.7) 2-1/2 (63.5) 25/ 8.0 150/ 49 CWS-1270 5-3/8 (1363) 12"-13 7 (177.8) 4 (101.6) 25/ 9.2 150/55 _ CWS-5850 3-3/16 (81.0) 5/8"-11 5 (127.01 1-1/8 (28.6) 10/ 4.7 100/48 - CW5.5860 4-3/16 (106.4) 5/8"-11 6 (152.4) 2-1/8 (54.0) 10/ 5.4 50/28 0615-5870 5-3/16 (131.8) 5/8"-11 7 (177.8) 3-1/8 179.4) 10/ 6.2 30/19 • (W5-5884 5-3/4 (146.0) 5/0"-11 8-1/2 (215.9) 4-5/8 (1115) 10/ 8.0 30/ 25 • For other Trubolt+dia meters check online for availablity. ) I Trubolt Carbon Steel Meets ASTM B633 SC1,Type III specifications for electroplating of 5um=.0002"thickness. with Zinc Plating This material is well suited for non-corrosive environments. PART THREAD ANCHOR DIA, OVERALL MAX.THICKNESS QTY/WT . QTY/WT j '' • ,e'..it {,? Typical Applications- NUMBER LENGTH &DRILL BIT LENGTH OF MATERIAL PER BOX PER MASTER '. ......,-'1.4- •' Structural Columns, In,(mm) 512E(THREADS) In.(mm) TO BE FASTENED lbs. CARTON :1.,-;),..-i PER INCH In.(mm) lbs. i Machinery,Equipment,etc , Pt, `$^� WS-1416 3/4 (19.1) 1/4"-20 1-3/4 (44.5) 3/8 (95) 100/ 3.1 1000/.32 Environment-Interior W5-1422 1-1/4 (31.8) 2-1/4 (573) 718 (22.2) 100/ 3.6 1000/37 Y':.`,'!:;- ..t.41.;,.,WW " i (non-corrosive) WS-1432 2-1/4 (57.2) . 3-1/4 (82.6) 1-7/B (47.6) 100/ 4.7 800/39 • Level of WS-3822 1-1/8 (28.6) 3/8"-16 2-1/4 (573) 3/8 (9S) 50/ 4.1 500/41 ;: WS-3826 1-5/8 (413) 2-3/4 (69.9) 7/8 (22.2) S0/ 4.7 400/39 F- .-.._.:='_'_''__" WS-3830 1-3/4 (445) 3 (76.2) 1-1/8 (28.6) 50/ 5.0 400/41 W5-3836 2-12 (635) 3-3/4 (953) 1-7/8 (47.6) 50/ 5.9 300/36 WS-3850 3-3/4 (95.2) 5 (127.0) 3-1/8 (79.4) 50/ 7.4' 250!38 Tie Wire Wedge for hanging WS-3870 3-7/8 (98.4) 7 1177.81 5-1/8 (130.7) 50/18.4 250/53 WS-1226 1-1/4 (31.8) 12"-13 2-3/4 (69.9) 1/8 (3.2) 25/ 4.6 280!38 suspended ceiling W5-1236 2-1/4 (57.2) 3-3/4 (953) 1 (25.4) 25/ 5.7 150/35 WS-1242 2-3/4 (69.9) 4-1/4 (108.0) 1-1/2 (38.1) 25/ 6.2 150/38 WS-1244 3 (76.2) 4-1/2 (114.3) 1-3/4 (445) 25/ 6.5 150/39 9(5-1254 4 (101.6) 5-1/2 (139.7) 2-3/4 (69.9) 25/ 7.7 150/47 9(5-1270 5-1/2 (139.7) 7 {171,8) 4L (108.0) 2S/ 9.3 150/57 9(5-5834 1-3/4 (445) 5/8'-11 3-12 (889) 1/8 (3.2) 10! 3.6 100/37 W5-5842 2-12. (635)) 4-1/4 (108.0) 7/8 (22.2) 10/ 4.1 100/42 WS-5850 3-1/4 (62 6) 5 (127.0) 1-5/8 (413) 10/ 4.7 100/48 W5-5860 4-1/4 (107.9) 6 (152.4) 2-5/8 (66.7) 10/ 5.4 50/28 WS-5870 5-1/4 (133.4) 7 (177.8) 3-5(8 (97_1) 10/ 6.2 30/ 19 WS-5884 5-3/4 (146.0) 8-1/2 (215.9) 5-1/8 (130.2) 10/ 8.0 30/25 W5-58100 5-3/4 (146.0) 10 (254.0) 6-518 (168.3) 10/ 9.4 30/29 WS-3442 2-3/8 (603) 3/4"-10 4-1/4 (1080) 1/4 (31.8) 101 6.8 60/42 WS-3446 2-7/8 (73.0) 4-3/4 (120.7) 3/4 (19.1) 10/ 7.4 60/45 WS-3454. 3-5/8 (92.1) 5-1/2 (139.7) 1-12 (38.1) 10/ 8.1 50/41 WS-3462 4-3/8 (111.1) 6-1/4 (158.8) 2-1/4 (57.2) 10/ 9.1 30/28 • 9(5-3470 5-1/8 (130.2) 7 (177.8 3 (76.2) 10/ 93 30/30 WS-3484 5-3/4 (146.0) 8-12 (215.9 4-1/2 (114.3) 10/123 30/38 ' 0WS-34100 5-3/4 (254.0) 6 (152.4) 10/14.0 30/43 1- ° W5-34120 1-3/4 (146.0)(44.512 (304.8) 8 (203.2) 10/16.6 30/51 �- :_�_zio W5-7860 2-1/2 (635) 7/8"-9 6 (152.4) 1-3/8 (34.9) 5/ 63 25/32 �- �!Jam_ WS 7868 2-1/2 (633) 8 (2032) 3-318 (85.7) 5/ 8.1 15/25 ' -- ~�~~�' W5-18108 2-1/2 (633) 10 (54.0) 5-3/8 (136.51 5/ 9.8 15/30 WS-10060 2-12 (63.5) 1" - 8 6 (152.4) 1/2 (12.7) 5/ 83 25/43 W5-10090 2-1/2 (6331 9 (228.6) 3-1/2 (88.9) 5/11.6 15/36 WS-100120 2-1/2 (633) 12 (304.8) , 6.1/2 (165.11 5/15.0 15/46 � T TCF WIRE 1W-1400 N/A 1/4" 2-1/8 (54.0) 9/32-hole (7.1) 100/ 3.6 1000/36 TW-1400 K N/A 2-1/8 (54.0) 9/32-hole (7.1) BULK BULK RED HEAD' wRea Hemi' $� Cali our toll tree number 800-8997890 at visit our web she tar the mast ,.. .,. anent product and technical Information at Ww4.Itwredhead.cPt Trubolt Wedge Anchors Ultimate Tension and Shear Values (Lbs/kN) in Concrete" ' ANCHOR INSTALLATION EMBEDMENT ANCHOR rc=2000PSI(33.8MPa) Pc=4000 PSI(27.6 MPa) I Pc s.--6000 PSI(41.4.MPa) DIA. TORQUE DEPTH TYPE TENSION SHEAR TENSION SHEAR TENSION SHEAR In.(mm) Ft.Lbs.(Nm) In.(mm) Lbs.(kN) Lbs.(8N) Lbs.(kN) Lbs.(kN) Lbs.(kN) Lbs.(kN) 1r4 03.4) 4 (5.4) 1-1/8 (28.6) 1,180 (5.2) 1,400 (6.2) 1,780 (7.9) 1,400 (6.2) 1,900 (85) 1,400 (6.2) 1-15/16 (492) 2,100 (9.3) 1,680 (7.5) 3,300 (14.7} 1,680 (73) 3,300 (14.7) 1,680 (7.5) 2-1/8 (54.0) 2,260 (10.1) 1,680 (75) 3,300 (14.7) 1,680 (75) 3,300 (14.7) 1,680 (7.5) 3/8 (9.5) 25 (33.9) 1-1/2 (38.1) 1,680 (7.5) 2,320 (10.3) 2,240 (10.0) 2,620 (11.7) 2,840 (12.61 3,160 (14.1) 3 (76.2) 3,480 (15.5) 4,000 (17.8) 5,940 (26.4) 4,140 (18.4) 6,120 (272) 4,500 (20.0) 4 (T01.6) 4,800 (21.4) 4,000 (17.8) 5,940 (26.4) 4,140 (18.4) 6,120 (272) 4,500 (20.0)_ 1/2 (12.7) 55 (74.6) 21/4 (57.2) 4,660 (20.7) 4,760 (211) 5,100 (22.7) 4,760 (212) 7,040 (313) 7,040 (31.3) WS-Carbon or 4-1/8 (104.8) 4,660 (20.7) 7,240 (32.2) 9,640 (42.9) 7,240 (32.2) 10,820 (48.1) 8,160 (363) 6 (152.4) Wks 5,340 (23.8) 7,240 (32.2) 9,640 (42.9) 7,240 (322) 10,820 (48.1) 8,160 (36.3) 5/8 (15.9) {90 122.0) 2-3/4 (69.9) Hot-nipped 6 Galvanized 580 (293) 7,120 (31.7) 7,180 (31.9) 7,120 (31.7) 9,720 (43.2) 9,616 (42.8 5-1/8 (130.2) of 6,580 (293) 9,600 (42.7) 14,920 (66.4) 11,900 (52.9) 16,380 (72.9) 12,520 (55.7) 7-112 (1905) WW-30453. 7,060 (31.4) 9,600 (42.7) 15,020 {66.8) 11,900 (52.9) 16,380 (72.9) 12,520 (55.7) 3/4 (19.1) 110 (149.2) 3-1/4 {82.6) or 7,120 (31.7) 10,120 (45.0) 10,840 (48.2) 13,720 (61.0) 13,300 (591) 15,980 171.1) 6-5/8 (1683) SWW-31655. 10,980 (48,8) 20,320 (90.4) 17,700 (78.7) 23,740 (105.6) 20,260 (90.1) 23,740 (105.6) • 10 (254.0) 10,980 (48.8) 20,320 (90.4) 17,880 (793) 23,740 (105.6) 23,580 (104.9) 23,740 (105.6) 7/8 (22.2) 250 (339.0) 3-3/4 (953) 9,520 (423) 13,160 (58.5) 14,740 (65.6) 16,580 (73.8) 17,420 (773) 19,160 (851) 6-1/4 (158.8) 14,660 (652) 20,880 (92.9) 20,940 (93.1) 28,800 (128.1) 24,360 (108.4) 28,800 (128.1) 8 (203.2) 14,660 (652) 20880 (92.9) 20,940 (93.1) 28,800 (128.1) 24,360 (108.4) 28,800 (128.1) ( 1 (25.4) 300 (406.7) 4-1/2 (114.3) 13,940 (620) 16,080 (715) 20,180 (89.8) 22,820 (101.5) 21,180 (942) 24,480 (108.9) i 7-3/8 (187.3) 14,600 (64.9) 28,680 (127.6) 23,980 (106.7) 37,940 (168.8) 33,260 (148.0) 38,080 (169.4) 9-1/2 (241.3) 18,700 (832) 28,680 (127.6) 26,540 (118.1) 37,940 {1682) 33,260 (148.0) 38,080 (169.4) ' Allowable values are based upon a 4 to 1 safety factor.Divide by 4 for allowable load valves. ' For Tie-Wire Wedge Anchor,1W-1400,use tension data from 1/4"dameteswith 1-1/8"embedment ' For continuous extreme low temperature applications,use stainless steel. ... ... _ Q: -mak-; �.^'i�1�t='sia0i54i!?;1:. Ultimate Tension and Shear Values (Lbs/kN) in Trubolt Wedge Anchors: Lightweight Concrete* ANCHOR INSTALLATION EMBEDMENT ANCHOR LIGHTWEIGHT CONCRETE LOWER ELME OFSTEEL DECK WITH ' DIA. TORQUE DEPTH TYPE rc=3000 PSI(20.7 MPa) LIGHTWEIGHT CONCRETE FILL In.(mm) Ft.Lbs.(Nm) In.(mm) rc=3000 P51(20.7 MPa) TENSION SHEAR TENSION SHEAR Lbs.(kN) Lbs.(kN) Lbs.(kN) Lbs.(kN) 3/8 (95) 25 (33.9) 1-1/2 (38.1) 7,175 (5.2) 1,480 (6.6) 1,990 (85) 3,160 (14.1) , 3 (76.2) W5-Carbon or 2,825 (12.6) 2,440 (10.9) 2,840 {12.6) 4,000 (17.8) 1/2 (12.7) 55 (74.6) 2-1/4 (57.2) WS-G 2,925 (13.0) 2,855 (127) 3,400 (15.1) 5,380 (239) Hat-Dipped • 3 (76.2) 3,470 (15.4) 3,450 (153) 4,480 (19.9) 6,620 (29.4) 4 (101.6) Galvaaoized 4,290 (19.1) 3,450 (153) 4,800 (21.4) 6,440 (28.6) 5/8 (15.9) 90 (122.0) 3 (76.2) WW-304 SS. 4,375 (19.5) 4,360 (19.4) 4,720 (21.0) 5,500 (245) 5 (127.0) ar 6,350 (282) 6,335 (28.2) 6,580 (293) 9,140 (40.7) 3/4 (19.1) 110 (149.2) 3-1/4 (82.6) 5141W-316.5.5. 5,390 (24.0) 7,150 (31.8) 5,840 (26.0) l 8,880 (395) I 5-1/4 (133.4) 7,295 (32.5) 10,750 (47.8) 7,040 (313) 111 •Allowable values are based upon a 4 to 1 safety factor.Divide by 4 for allowable load values. ( rrr9Red Head- 58 RED HEAD. Call oar ton free rumba 800-899-7890 or visit our web Me for Mt most current pmdu¢and tedrnial infomation at www.ttwredhead.com UNIVERSAL CLAMP COUPLING INSTALLATION INSTRUCTIONS • 139 ALL STAINLESS STEEL UNIVERSAL CLAMP COUPLING Designed especially for piping systems that are exposed to hot soils or corrosive environments, JCM All Stainless Clamp Couplings provide the extra corrosion resistance of 18-8 Stainless Steel to this cost and time saving means of repairing and connecting pipe.The JCM 139 provides all the design benefits of the most popular standard clamp with the addition of being all stainless. INSTALLATION INSTRUCTIONS Caution: 4. Tuck tapered gasket in place, mesh finger When connecting dropleg sections, try to keep lugs and rotate clamp indirection of arrow the gap between pipe ends at 1/8" (See Draw- to smooth gasket flap. ing SS-12). Clamp performance drops when gap exceeds 1/2". May use spacer to fill gap or 5. Lubricating clamp bolts will ease clamp metal to place over gap if necessary. installation and assure proper torquing of bolts. 1. Always clean and lubricate pipe with water or soap lubricant. It helps to overcome fric- 6. Engage bolts and tighten finder tight to hold tion. in place.Tighten bolts evenly to recom- mended torque. 2. Place a reference mark on pipe back from • break to help in centering clamp over Type of pine Recommended Torque break, PVC to Steel 50-55 Ft/Lbs 3. Place clamp on pipe and center over joint. All Steel 80-100 Ft/Lbs Stainless Steel, 18-8 Type 304 Stainless Steel Band, 18-8 Type 304 Drop-in bolts have high arc swing ' and CFS Stainless Steel Lug (equiva- in design for ease of installation. :f lent to 18-8 Type 304 Stainless) are Permanently coated nuts prevent s Heliarc welded (TIG weld) to form a galling. Lug design facilitates • 3 .,0- permanent fusion, and then fully pas- easy 1 ball replacement if Hetes- • �,,����rx� -�"�`3�, sivated to return the welded stainless• sary. Clamp sizes 10" and larger � , steel to its original chromium state. utilize heavier bolts. -cam Type 304 Stainless Steel band con Low profile stainless steel lugs, y forms to pipe irregularities maintain- 18-8 Type 304 with mutually sup- r "`; � ing sealing pressure over entire porting sliding finger provide dis ?; � gasket. tortion free tightening over wide 11 range. The use of multiple lug • combinations to make Ion er ` Gridded gasket with long tapered ends 9 � w length clamps eliminates lug and recessed bridge plate assures even gasket pressure throughout warpage and twisting on instaNa 139 range-without wrinkling or crimping. tion involving pipe deflection. • JCM INDUSTRIES, INC. RECOMMENDATIONS FOR INSTALLATION OF FITTINGS WITH STAINLESS STEEL BOLTS AND NUTS This JCM Quality Fitting Is Equipped With 18-8 Stainless Steel Bolts And Nuts For Superior Corro- sion resistance. It is the nature of stainless steel fasteners to gall and freeze if not properly handled. This undesirable characteristic is due to the inherent properties of the material. • The galling and freezing action is often triggered by the presence of metal chips, burrs and grains of sand on the threads of the bolts and nuts. Extra care has been taken by JCM prior to assembly and packing of this fitting to assure a trouble- free installation. 1. The nuts and bolts were made from material of different hardness so that they have different strengths. 2. The nuts were coated with a special (antiseize coating) lubricant. 3. Each nut was assembled by hand to be sure that it went on the bolt freely. 4. The bolts and nuts were handled carefully to avoid damage to the threads. 5. The bolts and nuts were made to exacting specifications to assure that the correct material was used and that the thread form was correct. However, it must be pointed out that during field installation, the threads MUST BE KEPT CLEAN AND FREE FROM NICKS. When a mild steel or bronze bolt is used, the low ultimate strength of the material allows the nut to tear itself free. Not so with 18-8 Stainless Steel. The ultimate strength of the material is so great That it increases rapidly with cold work. However, once foreign matter such as a grain of sand wedges the threads, or the thread form is altered by over-torquing, the nuts cannot be removed. The specially coated nuts supplied by JCM help to eliminate the galling caused by overtorquing, but the bolts must be kept clean and not pitched or thrown into the tool bucket during Installa- tion. Should additional lubrication be required, a Molybdenum-Base lubricant is recom- mended. NOTE: Installation of this fitting with a pneumatic wrench may cause seizure of the nut. A JCM 901 Master Wrench or Deep Socket and Ratchet is recommended. 1 i • JCM INDUSTRIES, INC. r— (8) BOLTS FOR THE 14"95, 16"95 AND 18"0 I DOUBLE BAND CLAMPS (4) BOLTS FOR --E 8"0, 10"o AND 12"0 BAND CLAMPS • — (2) BOLTS FOR THE 3"0, 4"0 AND 6"0 1 BAND CLAMPS 1 XI I Q -s.. � ! rFLO 1 .4F��i t1 '� ":- a tlll[��W4G4 i 'j C� N -. CIO .:1,11. 7 •-•""--L-1•"••••‘-7/v / °:-..; • `---- CO co N Q \ .s.- WI" '' ur Zv ! ; urtuttr—rrrr1 I t 1 STAINLESS STEEL BA\D .' EPDM GASKET I I :{ CLAVP COJD 1 \ r, . : 1 PART NUMBER SIZE 0 TUBE SIZE PIPE SIZE 3" 139-0300-7 139-0350-7 4" 139-0400-7 139-0450-7 6" 139-0600-7 139-0663-7 8" 139-0800-12 139-0863-12 _ 10" 139-1000-12 139-1075-12 12" 139-1200-12 . 139-1275-12 - i Sanitaire © Industries t? ITT Industries ISIVI JCM INDUSTRIES, INC. NASH, TX. DRAWN EY CHECKED BY APVD. BY DWG. NO. REV. i CONTENTS MAY NOT BE DUPLICATED, REPRODUCED CAP SS-1 2 __ N OR COPIED WITHOUT PERMISSION OF DATE O. SHEET$ I WATER POLLUTION CONTROL CORP. O8- _95 1_QF_i SCALE PART NO. 1 ! I v Y +•�',- '` .> +,�. . t r ti� t` 4�u' .rst` rig 77 • • • y,K as fit.. A • • \ I . : s» / 1 ) • r. }\ § B ! /� ,j I ®g 4 | § "0 , o i § + SRA\� §}._/ ` #i1 H! b ` 2 |tlm i . 1 ! § / .,. "I-- ' @ B o cc a . §). | .! , Cr !2 = )g)2/ ( k\ 72 }))/ \ !2 \\§}j) !: ® o:m- | , --)m,; ¥ m|! 4 - r ;& !7f _¥ .& Pig , 9 \`�4 p(m@;! G , ne .lSi ■�%,=e ) § GG -|@ 3 ,°g ! 552225 \ ) |§; Zi4 M § �\)!!2e £ §siEngQ 0 ( / ; 7=(\ § • ».. , ; e % k `!40 § . .g dgw, k� §■■ E*/!e ae,-20 § 2 !; ®*@e`!§ % , !MEM §�)k72)2§ 0 9 »! ;"§°§�|� | w§§k(,6 ( § E ;e !! §{ ) \ \ f)\ 1 8 2i � )a §n§§§ \ k \§| \\) § }k,§J J �2 !3222 m © $ \ , ■||f \, @ K 'k; ) 2 2 k \, \a ;) e.,) § § ■«! _ ■ ! 2 ate!■ ■ o o N. . % z o_ �- • U i•-•.„ - 11 1- In a. -w '%N 1I -§g3 Nov U o�sul`g �3 �r35 q81t 9 .` 66 g E t4;2 qi o CC " 6F 661 4,S�d�aON .. u_ aF 'i ig 'N 3 'zz O < x I 1 1 z 3 3 1 tai 1 _ yy J ,0-.Zl L____ .�-,SZ 9 f z9 9-,C O L+,? T O u vu cc a — o_ eI E O , • - rlA m • / C ✓� 7 , _, __ n 1n C o. 'CC-- o (y 73 T • 71- 4- C V O g c. — IR ^ N z E z 1 N S co w o z o o z < - W - v P Re o mu uu q la V oa ��l� p p .� �it�tp ({ p Si - LL A LSI_ I4I 1 T— ^ `�1Y 1 UU" f WSis 3 't "7"144"'"I' 1. In u 1.3 SL.� u ,9-,01 ole .9,9Z C a N g_y N .,0-,Zi N CO z 0 F- a r. « C -<Ww 4 -o 1�1 1 '=N8 ii =, s ce o U'od5 ' §4 W�a! ' a 'L. . mg I t4 ` 3 T7f Z Ott 3 le g J X ---,- 9 7§ 381 Z O J . Q o -Sole-o-o►e-e-e-e e-e eeo e+o-o o-o-e-oao o aoeee.- Qc. -oe«Ρe-e-eio-o-o- e•e-e&e -ee o 0 oe o-eamo o+o.- -ae,o o e'o-e-o-e e aoao-ee e-o 0 o ago-ee-&®e-o+o. $, $) $ O 8 8 8 8 m 0 0 0 0 0 CD 0 i 0 s a y $ � � � 8 8 8 8 8 ° .:1; 8 e m (11 8888 8888 i880 0 8 8 0 ° 0 8 0 ° 0 8 8 O 0 ° 8 8 0 8 8 0 0 0 8888 8888 8 n88 � m o m � m � !m 8 8.18 �0 8 008 8 m��8 8 242 8 e Fl 8i 8N8 8 8 8 8 8 8 8 8 m o m = 0 8 0 0 0 0 0 ° ° p 8 `� 1 W illiomom m o m � � � �0 g O B Z 8888888za 22 Q ° 8° O O O 0 m m g O < - W -a 8 ii 2 �j O O O i ° 8 ° � 8 8 8 8 8 8 I0 8 0 8 8 ; 8 8 8 8 8 8 8 ° 0 8 8 8 8 8 ' off � -m o o — _LTA, IL o 0 4 0 o 6 -Eaao o o ae e e-o o• .e-oe-o 000} O 0 0 ° o 0 O ;° o 9 4 4 -Eaea-oeae e-e-o-o ;::o-o-e-eeee. o Q o 0 o Q o -.pp e-e-eefao 0 o-e e-e o 0 oo 9 999 a0 tr, i O z; irl N N M Z _O H r 7-b W :§ a q i g a g uo durc 4 <s ^61.1%9 �mOR 3 I. z Boa ^ °osarao spy 3 ia� J > vAs s V 2 ° 0 n Etij C,ir 0s C- Q-vW=o a a • Q LZ>do8! c g gq W �Z-- o 5` MLA ,Q-,S=,9-,Z Ods Z 1 O 6 ,«), (7 ! . O .Z-,6 ISD W ry nl O 0 Fe 8 oZ ' 0 o > � C o¢ Ni o O ,S-,S l97 Di 0 0 40 O ,_.11=10.12 •a a .t•re ;�� aaa — _ '� .o - 7 ffli9 0 0 N N CVc) CO . 1 yi , : _e ce \ J � ) ` B -- sg4 § ®#\7qe■3 4 cc iq�` \§\) \; LL 1, � \q §« �f 2! b © @ `~ 2 Ill ` / ©! / \..ƒ , . H! 0 > . t, «°°® ! 8 / \ »;2. -: Ce 0o § f 2§ $k \)k ;a 2q § ! ,� . // )§ §f ■! a c., - 112 08 \�® 2f! §;_2 22K\2■ n . !@ `, --l: p !! 2( »: 4.V2 e |\� ! .,: a,; \~ ®|E -2 $ f\\k\ \±§ §&§ §§) §\2 ` m § 0 § . 1 iiW..- , mq @2 -; — = m£ | CO § j 6698 ©m; !: \\g'g . § § 2 ) w iff /% -..,..2N {s__ &» !- - - ---� � I ,P / ; I k$ \/ z ) . LY0�ƒ kk - \) k�§ .a ® a ` | k A � 15 o / z 0 AP 4 I- a �� w z s � � -Q a i i 8=M8 ig� CC, , Oa 13 a a S RI. i � � ! r' �� ;er O .,, n a o ga w 0g g m : F s ?, Li ego '+. 8 W !9 h . 3 m � '3 W �Wogg 1 ➢i7 Z ee W2 a1. ;.,, ` 2 O- / g� T 3 lav }. s°� PT 8-u G '^�G § G WAr" QG g 4 2 Wo �I _g .. 4 it? ftg- 0 oarx WAHA _J I €D n I - of I - 41 •0 / ' 40 >n 0 0) 0 0 11 Q ® /1 0 0 ^' N 0 0 z1 z ? 3 0 o w w m 3 > ~ 0m g g g 1 0_ O QW - W - R ,9-,61 18 N I w th .Lk .Y-.6;ti oLr8 • O r. n l-,IL ISS 17 I 1 •9-,I •0-,S= ,9-,L 0 d5 L ,9-,I O O N N M • z O U c y Ynon H c d' V th -.� 27 0 d a�g . - N w 4 J aR av2 noN a ina� PLL] E 3 0 y g �u,j� Wo J Iii R R i'4 u oa ', 4 NdCY`i!!, O~ ® u Q y N 1il VA 3 'aux ! s!7 z 1 3 Y y!! cs __i •1��I_ £ 7Y Q 3 Z O a V8z` g =g Wkgk CC g € 0 Sugg...1 O i �A; ;`,1 .943 .r4 PWPio 8_ 8,8, 0 k ig 041 • 8 ,0 .9 ZSJ HC0N co g 0 _� g 3 z DoT. oeU R 0 �I e'e ii .[ WW ¢ F. -.S zs0 p¢ ^ m 0 is N h ge § 2 keg ...,..,IN \ t,- N 'P�l!'',�� ---�'a 0 i .0 N ® A .9 ZS9 = g Z 3 • Z u g z F= O o U � o s W �o p, o (n O N I ---c.,/ I g e'p�g g d 5! 1 k V.1 0 0 N N c) M Z 0 N b c N n '" Y ami co z14 1 o . LI� _g. vz 4 3. _ zg3`_ 1 [1= 3t7 ug�ow . 4.- °n�eaS� �° � � �Y� „ c 3 ;: ce o,zl ill 793 La- O ,0-,6=,0-,f 0 d5£ ,9-,I 7 �e y y Z ' tc' 1.^". ' 19 1 A I z I 1 I L 0ui _ Wx o I 1 I I --Wyk !L �3a3§� ‹ m q I .0-.96 ISO E -46 v 4 .a 0o .$, o �� Wci. Wim = t h S ,0-,It LSD 4~S 't 8 0 g C 0 V ® § 8 8 ,9-,SC 15.0 0 00 0 Q 0 0 (ll ,4 0 00 00 00 i ffi s e x a § 8 ;e th iia Sm ,9-,9Z ISO ~zz ao� Seo G^ 7°r 04 . 8 0 q 0 ® © O LL p o + 0 0 O O 0 0 00 8 8 .9-,IZ ISO l® g O .0-,OL N 8 8 Vo 0 O <_ gv t At "erVe; 43 8 n -YO -z4-842.- B�-4 o S , 0 i0 0 m m O p 8 r\ N N 8 \V�J U U ,0-,L ISO 03 ,b 0 0 0 3 U rv� _ S Wog oi- LH �? w z B } - � 4 , zq __.0 m u ca k 0 6&Y� 0 Ooti NN. £,C N CV M Z 0 I-- a • Yeo« rill ti 3 l o gfx a s 1 "a4 'i 1pjh r w N z a �y „s qq a „' '<Wi' S "U" v.Q d' 88 �' E • 4 U�uco 11 Vit.,- al370 1111 LL .q a---. so 1= ��a 6`g �� �� ..: F- g c6A.0 1gAA XR. G� 03 y `� w .ii: ? � iso �C o ,� 3 !e iv. !31111 a� u3G �5�� �6� W a �o� CC a. II. `=u � Rhaig ki ii U V ti W 3II Z K MrS C diz 0aN o O - o_ 5w v in ra 03 h . o ii 0 e p o v CO WY*c~�i dig R d o 8 rS c • 0 of` s YS W d N 4 SS :8 U CIP 0,7; g:; %,§§ --(1.1" o Vim . g T pWz"F re O o tC� N g,!.0 N c M Z O I- I i : I 11 oU z F- a • wa Ia to Li 0 a 23, V I `6c0,5858 a 1U F— N U 4- li ] 3 §0°-Q)-11 H .0-21ce ao a W 3 !IV O .0-F .0-.8=.0-2065 .0-,1 5 3 I� 1!tl AY' 0r ss €8€ -J I I 1_ I- v __ ,gg4 . 4 g.s3$ s el- ce 4 I J3-..91,m0 59 � b - ` eW 72 3t NTief • 0 0 0 8 5a 38 Woftg'a 8 8 8 6 ,0-,I1,ISO s- J 0 O re V 0 0 O 0 8 0 9-,St t50 p O O O :q g p 0g. O00 a e 0 I O 8 O a - IA 4� a« 8 .9-.OZ LSO 6 p g6 6 p %'' O O O 8 8 § § „ „, ._4„. .9. /I 1 A 8 •9-,15 ISS A ,f-,OZ re 6 52 S © 0 �� _ 0 0 apa•R%5 q 8 i ° i „"m 5 hOM1.1 4 0 I 19 0 0 0 0 0 0 0 0 0 0 0 8 80IS U U 8 8 2 2 O O W ,O 6 0 O w ' NiW m 0 0 O 0 Zo = % > 1 F-- 0 0�} O} 0 o �-=72 °i1o. .6 fJ �z ! z -a �I _0 O O elJUa eq u qfC a > O N N. N N 01 • Z O F- I - . . U 9� n I I- a Y ~- Z = o O 'E,ta'• li W 3d� U v z 071:3lN maF . ou"�r,, o �� s 1-- _ g F' ; 1 n4 m iii o :I W 3 III Z 3 3 iy l i 1 1 r !e IBf J Z O 4 -1 514. o Gam.. 6 ; 3 2 0-5328 n. U- ¢w 0.-e-' .4 W ATI -0, g ' ,-g,_ moi W off' 08. - .-5 $ ,, !,g1g .8% 2 ." �� as o`r C^ g t C gW RLQ N ^ C' 1 1 n M qa 9 n• c-, U ^ 1 _ 2 w w .0'.l O 3 O -_______ ___1.1___ _ I :o q /" ina 3 0 � rJ Z s I e a Wa" l gl PPA O O N N (V N CO 0 E I : / ) � \ i L1 . �� �4 , / ( \ \k � )E� %/! \ 5 a) ! \ § §| ) e '06 's / ! ); ! # ; |e !2 \ g.£ � /1 / © S `), %\ $�, � _ '� !�}/+!§! 2 `s! Na'\ )\ 9 a)� \/§ n ; |E§ 2)( "g..„, % ,2§! |!)! ""' ® |;! _ 8 ; �}! ;¥, 0.,1 !¥§ !§ |§»(h - / �� �\ 4_� 7a TT 213 77)x\ o cc »6w§2 *;!®�§ \ #g' 7'' 76§6 2§CC \| »,2m / / i£ fn Clain /gI ji# Ekj § |/ k� '. 1 |§ J )k - k - _J I c. I L k . \ - /r (a 00 o • 0 ` 0I � 0 0 0 0 .4 0 00 « r . . \ k 1 i )� 0 o 0 Qo — - � .t L-.8 _ _ / .Z-,6. ate, \ �I y Z . 0 F- 3-ham H y . Al N ,. P., Z 5 it € Why, 0 -„, N $N Z , o ..w 3ia —z Na a I Ts i � ���; aWy; _r=3 � 1qg) g''',131_7_ ars Q < !, Ri g UVoau ,e owN,cveil1S Z gi'Z X0.4 N 11 3 i! ids Z W� Oho s`c` '=go Cc g h o ° IY.-g qLI- Niq ,I-.L ZS9 , S W.-- NY j gg S g. Z a N ,9-,f LSD C'2 Z U B C 2- A G & W N ,0 ,9 ISO 'N'd d 2 P. 'Si J .9 4- l'-':4-g]112! 1.',1N M'' '-' aill :Ef5 '0. ,L:: go 7 it.. z 3 .c zs9 � � Z 1 ,0 Sze z o c.e. g 0 w -o og / LZJW - "1 W O1,4 a PN fig II Z 0 F s S o s Q 611 9 k'',Qo gg o LL „y �$ o 1 = za ai« ��$ 0r 81, m �ad g yW {5a Qi'ejY s_, t, ` Srd'� o _o �C o grd'- N� vxgEL6 a w `� `pa'NAi I— ss 8WW �W5 c �o� 5 s��3 ;� 3 in I V .. - ti_ _�- _ s I: rya J 0 Q 0 ++ f 1 111 z 0 c��3 o a a. d a d "' ix o od "S Q LI- G9 2 47,1gwv 6 N 0 LI.^^^ ( ) �� I ,B-,9 IS) s ( I 0 O I I , n% 0 0 0 Q- 1 .S N CD CI !ll1— f I 41 11 4I H1 - Ei IL- ® sN ^ = 3 o w CD z ® ") w z ® a L'w-w- ® • N II 8-,9 ISO 0 e 91 y�Tlj 1�1 ® 0 0 .9-.d l:03 7 I ,9-.I ,0-.S>,9-,i 0 d5 Z . .i-.1 0 0 N N N CO CO • \I . z LA` } q , .! \ } 40. � :5 I .- 3 II, 2 . i3§4 | ,L60 ) ;a; /! \ le„ §! E | ;«! E q / 7§ !! . ,2 j |�®�9}§ 77, § �)\ /\\. , ! § � \| ■ -� . a \ -, `A!f , »! / . �� ` ' H! \ it )}k\\ :14 NI |\k #(!!� > - , ° #■ -■ 2 ® ® ® !l3�S #;■5/« }`| j . j1) §! 2 `)§ »> !74/ @ | °e6 MAgg§ . � . . L. \ )/ °� / :s /} f - $ ® }/\ \\/\ \ G ( j \s 3 ■ zeo k\ %+ / � ±2 ) / / > ¥ --------- .—e- !» /k � K - I ^ \i )\ H .P. f ». 0 0 \ . . 2 O e ieon 5 F n Y ^,u N I ! z 'I W m $',n Z 1 "¢r ^oW y1A 1 O i c9,Q8 4i i.> i— „ e U v •"� ie�F ]� � z r.3�C o i x 5%gad g82�°3. ler L.,_ ¢ �; a �� aSg °1 til m a� W YN 1 h z Z +� 3 111 Z -, 0 1 R * Ii1 1 t AYM$VM ¢ iii >- :1 ¢ I I Q y f 2 O -J CC 8Ci 88 Ci 0 0 0 0 0 0 0 8 0 0 0 0 0 0 0 0 0 0 O g 0 0 0 o O o 0 8 $ 888888 888888 $ 88 ItlitItti IIIiI ! I 0 m o gg $ 0 '0 0 0. o 0 0 0 0 0 888881888 18 $ $ 8888 $ O 0 m 0 0 8 8 8 O; 0 0 0 0 0 8 0 m8g88888• P § § 8 ° 8 ° 888 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 8 8 W m o o $ o m og 8 0 8 $ 8 8 8 0 8 0 0 8 0 3,__1,1_ Q ,�.�� �� �r_� �1-.,�, ,���� a_,� � ,�, g o $ a 8 m ifijuffi 88 00 m m0 000 00 iW iI4 0 8i14II 00800 0 00000 00 ,� i ' l $ 1 § -ii 8888888 .30 0 OO m °O• $ O0 00 0 0 8 0 $ 0 0 $ M 0 8 0 8 O m 0 0 0 0 z a W nHifl 000 0 O 0 Hiifl Oa 41 . . $ o 0 .1c 114434111IIII $ 888 88888888 888880888 $ 0 0o m 0 o m o m n ( 88 8 0 n ii iii8 0000000 0 000 $ 000 $ 0 8888 88 ; 088888 8 $ 0 $ 0 0 0 8 0 0 0 8 0 8 0 0 8 0 0 0 0 0 $ 0 0 0 8888 88 888888 8 I 0 0 0 0 0 8 00 ;0 0 0 0 0 0 20 8 0p 0 0 8 441 0 0 0 c 0� Cll$ 0 0 0:+ '0 ::0 0 0 0 O 0 8 0 0 0 0 m 0 0 0 0 ii O o a 0 0 0 O O o 0 0 .1' � I II es 0 s. 89 0 N .9-,I r N. .9-,Si N N z O c 9-$H s � , N 5� W A $H 0 s 4 �� �! n^ Elk OLi. ; . Q n i 5J, 2i1 N ao_ u�maw ° 4�a °ne1d9 I- of ffi m m W9 $m u-5 a �� ,� i.i y mw c. .33 Idl !Ut cN �' b� NjS t8> sav, "T � a" o \€1rn r O = + s!a i z. b 0.61,E .N.. Mint .9-g .0- 6..6-,t 0 d6 9 I 8 QI AA 8 V L- S I 0QSo I 0 8 i o , i I 8 8 .e-,61 i56 M La v :Z2 ! pd.9,9z N w ` O aaa 1 0 3 n Q . " § 8 O A I u .r iso I A O O O O A O O O O 11 Q 1 O O O •., .t. I O O I O 8 I I s-,L ss O Q i Q �;� O Q O Q O O O O I (3, :� � 1---- OI O O O 41I 14 — � _ __ 6e-11 ai — o ET o N .r N M z 0 , l— smtg U � r 0)� W; m oN zo LL"TSii �� vaa 9 U L6P58 1l "4.� Nsi a K .amu'-� gcw 3' 7g o • c'VcS 1 cum °ti=l14 a� Es F H R" u 3 iii o o N 954 a I J I hEfll Z o E n a o a• § • op,Wyp ¢ kms:i cs ' _ gLL rc =o - •G �! o,- ! N—a 0 s 4¢ ii,0g g„,,,,, 2. P.S 81 48E ' -LL' • J83k. 38�v 2 g Si MEM,oso. 2¢ " u OLI IT i _ e ▪ r ^ n T .6-s 46 1 3 8 o szl0vN Eth a t 8oR dog W =Wa , 0. • ,r_== ..„ . .,., , ., 3 1 $c• gj ti d 3 a ash .i 753- C, a o o L6- 'i. '.',1,Y M �r cV —Aram r--z 6 z 3 a fr._. .. am g . , O . 1 •mili......1........... .6 r'j 2 B Z U = a W c7 2¢ ,- In 1111 :!: hi! m " n 4. s o r.� CNI DoE N N Q) • 1 2 C) -1 o1." ct <2_ o ` ' ',tet ` .1 t aI— qco l'i F� s � 1B `� Ctl B LLO N � NN`�, < �h�� :EEO `. Z «+, is p '� > '�, ili h ^c in 7a1 2 g hi 3 j� B 11 _ f ... ,, ( a s — „I_ B „ 1 a t p — CZ 13- a.a �� 4 p a� iI or K p ,....14111.1k a p � � f 9 v I ,,„ y2 ! Q W J `n ''i m EE n • ;S6a ^,3w 2 4 a Rt4 - �� s i 3 m Q C. CD MI II 11 4:-A- ass Kia W ffi L II1 x` L'- 4 1 ,.- z. r i1 ',-...- ?sZ'-t.1 ''''' T -- al c e.___0= .,,, 10 4 - NS.6pr, 4 ;'* � ' � a i 1,1111..s.., p Cl N h LiYiga g 'ill 1 g 3, 7,-....7 m N 3 gi m 5Y' 2.2 ° o !,4,,, dd g8,� a. ^ ,. d? - n8 ggg 63' of � w 55 as O t.V 1 2g 22 N co co ...........- z \ mp ce ) k , )! [ ) Eilk, \77 | &; a # L. „— r!!y; ! i§w ,_1,',1$• ! u_ k kk k ) .nom ' ®` , i,-,1.1!! 1,0 \ k §\ ■ ` ._ } �� i s m! �.)/ . ” n, ! §222! . —F- • , h| a )9`<! ® I \ � ®�®) \\2�x ,/ § 2 L' ' • ,flb cj ��� __...... .-E i Q «2§ \f \ / § 2 §§)! —/ \_g)W (\l71------- \ «041. ^ ` |Q k{ k 1 § { - §) ‘1,6 MINIM . ®� -j ` �� \K "IL� ]� _ .� §.-/� j i a is- /a 0.9 4' xe». F. § 77£ tk\ Iw * ■/2 \ §®\ ! / 045, 2 o[ �� ' 6 ! 12- 07 - �| )±& $ \ k /$ Q§ !$• !| 2 \ ',k k )§ ) r » P\ ^** 2{ ! _.7,,- \ % \ 1 § | . �� . � � , �� � �� / z 0 i E,S� z 1 ry H n r ^N s ,3 z NIL., F_- dg c. i 0 8 r % #.1 z f 1: eda 1 >- .- 9 ty I IU J Z O J Q O CC g C CC a 8 '� o a L` g ,1;1 h -a a A A9 fir `tik z3 "sW -,46. 1 Vti \-----\ \. 11!1 WI,0-,S ,/1 s i u a4� _ ) % :: Nf➢YINIR•0-,C m 1 r >- gg 1 N= CO I �a TR z N H g g I ga # a -- F SCSI i - . ..,.-g. i A (1)II" ! ! ! _ 1 .-,i-1 N• „ „ ,� plc 3m GH -, •' 2 8 V ; 0.1 ir- a• J ! now ' a 114k s \\ vii,, N lb! It 511 ...e..! tI!,AV I I I MI I I a p .. Is 1 JI! IDI.0 _ U!tI minim,0-,C • 16 iq 0 4 N N z i z d" g o L °ceNYd fi �o . c ¢ g F 3�° O Zoaa� l.� e¢ "v.R!AA .: z 5 3 �. Add , z°c 1!i J Z O f 5 g o g 2 § Jew ^n I a ' ; Q ��-1.1 jL W u_ " r n$ ac W ` .1 .% 1 d o g g g a1 �m E if it'=,_)27 rx_____________ �A‘I I 1/411 a I I I a p NI ,....t a M ao z b1111111/11=&1111/ v�?�b 'NIM,0-,f •- Sad 2 g g g ung g P -I 2 = 08/11/2310 11:330 2627469026 DENNIS MCLAUGH.LIiN PAGE 02/05 AL I EM- I t 51 MAlkirf t 15lLL Ur Lt4UM-1 - rivis 1 runfvf ... • Original-Not NegotiableNo. .��`� r�-- �-GL • G d �.jilt INa naofCerrar) • CoOnslgf t /� 7'4-CRj 7't/f {�C W FROM: ITT T 1$�NfTAi R� �7dr1v •�'Shipper . - 36J �� scree Q/ � �� stmt Brown Deer,WI 53223 41� R4fR� E�estinatro 7"ZiD Code -. f90ri {,n Zp Code _ Vehicle siE ciassrcxkEpru NO, : Rouse: Number • stitpiop•i• + Kind of Pgcxagirig,:bescrfptlori 9f'brttolest, (Weight . -1 cHAAGES •iJnpa g HM . • • Subfect!o, Reit: SpeEial iNarKs:and>=xLeptidris Gatreotfca) :••, . • (for',Carrier'03e Doty) P IP Z -", • • 7-17. 9 ? --0-7 . ._. • 1'T Sanitaire 2 Crporate pn've _-._ 3It?'Cri st FL'32I3X-479x:. X GORP,_ -.=_ ....„.. -,-.-.-.- ..._ " 9275 Hickory St. tv ee, virb 572 - .REMIT - C.O.D.fEEtC.O.D.,TOt irk. REPAID kisj 0 • ' COLLECT,ADDflE5S mona res 1**1 or0noar. 31Os PPr6rO MU?SO}rry 9 to!MS0,/ t, NOSE Mr M rte 1J.¢"ei4 r.tT,,ra✓tnpM0 1l-,now]r,mm,r.3 sinoi wfq n.9'?1.F W v7IKT} ;Mlt,.,�y,.voS llaltC»sJ]dtaQrra z'vt u,to r+f}oCSa k. CahTn..a'rh T.taq:o97re}uktt!.tAo,M coo,/ 15"A:Mirk...r�.t room-,m tM wr�gv.St OY}SC4 TOTAL 'mato!,a 1 fipera w•.y,r. *m w,a:d.b.a R w o.a�..r e,s.,r,., w,.t rm i'A vr_.tiw en�:ux tp-Olott WzyexKrrxrbtisrotcoxfM mote.rr}+.,tn}t,+.raewworaa.r�.�r.e_,. CHARGE55 ttbtpm'sInP610411410C4 tarp;rot a can o!to !sat5 mow., a-a,�eTvrrra axmx FA0ICNT CHARGES -. opotottd by nw Intact,to C0rro^oi ttO mis:1ort Apprnprtate eor. a- on O lIea0llym ghtprepafd pcdlont RcCEIVEO,subject to the cloSsMea&lons and la yiutly feed lad(a in elect m the dsbs of the true or receipt by the Qvtiar of the propett da in the 0dgnat P,tlt of Lading,the plcerty dasoitbed abate In apppqarent good order,except as noted(contents and condition of contents of psckigN0 un nano),Inaertad,COMM ed,end deadCred as Indkstt-d aMve,when e Cantor Oh word court.,bat/1g wfearetcad throushe.A INE contra ct so maonrg Any potaon or corporsCion m p0-coo Cion of the propp.a under the oonlroot) ng tool to coati to ao usu0El Puce of cialivary at said desOnatbn 0 on its route, otherya1Se to de0Vel to anomer canter on Ind Awl.to seal de5trtoron ft a rnuela agreed 93 to oath canter of all or prry or, nets f rowty go 0/1_ r tiny portion 01:Vitt mute to C;aytPon Oct nS to o'Xh pony of any tvna initrentpd nt all of any of Ssfd ptooert/,1 at every. odoo to bo p4Aorm WOW than sviNecf to aIN 1 IynS end condaors of tltG V on'n DORteOtO$tram 0t 01 Lasing:.4t kit(1)in linderrn Fr• t C:asericatbns to err- 9� Of a raii•tr2tar a pment or(2)In theaap�tt�car�b'e tanto sr clasarficSbon or tetff Ins is a acqt�or tamer ah nt la"date?woof, f tris IS d rel 'hgrcr horny,Y,rtgnoHy/ha to terizar kWh,ot tt,A tom•.Alec mnrfainna nt lha aaId NO of Wenn wr forth N the NAetirr-Ilan or tsfrff which ah'arnant,and the sal)terms end.,ta..s are hereby agreed to by the shipper and accepted for Nrapetf a rno g�crw the tune dation or h a 'TM Is to wary that 1 anted materfais are property!des-stk.-dr, da Pd, packaged. marked Brno. ,n3 ah; itt pro.}dr conofon for trsnspoRelkn. aocorcing to the appibabie to utaPoVYa of_Alai.- nt of Transponev..• SHIPPER 4411Pr � - f �� PERArdlprfil.7�' •. •r .. ,,,,, •4f•gui DATA ill 0 Penns post Olin addro g- f shipper + MARK WITH"X'TO D5SIONA E HAZA,.-•'US MA MAL A D6FTNED IN 49 OF FEDERAL REGULATIONS. For further details on SHIPPING HAZARDOUS "° MATERIALS ace Fe-doral Ragulatiions 49 CFR, • • ' Part 172- �.MAM ko,song Made S,u.oA. 02/11/2010 11:00 2527469026 DENNIS MCLAUGrLIN PAGE 03/05 uN(PLEX CORPORATION Product Shipment Inventory CHECKED BY: ' JOB NAME: /COAT. i-1 ._Z7tv DATE: 'o -'/ -' Pi JOB ritimeR: 92-7-712. TRUCK#: . -� —AIR D!STRE UTORSMANIFOLDS BOX CRATESIP-Iftl ---/3"-C-L->-Y? ` --1-1,rc3r5'-f>,t__'2'/ • --goi‘P ti9P;-`1"7" --.-?.1 er,•/---. -4 7,.;-'2, ._.., ci;s1r9/1404C --/ � :::•,..,/ r•t ip�� ---ipoi.Ir • 61-4.:1:174 1 r''''''',ASV—'41-'1-41k"f5'".z 4/7Q ' ' ' .d 1 .1717 f '... ._3 ' r- 5--/ J'EIMI fEd r4- f,,s,s, I RINGSISUSPLATES 1 SMALL PKGIMISC. -fes • 47:'/7 f .07VDRA[NLINES DIFFUSE' • R LOT# LOOSE PIPE p d 7: ,- / pl... .' ly z--ems Ac7/ r0/ .- 7 ,..-h- , 6,r1 -�' �� f Spm �� �-� -� (' 'ri/ , HARDWARE STAINLESS-STEEL tifrpo 3 ;:,-, -6 7 pitio."2?,-Yz--. t9 CP-4,-1-",_,I i .ft3 ...- .I Sri ----1 pry( 5', - .- 9-.-- PRINT DATE:08-17-10 -s--ii-Q" n i i PACKING LIST Sanitaire T i 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)365-2200 ORDER: 0009729201-1 SHIP DATE: 08-17-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:t CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confined 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite 1 DELIVERY METHOD: . BEST WAY PAYMENT TERMS: MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000020-000000 CUSTOMER SERVICE REP.: UNIPLEX INVENTORY LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS 001 7292-DPO1 DROPLEG,4"SCH TO SEW 8.00 8.00 EACH • 002 7292-MP01 MANIFOLD,4"SEWER 2.00 2.00 EACH 003 7292-MPO2 MANIFOLD,4"SEWER 2.00 2.00 EACH 004 7292-MP03 MANIFOLD,6' SCH 2.00 2.00 EACH . ; 005 7292-MPO4 MANIFOLD,6"SCE 2.00 2.00 EACH 006 7292-iy1P05 MANIFOLD,6"SCH 1.00 1.00 EACH 1 007 7292-MP06 MANIFOLD,6"SCH 1.00 1.00 EACH 008 7292-MP07 MANIFOLD,4"SEWER 1.00 1.00 EACH it 009 7292-MP08 MANIFOLD,4"SEWER 1.00 1.00 EACH 010 7292-MP09 MANIFOLD,4"SEWER 2.00 2.00 EACH 011 7292=MP 10 MANIFOLD,6"SCH 3.00 3.00 EACH { 012 7292-MP11 MANIFOLD,6"SCH 3.00 3.00 EACH 013 12-51 AIR DIST 12"SP 19 PODS4.215"PVC 0,125 WALL 48.00 48.00 EACH 014 13-51 AIR DIST 13"SP 18 PODS4.215"PVC 0.125 WALL 54.00 54.00 EACH Page 1 of 3 y}I , t ''',\;," PRINTDATE:08-17-10 .y- . K— PACKING LIST sanitaire 2 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)365-2200 ORDER:0009729201-1 SHIP DATE: 08-17-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:( CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELLENVIRONb1ENTAL City of Port Arthur CUSTOMER ACCOUNT: ATIN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite DELIVERY METHOD: BEST WAY PAYMENT TERMS:. MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000020-000000 CUSTOMER SERVICE REP.: UNIPLEX INVENTORY LINE QTY QTY NO. .CRATE#. PART CODE DESCRIPTION ORDERED SHIPPED UNITS 015 14-51 AIR DIST 14"SP 16 PODS4.215"PVC 0.125 WALL 6.00 6.00 EACH 016 7292-APO1 DISTRIBUTOR,4"SEWER 6.00 6.00 EACH 0 17 7292-AP02 DISTRIBUTOR,4"SEWER 6.00 6.00 EACH 018 7292-AP03 DISTRIBUTOR,4"SEWER 24.00 24.00 EACH 019 7292 AP04 DISTRIBUTOR,4"SEWER 12.00 12.00 $ACH 020 7292-AP05 DISTRIBUTOR,4"SEWER 6.00 6.00 EACH 02I 7292-AP06 DISTRIBUTOR,4"SEWER 6.00 6.00 EACH 022 7292-AP07 DISTRIBUTOR,4"SEWER 54.00 54.00 EACH 024 2261-LP9 IvIEIMIBRANE,9"LP TYPEDIFFUSER 2,952.00 2,952.00 EACH - 025 4SEW-EL9 ELBOW,90°,4"SEWER 2.00 2.00 EACH 026 4215-125 PIPE,PVC,SEWER,4.215"O.D.,.125 WALL 20.00 20.00 FOOT 027 6840-PIP PIPE,6"SCH 40 40.00 40.00 FOOT • 028 6340-EL9 ELBOW,900,6"SCH 40SPEARS P/N 406-060. 10.00 10.00 EACH 0L9 3488-PIP PIPE,3/4",SCH 30 500.00 500.00 FOOT • Page 2 of 3 } . V PRINT DATE:08-17-10 PACKING LIST Sanitaire 9333 North 49th Street Brown Deer,Wisconsin 53223 (914)365-2200 ORDER: 0009729201-1 SHIP DATE: 08-17-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:t CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to 3obsite DELIVERY METHOD: BEST WAY _ PAYMENT TERMS: MARKS: REMARKS:P:097292,5:000000 A:200010, 1'30 L:000020-000000 CUSTOMER SERVICE REP.: UNIPLEX INVENTORY LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS • ' f Page 3 of 3 PRINT DATE:08-17-10 ' " :'`, " ?AC ��` LLIST Sanitaire p R 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)365-2200 ORDER: 0009729203-4 SHIP DATE: 08-17-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:i CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX' DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite • DELIVERY METHOD: . BEST WAY PAYMENT TERMS: MARKS: REMARKS:P:097292,5:000000 A:200010, N30 L:000022-000000 CUSTOMER SERVICE REP.: SPARE PARTS LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS 001 2261-LP9 MEMBRANE,9"LP TYPEDIFFUSER 148.00 148.00 EACH 003 2300-1P9-PE HOLDER,DIFFUSER,9",I?OR 4.215"OD,PVC 60.00 60.00 EACH 011 12-51 AIR DIST 12"SP 19 PODS4.215"PVC 0.125 WALL 5.00 5.00 EACH 012 13-51 AIR DIST 13"SP 18 PODS4.215"PVC 0.125 WALL 5.00 5.00 EACH 013 14-5L AIRDIST 14"SP 16PODS4.215"PVC..0.125 WALL 1.00 1.00 EACH . 014 7292-APOI DISTRIBUTOR,4"SEWER 1.00 1.00 EACH 015 7292-AP02 DISTRIBUTOR,4"SEWER 1.00 1.00 EACH 016 7292-AP03 DISTRIBUTOR,4"SEWER 2.00 2.00 EACH 017 i .7292-AP04 DISTRIBUTOR,4"SEWER 1.00 1.00 EACH 018 7292-AP05 DISTRIBUTOR,4"SEWER 1.00 1.00 EACH 019 7292-APO6 DISTRIBUTOR,4"SEWER 1.00 1.00 EACH . 020 7292-AP07 DISTRIBUTOR,4"SEWER 5.00 5.00 BACH 021 • 4SEW-CPL COUPLING,4"SEWER 17.00 17.00 EACH 022 2250-ASSY SPLINE JOINT ASSY 4"SEWSOC,SP1G&RET,0-RING 17.00 17.00 EACH • Page 1 o`2 . • PRINT DATE:0S-17-I0 PACKING G LIST Sanitaire x 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)365-2200 ORDER: 0009729203-4 SHIP DATE: 08-17-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:f CUSTOMER: DELIVERY ADDRESS: CUSTOMER REFERENCE: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite DELIVERY METHOD: . BEST WAY PAYMENT TERMS: MARKS: REMARKS:P:097292,S:000000 A:200010, N30 - L:000022-000000 CUSTOMER SERVICE REP.: SPARE PARTS LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS 000001 2250-1SJ•PE SPLINE JOINT,SPIGOT/RING4"SEXY. 17.00 17.00 Each 000002 2250-3SJ-PE SPLINE JOINT,SOCKET,4"SEW 17.00 17.00 Hach 000003 - _ • 2351-104-5? 0-RING GREY 4",FLY JOINT 17.00 17.00 Each • • } Page 2 of 2 ,..,..e1--f-0;-It---11 r _ PRINT DATE:08-17-10 '74i it PACKING LIST Sanitaire 9333 North 49th Street Brown Deer,Wisconsin) 53223 (414)365-2200 ORDER: 0009729204-4 SHIP DATE: 08-17-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:t CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 HUFSMLTH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite DELIVERY METHOD: . BEST WAY PAYMENT TERMS: MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000023-000000 CUSTOMER SERVICE REP.: • CONSTRUCTION SPARES LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS . 001 12-51 AIR DIST 12"SP,l9 PODS4.215"PVC 0.125 WALL 2.00 2.00 EACH 002 13-51 AIRDIST 13"SP 18 PODS4.215"PVC 0.125 WALL 1.00 1.00 EACH 003 14-51 AIR DIST 14"SF 16 PODS4.215"PVC 0.125 WALL 1.00 1.00 EACH 004 4SEW-CPL COUPLING,4"SEWER 16.00 16.00 EACH C05 2250-ASSY SPLINE JOINT ASSY 4"SEWSOC,SPIG&RET,0-RING 4.00 4.0C LACH } 000001 2250-ISJ-PE SPLINE JOINT,SPIGOTJRING4"SER' 4.00 4.00 Each 000002 2250-3$1-PE SPLINE JOINT,SOCKET,4"SE\V 4.00 4.00 Each 000003 2351-1G4-SY 0-RINGGREY 4",FLKJOINT 4.00 4.00 Each 006 4SEW-ADP ADAPTER,4"SCH 40 XSEWER .2.00 2.00 EACH 007 4TEE-421 TEE,4"SPLINE JT,4.215"SEW 2.00 2,00 EACH . 010 2261-LP9 MEMBRANE,9"LP TYPEDIFFUSER 30.00 30.00 EACH . Page l of 1 'PICKING LIST ( HA_RTWELL ENVIRCkNTAL PICKING LIST ORDER: 0009729202-1 07-12-10 DELIVERY ADDRESS: Our Reference: SANITAIRE INVENTORYShip Date:08-09-10 Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Freight Prepaid to Jobsite S:000000 A.200010, To Be Confirmed L:000021-000000 Port Arthur, TX Delivery Method: BEST WAY Customer Reference: Terms of Payment: N30 Project: 097292 Line Item Code WH Reserved Line QTY QTY Bin No. Req.Del.Date Description No. On Hand Value Ordered Picked 001 7292-DSO1 01 41,260.00- 0.00 8.00 3,250.00 FLI'EQ — /12FG% • 002 7292-0S02 01 41,260.00- 0.00 6.00 3,250.00 003 7292-3S03 01 41,260.00- 0.00 6_00 3,250.00 V ', 004 JCNI 450 CLAMP COUPLING,4",7"LP/N 01 81.00 0.00 3.00 1 139-0450-7,304 SS 29.00 005 , 7CM 663 1 CLAMP COUPLING,6",7"LP/N 01 32.00 0,00 12.00 139.4663-7,304 SS 7.00 ), 006 WRENCH-9 WRENCH,DIFFUSER,FOR 9" 01 28.00- 0.00 2.00 43.00 007 HVS350-8 LUBRICANT,SILICONE,HUSKY 350,8;f PAIL 01 6.00 0.00 1.00 ( 94.00 008 HVS350-4 LUBRICANT.SILICONE,HUSKY 350,44 PAIL 01 1.00 0.00 1.00 • 44.00 0 • PICKED BY: DA I'b: Page I cf 4 - • • 1 : . 1 • IPICKIY G LIST ( . HARTWELL ENVIRONl(.LENTAL PICKING LIST ORDER: 0009729202-1 07-12-10 •DELIVERY ADDRESS: Our Reference: SANITAIRE INVENTORY Ship Date: 08-09-10 Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Freight Prepaid to Jobsite S:000000 A:200010, To Be Confirmed L:000021-000000 Port Arthur,TX Delivery Method: BEST WAY Customer Reference: Terms ofPayment: N30 Project: 097292 Line Item Code WH Reserved Line QTY QTY Bin No. Req.Del.Date Description No. On Hand Value Ordered Picked �� 009 2351-164 . 0-RING GREY 4",FIX JOINT 01 4,206.00 0.00 222.00 2a 4 13,901.00 I/ 010 . 2346-2SP GUIDE SUPPORT,5/16"0,304,4"SEW,10" 01 3,532.00 0.00 510.00 �i 0 3-/ /61^ �)Ff 1 E 7 TALL 3,063.00 ` ,f r_.f l7 rP'lG3VY g-T" ,)V, � ,° 011 ). c2354-4SP GUIDE SUPPORT,1/2"0,304,4"SEW, 1'-4" 01 246.00- 0.00 22.00 J it,r-6^gzo TALL 68.00 . 012 RSP-12S4 ROD SUPPORT,5/8"0,304,12"HIGH 01 860.00- 0.00 92.00 7 37::if 71 472.00 • 72:/i.F .51.7a 013 C06625-4 CLAMP,6"PIPE,GUIDE,304SS 01 88.00- 0.00 92.00 � r fF6hr r 4 L',, 627.00 014 2273-1W4 PLATE WASHER,304 SS. 01 1,433.00- 0.00 184.00 1tg,^if • 1,853.00 • . 015 ANCHOR-3/3"X 3 01 1,433.00- 0,00 532.00 3/4"LG WEDGE R1.DH 73 1,853.00 016 ANCHOR- 1/2"X 4 0' 1,433.00- 0.00 184.00 /�. 1/41LGWEDGE REDH 1,853,00 • PICKED BY: DATE: J Page2of4 PICKING LIST ( HARTWELL ENVIRON ,i.ENTAL , PICKING LIST ORDER: 0009729202-1 07.12-10 DELIVERY ADDRESS: Our Reference: SANITAIRE INVENTORY Ship Date:08-09-10 Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Freight Prepaid to Jobsite S:000000 A:200010, To Be Confirmed L:000021-000000 Port Arthur,TX Delivery Method: BEST WAY • • Customer Reference: Terms of Payment: N30 Project: 097292 Line Item Code WH Reserved Line QTY QTY Bin No. Req.Del.Date Description No. On Hand Value Ordered Picked 017 58S4-NUT NUT,HEX,5/8"-11304 SS 01 3,398.00- 0.00 184.00 S^ 1,824.00 1...'�•..{. 018 53S4-WAS WASHER,5/8" 304 01 1,581.00. 0.00 92.00 1' 1,421.00 019 34EL-90S ELBOW,3/4"X 90°SOCKET,SCH 80 01 235.00- 0.00 20.00 0 300.00 • 020 34X3-TIE NIPPLE,3/4"X 3"LG,TIESCH 80 01 659.00- 0.00 40.00 V 416.00 021 34PV-VAL BALL VALVE,3/4"SPEARS#2411-007G, 01 231.00- 0.00 20.00 BUNA O'RNNG 188.00 022 • 34X3-TBE NIPPLE,3/4"X 3"LG,TBE,SCH 80 01 552.00- 0.00 40.00 I L/ 0 342.00 023 6416-ICP HOSE CLAiMP,1"03,STN STLP/N#6416 01 984.00- 0.00 60.00 I cl l�! 286.00 YJ f I � i 024 34EL-45S ELBOW,3/4"X 45°SOCKET,SCH 80 01 781.00- 0.00 30.00 3 383.00 • • • PICKED BY: DALE,: Page 3 of 4• 'PICKING LIS, ( HARTWELL ENVIRO4v.,ENTAL PICKING LIST ORDER: 0009729202-1 07-12-10 DELIVERY ADDRESS: Our Reference: SANITAIRE INVENTORY Ship Date:08-09-10 Order Remarks:P:09 7292, City of Port Arthur Terms of Delivery: Freight Prepaid to Jobsite .5:000000 A:200010, To Be Confirmed L:000021-000000 Port Arthur, TX Delivery Method: BEST WAY Customer Reference: , Terms of Payment: N30 Project 097292 Line Item Code WH Reserved Line QTY QTY Bin No. Req.Del.Date Description No. On Hand Value Ordered Picked e 025 1912-13C SUPPORT CLIP,I"Q TUBE 01 751.00- 0.00 80.00 g i) 233.00 026 1X114TUB TUBING,1"I.D.X 1.1/4"BLACK 01 4,135.00- 0.00 200.00 OLS 2,56I.00 027 34X2-TBE NIPPLE,3/4"Y 2"LG,TBE,SCH 80 01 251.00- 0.00 20.00 0 250.00 028 34EL•45T ELBOW,3/4"X 45°THR'D,SCH 80 - 01 251.00- 0.00 20.00 )_.0213.00 j 029 r1t�ICHOt2-1/4"X 2 . 01 251.00- 0.00 160.00 l ‘e)I/4"L(i WEDUE REDH 213.00 / V TOTAL ORDER VALUE: 0.00 PICKED BY: DATE: Page4of4 i TICKIN-G LIST ( HARTWELL ENV)ROS{ �rTAL • PICKING LIST ORDER: 0009729203-1 07-12-10 . DELIVERY ADDRESS: Our Reference: SPARE PARTS Ship Date:08-09-10 Order Remarks:P:097292, - City of Port Arthur • Terms of Delivery: Freight Prepaid to Jobsite S:000000 A:200010, To Be Confirmed L:000022-000000 Port Arthur, TX Delivery Method: BEST WAY • Customer Reference: Terms ofPayment: N30 Project: 097292 Line CWH Reserved Line • Bin No. Req. Item Del.ode Date Description QTY QTY No. On Hand Value Ordered Picked 001 2261-LP9 MEMBRANE,9"LP TYPEDIFFUSER 01 217,619.00- 0.00 148.00 13,930.00 002 9LSUB-RG-A SUBPLATE AND RING,9"LOW PVC 01 25,049.00- 0.00 148.00 4,278.00 003 2300-'.P9-PE HOLDER,DIFFUSER,9",FOR 4.215"OD,PVC 01 34,785.00 '0.00 60.00 33,001.00 • i 004 2346-2SP GUIDE SUPPORT,S/16"!3,304,4"SEW,IO" 01 3,532.00 0.00 10.00 f .-;\ t P xGT TALL 3,063.00 • 005 2354-4SP GUIDE SUPPORT, 112"4,304,4"SEW,1'-4" 01 246.00- 0.00 1.00 TALL 68.00 - I 006 RSP-12S4 ROD SUPPORT,5/8"0,304,12"HIGH 01 860.00- 0.00 8.00 H7r.-._ 472.00 007 CG6625-4 CLAMP,6"PIPE,GUIDE,304SS 01 88.00- 0.00 8.00 t-tr -RLL .627.00 • e I 008 2278-1W4 PLATE WASHER,304 SS. 01 1,433.00- 0.00 8.00 1,853.00 Lt\,/, • . • PICKED BY: DATE: Pagel of FiCI 1 vTG LIST ( HARTWELL ENVIRON. _ENTAL PICKING LIST ORDER 0009729203-1 07-12-10 DELIVERY ADDRESS: Our Reference: SPARE PARTS Ship Date:08-09-10 • Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Frelght Prepaid to Johsite 8:000000 A:2000.10, To Be Confirmed L:000022-000000 Port Arthur,TX Delivery Method: BEST WAY • Customer Reference: ' Terns of Payment: N30 Project: 097292. Line Item Code `VH Reserved Line QTY QTY Bin No. Req.Del,Date Description No. On Hand Value Ordered Picked 009 ANCHOR-318"X 3 01 1,433.00- 0.00 .11.00' / 3/4"LU 1V1 UUIr REDH 1,853.00 J i 010 ANCHOR-1/2"X 4 01 1,433.00- 0.00 8.00 V • 114"LU WEDGERb13H 1,853.00 (((��� 011 12-51 AIR DIST 12"SP.19 PODS4.215"PVC 0.125 01 226.00- 0.00 5.00 WALL 157.00 012 I 13-51 AIR DIST 13"SP 1 PODS4.215"PVC 0.125 01 4.00 0.00 • { 5.00 WALL 0.00 013 $ 14-51 AIR DIST 14"SP 16 ODS4.215"PVC 0.125 01 7.00 0.00 I.00 WALL 56.00 014 7292-APOI DISTRIBUTOR,4"S$ji'ER 01 7.00 0.00 1.00 0.00 0:5 7292-AP02 DISTRIBUTOR,4"S WER 01 7.00 0.00 1.00 0.00 [ ' 016 7292-A203 DISTRIBUTOR,4"S VER 01 26.00 0.00 2.00 0.00 PICKED BY: DA I'L: Page 2 of 4 1 PI:CKIN V LIST- ( HARTWELL ENVIR014_ .ENTAL PICKING LIST ORDER: 0009729203-1 07-12-10 • DELIVERY ADDRESS: Our Reference: SPARE PARTS Ship Date:08-09-10 Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Freight Prepaid to 3obsite S:000000 A:200010, To Be Confirmed L:000022-000000 • Port Arthur,TX Delivery Method: BEST WAY • Customer Reference: • Terms ofPayment: N30 Project: 097292 Line Item Code WH Reserved Line QTY QTY • Bin No. Req.Del.Date Description No. On Hand Value Ordered Picked 017 7292-AP04 DISTRIBUTOR,4"SEWER 01 13.00 0.00 1.00 0.00 i • •018 7292-AP05 DISTRIBUTOR,4"SE1, R 01 7.00 0.00 1.00 0.00 • 019 7292-AP06 DISTRIBUTOR,4"SE R 01 7.00 0.00 1.0C 0.00 020 7292-AP07 DISTRIBUTOR,4"SEWER 01 59.00 0.00 5.00 0.00 ' 3 l � 021 4SEW-CPL COUPLING,4"SEWER 01 1,734.00- 0.00 17.00 1,075.00 } . 022 2250-ASSY SPLINE JOINT ASSY 4" .EWSOC,SPIG& 01 0.00 0.00 17.00 RET,0-RING 0.00 • 000001 3,204.00 2250-1SJ-PE SPLINE JOINT,SPIGOTJRJt "SEW 01 19.00 7,134.00 • • 000002 3,589.32 • 2250-35J-PE SPLINE JOINT,SOCKET,4"S:V 01 17.00 993.32 • } PICKED BY: DATE: Page 3of4 • _ i PICKING LIST HARTWELL ENVIRON{ _ENTAT. PICKING LIST ORDER: 0009729203-1 07-12-10 DELIVERY ADDRESS: _Our Reference: SPARE PARTS Ship Date:.08-09-10 Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Freight Prepaid to Jobsite S:000000 A:200010, To Be Confirmed L:000022-000000 Port Arthur,TX Delivery Method: BEST WAY Customer Reference: Terms of Payment: N30 Project 097292 Line ItemCodeV✓H Reserved Line QTY QTY Bin No. Rea.Del.Date Description No. On Hand Value Ordered Picked SP 000003 8,338.00• c ; , 2351-1G4-SY 0-RING GREY 4",FIX JOINT 01 17.00 l� +P 114P - 17,111.00 • TOTAL ORDER VALUE: 0.00 • • • i • • • - i • S PICKED BY: DATE: Page4of4 PICKING LIST ( HAR.TWELL ENVLROdiY,.ENTAL PICKING LIST ORDER: 0009729204-1 07-12-10 DELIVERY ADDRESS: Our Reference: CONSTRUCTION SPARES Ship Date:08-0940 Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Freight Prepaid to Jobsite 5:000000 A:200010, To Be Confirmed L:000023-000000 Port Arthur, TX Delivery Method: BEST WAY • Customer.Reference: Terms of Payment: 1430 project: 097292 Line Item Code WE Reserved Line QTY QTY Bin No. Req.De].Date Description No, On Hand Value Ordered Picked 001 12-51 AIR DIST 12"SP 19 PODS4.215"PVC 0.125 01 226.00- 0.00 2.00 WALL 157.00 • I 002 13-51 AIR DIST 13"SP 18 PODS4.215"PVC 0.125 01 4.00 0.00 1.00 WALL 0.00 • 003 14-51 AIR DIST 14"SP 16 P DS4.2I5"PVC 0.125 01 7.00 0.00 1.00 WALL 56.00 004 4SEW-CPL COUPLING,4"SE\VE 0I 1,734.00- 0.00 16.00 1,075.00 .............. • 005 2250-ASSY SPLINE JOINT ASSY 4' SEWSOC,SPIG& 01 0.00 0.00 4.00 RET,O-RING 0.00 - i 000001 3,204.00 2250-181-PE SPLINE JOINT.SPIG9T/RING4"SEW Q1 4.00 • 7,134.00 ' S 000002 . 3,589.32 2250.3S1-PE SPLINE JOIIT,SOCKET4'SEW 01 4.00 998.32 • � f INSP - . 000003 8,338.00- 2351-1G4-SY 0-RG GREY 4",FIX JOINT 01 4.10 IN 17,111.00 • PICKED BY: DATE: Page 1 of 3' .1 !E • • PICKING LIST HARTWELL ENVIROM...ENTAL PICKING LIST ORDER: 0009729204-1 07-12-10 •• DELIVERY ADDRESS: Our Reference: CONSTRUCTION SPARES Ship Date:08-09-10 Order Remarks:P:097292, City of Port Arthur Terms of Delivery: Freight Prepaid to J'obsite S:000000 A:200010, To Be Confirmed L:000023-000000 Port Arthur,TX Delivery Method: BEST WAY - i • Customer Reference: - Terms of Payment: N30 Project 097292 Line Item Code WH Reserved Line QTY QTY Bin No. Req.Del.Date Description No. On Hand Value Ordered • Picked 006 4SEW-ADP ADAPTER,4"SCH 40 XSEWER 01 20.00- 0.00 2.00 2,084.00 . t 007 4TEE-42I TEE,4"SPLINE IT, .215'SEW 01 242.00 0.00 2.00 621.00 008 6SADDLEREP SADDLE REPAIR ,6" 01 0.00 0.00 1.00 0.00 000001 336.50 4X6-SSIT SADDLE,6'X 4',SPL L4 JOINT 01 1.00 • 787.00 • ii 000002 786.00- 2.00 SC248 SADDLE CLAMP,WO' DRIVEFOR 8"-14"PIPE 01 0.00 . i 009 9LSUB-RG-A SUBPLATE AND RING,9"LOW PVC 01 25,049.00- 0.00 30.00 4,278.00 D\Y-e - arc E E o�'se• _ 010 2261-LP9 MEMBRANE,9"LP TYPEDIFFUSER 0I 217,619.00- 0.00 30.00 13,930.00 011 2351-104 O-RING GREY 4",FIX JOINT 01 4,206.00 0.00 5.00 S• 13,901.00 } •• • PICKED BY: DATE: • Page2of3 i PICKING LIST ( HARTWELL ENVIRON ;NTAL • PICKING LIST ORDER: 0009729204-1 0742-10 DELIVERY ADDRESS: Our Reference: CONSTRUCTION SPARES Ship Date:03-09-10 Order Remarks:P:097292, City of Port Arthur Terms ofDelivery: Freight Prepaid to Jobsite S:000000 A:2000I0, To Be Confirmed L:000023-000000 Port Arthur, TX Delivery Method: BEST WAY • Customer Reference: Terms of Payment: N30 Project: 097292 • Line Item Code . WH Reserved Line QTY QTY Bin No. Req.Bel.Date Description No: On Hand Value Ordered Picked 012 ANCHOR-3/8"X 3 01 4,206.00 0.00 11.00 } 374"LG WEDGE ItEDH 13,901.00 ( 013 ANCHOR-1/2"X 4 01 { 4,206.00 0.00 2.00 1/4"LCi WEDGE REDli 13,901.00 ` 0:4 2344-2 LOCATING PLATE,304 SS9/16"HOLE, 120A 01 1,031.00- 0.00 5.00 3 { 1,168.00 Dg),„, 0.5 58S4-NUT NUT,HEX,5/8"-11304 SS 01 3,398.00- 0.00 5.00 1,824.00 016 5854-WAS WASHER,5/8" 304 I 01 1,581.00- 0.00 3.00 1,421.00 1 1 TOTAL ORDER VALUE: 0.00 _ c • • • ' • PICKED BY: DATE: • Page 3 of 3 •,�.�-: ;, PRINT DATE:08-05-10 ITTPACKING LIST Sanitaire 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)365-2200 ORDER:0009729202-1 SHIP DATE: 08-05.10 CUSTOMER PURCHASE ORDER:( PROJECT:097292 CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATIN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOBRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite DELIVERY METHOD: BEST WAY • PAYMENT TERMS: MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000021-000000 CUSTOMER SERVICE REP.: SANITAIRE INVENTORY LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS 010 2346-2SP GUIDE SUPPORT,5/16"0,304,4"SEW,10"TALL 510.00 510.00 EACH 516411 4E20 ^;�t'+°'FFCe+ si.;:�r .-:n�?:'si_r•..�:e'•"i�. `YL •i.».,t-e3t Page 1 of 1 441- 'F ( PRINT DATE:08-06-10 • .;, PACKING LIST Sanitaire 9333 North 49th Street. Brown Deer,Wisconsin 53223 (414)365-2200. ORDER: 0009729202-4 SHIP DATE: 08-06-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:( CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite DELIVERY METHOD: BEST WAY PAYMENT TERMS: MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000021-000000 CUSTOMER SERVICE REP.: SANITAIRE INVENTORY LINE QTY QTY NO. CRATE# PART CODE - DESCRIPTION ORDERED SHIPPED UNITS 004 S JCM 450 CLAMP COUPLING,4",7"LP/N 139-0450-7,304 SS 8.00 8.00 EACH • 005 JCM 663 CLAMP COUPLING,6",7"12/N 139-0663-7,304 SS 12.00 12.00 EACH 006 WRENCH-9 WRENCH,DIFFUSER,FOR 9" 2.00 2.00 EACH . 007 HVS350-8 • LUBRICANT,SILICONE,HUSKY 350,8#PAIL 1.00 1.00 EACH 008 HVS350.4 LUBRICANT,SILICONE,HUSKY 350,4#PAIL 1.00 1.00 EACH • 009 2351-104 O-RING GREY 4",FIX JOINT 222.00 222.00 EACH 0 H 2354-4SP GUIDE SUPPORT, 1/21'0,304,4"SEW,1'-4"TALL 22.00 22.00 EACH 012 RSP-12S4 ROD SUPPORT,5/8"0,304,12"HIGH 92.00 92.00 EACH 013 CG6625-4 CLAMP,6"PIPE,GUIDE,304SS 92.00 92.00 EACH 014 2278-1W4 PLATE WASHER,304 SS. 184.00 184.00 EACH 015 ANCHOR-3/8"X 3 3/4"1.0 532.00 532.00 EACH WEDGE REDH 016 ANCHOR-1/2"X 4 1/4"LG 184.00 184.00 3ACH WEDGE REDH 017 58S4-NUT NUT,HEX,5/8"-11304 SS 184.00 184.00 EACH Page 1 of 2 ( PRINT DATE:08-06-10 PACKING LIST Sanitaire ITT 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)365-2200 ORDER:0009729202-4 SHIP DATE: 08-06-10 PROJECT:097292 CUSTOMER PURCHASE ORDER:( CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Poit Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite DELIVERY METHOD: BEST WAY PAYMENT TERMS: MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000021-000000 CUSTOMER SERVICE REP.: SANITAIRE INVENTORY LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS 018 S 58S4-WAS WASHER,5/8" 304 92.00 92.00 EACH 019 34EL-90S ELBOW,3/4"X 90°SOCKET,SCH 80 20.00 20.00 EACH 020 34X3-T1E NIPPLE,3/4"X 3"LG,TI ESCH 80 40.00 40.00 EACH 021 34PV-VAI. BALL VALVE,3/4"SPEARS#2411-007G,BUNA O'RING 20.00 20.00 EACH 022 34X3-TBE NIPPLE,3/4"X 3"LG,TBE,SCH 80 40.00 40.00 SACH • 023 6416-ICP HOSE CLAMP,1"0,STN STLP/N#6416 60.00 60.00 EACH 024 34EL-45S ELBOW,3/4"X 45°SOCKET,SCH 80 30.00 30.00 EACH 025 1912-13C SUPPORT CLIP, I"0 TUBE 80.00 80.00 EACH 026 1X114TUB TUBING,1"LD.X 1-1/4"BLACK 200.00 200.00 ?OOT 027 34X2-TBE . NIPPLE,3/4"x 2"LG,TBE,SCH 80 20.00 20.00 EACH 028 34EL-45T ELBOW,3/4"X 45°THR'D,SCH 80 • 20.00 20.00 EACH 029. ANCHOR 1/4"X 2 1/4"LG 160.00 160.00 EACH 4, WEDGE REDH } Page2of2 . i • • PRINT DATE:08-06-10 PACKING LIST Sanitaire 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)36 -2200 ORDER:0009729203-1 SHIP DATE: 08-06-10 CUSTOMER PURCHASE ORDER:( PROJECT:097292 CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 BUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375-6952 Freight Prepaid to Jobsite DELIVERY METHOD: BEST WAY PAYMENT TERMS: MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000022-000000 CUSTOMER SERVICE REP.: SPARE PARTS LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED UNITS 004 a 2346-2SP GUIDE SUPPORT,5/16'0,304,4"SEW,10"TALL 10.00 10.00 EACH 005 1 tiak 2354-4SP GUIDE SUPPORT,1/2"0,304,4"SEW,1'-4"TALL 1.00 1.00 EACH 006 RSP-12S4 ROD SUPPORT,5/8"0,304,12"HIGH 8.00 8.00 EACH 1 007 CG6625-4 CLAMP,6"PIPE,GUIDE,304SS 8.00 8.00 EACH 008 2278.1W4 PLATE WASHER,304 SS. 8.00 8.00 EACH 009 ANCHOR-3/8"X 3 314"LG 11.00 11.00 EACH WEDGE REDH 010 ANCHOR-I/2"X 4 1/4"LG 8.00 8.00 EACH WEDGE REDH .&. ._.;.'E S fRA+MINWc$•.sw$l•r'�..yk�'�^ { Page 1 of I 1 _ PRINT DATE:08-06-10 PACKING LIST Sanitaire 9333 North 49th Street Brown Deer,Wisconsin 53223 (414)365-2200 ORDER:0009729204-1 SHIP DATE: 08-06-10 CUSTOMER PURCHASE ORDER.: PROJECT:097292 CUSTOMER REFERENCE: CUSTOMER: DELIVERY ADDRESS: HARTWELL ENVIRONMENTAL City of Port Arthur CUSTOMER ACCOUNT: ATTN: RONALD CULP To Be Confirmed 063276 22115 HUFSMITH KOHRVILLE Port Arthur,TX DELIVERY TERMS: TOMBALL TX 77375.6952 Freight Prepaid to Jobsite DELIVERY METHOD: BEST WAY • PAYMENT TERMS: • MARKS: REMARKS:P:097292,S:000000 A:200010, N30 L:000023-000000 CUSTOMER SERVICE REP.: CONSTRUCTION SPARES LINE QTY QTY NO. CRATE# PART CODE DESCRIPTION ORDERED SHIPPED TNITS OH w 235t-1G4 O-RING GREY 4",FIX JOINT 5.00 5.00 M 012 r ` ANCHOR-3/8"X 3 3/4"LG 11.00 11.00 WEDGE REDH 013 ANCHOR-1/2"X 4 1/4"LG 2.00 2.00 WEDGE REDH 014 2344-2 LOCATING PLATE,304 SS9/16"HOLE,I2GA • 5.00 5.00 015 5854-NUT NUT,HEX,518"-11304 SS 5.00 5.00 111 016 58S4-WAS WASHER,5/8" 304 3.00 3.00 Page 1of1 � - St 'T ATAIATF CTRA1r;147 Pit I nP I fln( ..s- ORM-NON NEGOTIABLE �►. Name of carrier: Shipper's No. SANITA1RE Carrier's No. DATE: 09.7292 R1A14 t1 To Consignee: FROM Shipper: ITT-SANITAIRE CORP. UNIPLEX 9333 N 49TH STREET BROWN DEER,WI 53223 Emergency Response Phone No. I Pieces HM Kind of package.Descriotion of Articles.Saeclai Marks and Exceptions Weleht RATE 2 ' PALLETS S-1,2 REF: PORT ARTHUR,TX FREIGHT CHARGES PREPAID Send Freight Bills To: iTT Sanitaire. 2 Corporate Drive Palm Coast FL 32137-4712 Subject to Section 7 of conditions, FREIGHT NOTE:Where the rate is dependent if this shipment is to be delivered CHARGES on value,shlppers are required to to the consignee without recourse I PREPAID: state specifically in writing the on the consignor,the consignor If the shipment moves between agreed or declared value of the Shall sign the following statement: COLLECT: Two Ports by a carder by water, Property.The agreed or declared value The Carrier shall not make delivery the law requires that the bill of of the property is hereby specifically of this shipment without payment lading shall stale whether it is slated by the shipper to be not exceeding of freight and all other lawful charges. `Carriers or Shipper's weight". $ per (Signature of Consignor) RECEIVED,subject to the classifications and lawfully filed tariffs in effect on the date of the issue of receipt by the carrier of the property described in the Original Bill of Lading,the property described above in apparent good order,except as noted(contents and condion of packages unknovm),marked, consigned,and destined as Indicated above,whlch said carrier(the word carrier being understood throughout this contract as meaning any person or corporation In possession of the property under the contract)agrees to carry to its usual place of delivery at said destination,if on its route,other'ivise to deliver to another carrier on the route to said destination.lt is mutually agreed as to each carrier of all or any of,said property over all or any portion of said route to destination and as to each party at any time interested In ail or any of said property,that every service to be performed hereunder shall be subject to all the terms and conditions of the Uniform Domestic Straight Bill of Lading set forth(i)in Uniform Freight Classifications In effect Oil the date hereof,if this is a rail or rail•watershipment,or(2)in the applicable motor carrier classification or tariff if this Is a motor carrier shipment. Shipper hereby certifies that he is familiar with all the terms and conditions of the said bill of lading,set forth In the classification or tariff which governs the transportation of this shipment,and the said terms and conditions are hereby agreed to by the shipper and accepted for himself and his assigns. This Is to certify that the above nmaed materials are proper( lied,described,packaged,marked,and labeled,and are in proper condition for iransportaticn,according to the applicable regulations. e De.- ent of Tra ation. { Shipper,P-ri',� — Agerit,Per Mark with'X"to designate Hazardous Mated'. as defined in Title 49 of Federal Regulations. e-' ' - • - - + • ., -•: / � j /l ORM-NON NEGOTIABLE Name of Carrier:- • Carrier's No, DATE: Shipper's No. SANITAIRE �!gfin 09-7292 To Consignee: FROM Shipper: ITT-SANITAIRE CORP. UNIPLEX 9333 N 49TH STREET BROWN DEER,WI 53223 Emergency Response Phone No. -eces , Kind of.acka•e Descr'.tion o Articles S.e fai arks an.Exce.t ons eith 2 / PALLETS S-1,2 REF: PORT ARTHUR,TX A- f� �... `"'. Cl 0 • FRE IGHTCHAlGESPREPAID C-. c- I\ ti f. .- 'Send Frei q�t Bills-T"41) I''\. • `Bi(Is' . , 1Tf Sanita�re `.. , U2tCorperate Drive !' �.ti calm Co' St Ft 32137-4712 • , 't a Subject to Section 7 of conditions, FREIGHT t NOTE:Where the rate is dependent if this shipment is to be delivered CHARGES ` ,._ on valuhippers are required to to the consignee without recourse ti ( PREPAID: '�' ',......t state speci�.fically in writing disc.\ on the consignor,the consignor If the shipment moves behceen -",3*-. agreed o—declared value of the Shall sign the following statement Two Ports by a carrier by, rater, --, Property!The agreed or decla1ed value The Carrier shall not make delivery COLLECT; the law requires that the pmt of ` • of the property is hereby specCifjcally of this shipment without payment lading shall state whether it is -\\ stated b}1("lib shipper to be not exceeding of freight and all other lawful charges. 'Carriers or Shipper's weight'. r $ \ per (Signature of Consignor) RECEIVED,subject to the classifications and lawfult}3 8d tariffs In effect ai1the date of the issue of receipt by the carrier of the property described in the Original Bill of Lading,the property described above i , parent good order. kept as noted(contents and condion of packages unknown),marked, consigned,and destined as indicated above,which sal carrier(the, ord carder being understood throughout this contract as meaning any person or corporation In possession of the property under the c3 trert)ogrerr\catty.o its usual place of delivery at said des6nation,if on Its route,afherwise to deliver to another carrier on the route to said destinationnit'iis mute I agreees to each carrier of all or any of,aaid properly over all or any portion of said route to destination and as to each party at any time Interested in airier any�t'sald property,that every service to be performed hereunder shall be subject to ail the terms and conditions of the Uniform Domestic Straight Bill of Lading set forth(1)in Uniform Freight Classifications in effect on the date hereof;if this is a rail or raiwatershipment,or(2)in the applicable motor carrier classification or tariff if this is a motor carrier shipment. Shipper hereby certifies that he Is familiar with all the terms and cc i itions of the said bill of lading,set forth in the classification or tariff which governs the transportation of this shipment,and the said terms and conditipns ae he}eby agreed to by the shipper and accepted for himself and his assigns. This is to certify that the above nmaed materials are prope�rly.classs ed,descf bed,packaged,marked,and labeled and are in proper condition for Uansportation,accordfng to the applicable regutatans of the De drtfh t of r sp6rtaton. Shipper,Per Agent,Per ( f • Mark with'X'to designate Hazardous Materi9tas defined in Title 49 of Federal Regulations. . •1 Tl?f nla rt= graerr1-lT Rtt t nF_t qn _ -•' ORM-NON NEGOTIABLE Name of Carrier: Shipper's No, SANITAIRE Carrier's No. AT 09-7292 s+, R/4/101 To Consignee: FROM Shipper: ITT-SANITAIRE CORP. UNIPLEX 9333 N 49TH STREET BROWN DEER,WI 53223 Emergency Response Phone No. Pieces HM Kind of oackeee.Descriptlon of Articles,Soecial Marks and Exceptions Weight RATE — / PALLETS S-1,2 ( REF: PORT ARTHUR,TX• FREIGHT CHARGES PREPAID • c. . r` ''Send Freil�lt Bills 70:; 1.1 ITT Sanitaire './;Corporate Drive •. • •,Palm Coast FL 32137-4712 • Subject to Section 7 of conditions, FREIGHT NOTE:Where the rate is dependent if this shipment is to be delivered CHARGES , on value,,ehtppers are required to to the consignee without recourse PREPAID: • • state specifically In writing the. on the consignor,the consignor If the shipment moves between agreed or'declared value of the Shall sign the following statement; Two Ports by a carrier bywater, PropertyThe agreed or declared value The Carrier shall not make delivery COLLECT: the law requires that the bit of of the property is hereby specifically of this shipment without payment lading shall state whether.it is 1 stated blithe shipper to be not exceeding of freight and all other lawful charges. "Carriers or Shipper's weight". $ , per — (Signature of Consignor) RECEIVED,subject to the classiiications and lawfullPte}d tariffs in effect oii the date of the issue of receipt by the.carrier of the property described in the • Original Bill of Lading,the property described above i -apparent good order;gxcept as noted(contents and ccedion of packages unknown),marked, consigned,and destined as Indicated above,which sai ca-rier(theword carrier being understood throughout this contract as meaning any person or corporation Inpossession of the property under-the contract a fees to car to its usualplace of delivery P pop tyt ) g ry,,` at said destination,if onits roule,olhervrise to deliver to another carrier on the route to said destinaticn,lt i. mutully agreed at to each carrier of all or any of,said property over all or any portion of said route to destination and as to each party at any time interested In all or any�f said property,that every service lobe performed hereunder shall be subject to all the farms and conditions of the Uniform Domestic Straight Bill of Lading set forth(1)in Uniform Freight Classifications in effect on the date hereof,if this is a rail or raii•tivafershipment,or(2)in the applicable motor carrier classification or tariff if this is a motor carrier shipment. Shipper hereby certifies that he Is familiar with all the terms and conditions of the said bill of tading,set forth in the classification or tariff which governs the transportation of this shipmentand the said terms and conditions ate hereby agreed to by the shipper and accepted for himself and his assigns. This is to certify that the above nmaed materials are properlyclasiffed,descdbed,packaged,marked,and labeled,and are In proper condition for • transportation,according to the applicable regulations of the Department of Transpottatiion. ': �..- Shipper,Per r-- Agent,Per j Mark with'X"to designate Hazardous Materiel as defined in Title 49 of Federal Regulations. ' t • 1