Loading...
HomeMy WebLinkAboutPR 19120: CONTRACT WITH ALLCO, LLC, PHASE II SURFACE WATER TREATMENT PLANT IMPROVEMENTS Energy Crn r,f CUy P.R. No. 19120 i !ti::\� �� 8/21/15 jt ort ��•7�_ru.� INTEROFFICE MEMORANDUM UTILITY OPERATIONS DEPARTMENT-ADMINISTRATION Date: August 21, 2015 To: Brian McDougal, City Manager From: Jimmie Johnson, Ph.D., Director of Utility Operations RE: Proposed Resolution No. 19120 Nature of the Request: I recommend the approval of Proposed Resolution No. 19120 authorizing the execution of a contract with Allco, LLC of Beaumont, Texas, for the Phase II Surface Water Treatment Plant Improvements in Port Arthur, Texas, in the not to exceed amount of $23,747,989.00. These upgrades will be the last phase of the Water Plant expansion increasing the City's treatment capacity by 20 MGD. This expansion will include raw water and transfer pumps, a rapid mix basin, two clarifiers, chlorine dioxide contact basins, 5 filters, and relocation of a master meter. The following two bids were received on August 12, 2015, and the lowest responsive bid was submitted by Allco,LLC of Beaumont,Texas. Bidder Total Bid(Base & Supplemental Items) MK Constructors $25,210,300.00 Vidor, TX. Allco,LLC. $23,747,949.00 Beaumont, TX Staff Analysis, 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. 19120 authorizing the execution of awarding the contract with Allco, LLC of Beaumont, Texas. Budj'et 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. WSI009. P. R. No. 19120 8/21/15 jt 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 PHASE II SURFACE WATER TREATMENT PLANT IMPROVEMENTS IN THE NOT TO EXCEED AMOUNT OF $23,747,949.00 ACCOUNT NO. 429-1258- 532.59-00,PROJECT NO.WSI009. WHEREAS, in order to meet increased demands for the sale of water for industrial purposes, it is necessary for the City of Port Arthur to contract for the Phase II Surface Water Treatment Plant Improvements; and, WHEREAS, this will be the second of two projects that will expand to size of the Water Plant from a 20 MGD facility to a 40 MGD facility; and, WHEREAS,the Utility Operations Department, Arceneaux Wilson& Cole LLC, and the Purchasing Division have solicited bids for this project; and, WHEREAS, the competitive sealed bids have been evaluated by Arceneaux Wilson & Cole LLC, the Utility Operations Department and Purchasing (as delineated in the Recommendation&Bid Tabulation attached as Exhibit"A"); and, WHEREAS, ALLCO, LLC. of Beaumont, Texas has submitted the lowest and most responsive bid for this work; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the facts and opinions in the preamble are true and correct; and, P. R. No. 19120 8/21/15 jt Page 2 of 3 THAT, the City Manager is authorized to execute the attached contract (Exhibit "B") with ALLCO, LLC. in the total amount of $23,747,949.00, which total amount includes the base amount, and supplemental under the contract; and, THAT said funding for this contract is being provided to the City pursuant to the terms of Resolution No. 12-287; and, THAT ALLCO, LLC., will not receive a Notice To Proceed on Phase 2 Surface Water Treatment Plant Improvements until funds in the amount of$23,747,949.00 are submitted to the City; 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. 19120 8/21/15 jt Page 3 of 3 Deloris Prince Mayor ATTEST: APPROVED AS TO FORM: 11 411 Sherri Bellard Valecia wze r, City Secretary City Attorney APPROVED FOR ADMINISTRATION: Brian McDougal Clifton Williams City Manager Acting Purchasing Manager Jimmie Johnson, Ph.D. Director of Utility Operations APPROVED FOR FUNDING: Jerry Dale, CPA Interim Director of Finance Account No.: 429-1258-532.59-00 Project No.: WSI009 ATTACHMENT A (Arceneaux Wilson& Cole, LLC. Recommendation of Award of Contract) /% ARCENEAUX WILSON & COLE LLC AWCEngineering • Surveying • Planning August 13, 2015 Dr. Jimmie Johnson Utilities Director City of Port Arthur 444 Forth Street Port Arthur, Texas 77640 RE; RECOMMENDATION OF AWARD OF CONTRACT Phase II Surface Water Treatment Plant Improvements AWC Job No. CPA-680/681 Dear Dr. Johnson: On August 12, 2015 the City of Port Arthur received two (2) sealed bids for Phase II Surface Water Treatment Plant Improvements 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 Addendum 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. It was found that ALLCO, LLC of Beaumont, Texas submitted the lowest responsive Total Amount Bid in the amount of $23,747,949.00. 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 Phase II Surface Water Treatment Plant Improvements to ALLCO, LLC on the basis the lowest responsive Total Amount Bid in the amount of $23,747,949.00. Should you have any questions or require additional information, please contact our office. (409) 724-7888 • 2901 Turtle Creek Drive • Suite 320 • Port Arthur, Texas 77642 www.awceng.com Dr. Jimmie Johnson August 13, 2015 AWC Engineering Surveying Planning Very truly yours, ARCENEAUX WILSON & COLE LLC CONSULTING ENGINEERS, INC, TEXAS REGISTERED ENGINEERING FIRM F-16194 CAL: go-4, Calvin D. Prosen, PE Sr. Project Manager Attached: Bid Tabulation CC: Mr. John Tomplait - City of Port Arthur Mr. Clifton Williams, CPPO Mr. Randy Parr— Cheniere LNG Mr. Nicholas Truong — Cheniere LNG ALLCO, LLC PAGE 2 BID TABULATION AWCSurveying For The Surveying Planning PHASE II SURFACE WATER TREATMENT PLANT IMPROVEMENTS To Serve The City of Port Arthur Job No.: CPA-680 BID OPENED: August 12, 2015 at 3:15 P.M. ALLCO, LTD MK CONSTRUCTORS BEAUMONT,TX VIDOR,TX Base Bid Items QTY. Units Unit Price Amount Unit Price Amount 1. Mobilization, Bonding&Insurance Costs 1 LS $1,500,000.00 $1,500,000.00 $2,225,000.00 $2,225,000.00 2 Furnish and Install Phase II, Surface Water 1 LS $20,691,575.00 $20,691,575.00 $21,374,700.00 $21,374,700.00 Treatment Plant Improvements 3 Furnish and Install Reinforced Concrete 1 LS $104,443.00 $104,443.00 $99,800.00 $99,800.00 Driveway&Subqrade(outside fence) 4. Design of Trench Safety Systems 1 LS $7,500.00 $7,500.00 $4,400.00 $4,400.00 5. Trench Safety Systems 5000 LF $5.00 $25,000.00 $7.50 $37,500.00 6. Special Shoring 14,000 SF $1.00 $14,000.00 $2.10 $29,400.00 7 Implementation, Execution, NOI/NOC for 1 LS $3,577.00 $3,577.00 $7,200.00 $7,200.00 SWPPP 8. Inspections for SWPPP 1 LS $5,600.00 $5,600.00 $3,500.00 $3,500.00 Subtotal Base Bid Items $22,351,695.00 $23,781,500.00 SUPPLEMENTAL BID ITEMS QTY. Units Unit Price Amount Unit Price Amount 9 Furnish and Install HMAC Driveway&Subgrade 1 LS $53,141.00 $53,141.00 $79,800.00 $79,800.00 (outside fence)in lieu of Base Bid Item No.3 10. Allowance to be Used for Geotechnical & 1 Allow. $200,000.00 $200,000.00 $200,000.00 $200,000.00 Materials Testing 11 Allowance to be Used for Chemical Feed 1 Allow. $150,000.00 $150,000.00 $150,000.00 $150,000.00 Equipment Control System Supply & Installation Ay 1 LS 12. Champion Technology Services (Minimum Bid $83,113.00 $83,113.00 $89,000.00 $89,000.00 for this item is$83,113.001 13. Allowance for Entergy Pole Line Relocation 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 Services 14. Contingency Allowance to be Used for field 1 Allow. $900,000.00 $900,000.00 $900,000.00 $900,000.00 changes as required for unforeseen conditions SUBTOTAL SUPPLEMENTAL BID ITEM(S) $1,396,254.00 $1,428,800.00 TOTAL AMOUNT BID $23,747,949.00 $25,210,300.00 ARCENEAUX WILSON & COLE LLC p,,cE °F rix‘‘ �5*.• ' • _ • ':rll TEXAS REGISTERED ENGINEERING FIRA4 * 16194 * *; l'N . • CALVIN D. PROSEN Celf,.:Le Ill1(u.4c15* �TEa�°`.4,..f08/13/2015 1�ss?o• • • c,•-. Calvin D. Prosen, P.E. ��\\�.� ATTACHMENT B (Allco, LLC Contract) ATTACHMENT B (Allco, LLC Contract) CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS to Serve CITY OF PORT ARTHUR PORT ARTHUR, TEXAS [Non-Federally Funded Project] JOB NO. CPA-680 CONTRACT NO.4 CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS NOVEMBER 2014 TEXAS * REGISTERED ENGINEERING FIRM F-16194 ARCENEAUX WILSON&COLE LLC Engineers * Surveyors * Planners PORT ARTHUR, TEXAS CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS to Serve CITY OF PORT ARTHUR PORT ARTHUR, TEXAS [Non-Federally Funded Project] JOB NO. CPA-680 CONTRACT NO. 4 CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS NOVEMBER 2014 �p'tE.0F .. i1 CALVIN D. PROSEN tt .�%. 70405 t�l�`�S�ONAL�NG\ 62,LDWAtt'— /c2/.2//4 TEXAS i� REGISTERED ENGINEERING FIRM F-16194 ARCENEAUX WILSON& COLE LLC Engineers * Surveyors * Planners PORT ARTHUR, TEXAS THIS PAGE BLANK INTENTIONALLY N A CONSTRUCTION CONTRACT AGREEMENT THIS PAGE BLANK INTENTIONALLY 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 PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS 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 365 consecutive calendar days with final completion within 400 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 October 2014. A-1 Drawings prepared by Arceneaux Wilson & Cole LLC numbered 1 through 92 , dated September 2014 . 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 r .. 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 Day, Date, and all bids received will thereafter be opened and read aloud at 3:15 p.m. on Day, Date, at City of Port Arthur City Hall 444 4th Street, 5th Floor Council Chamber, Port Arthur, Texas, for the construction of PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS 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 This Contract is for a PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS project. Each project will be specified by the City of Port Arthur in a notice to proceed. Successful Bidder shall be required to attend Pre-Construction Conference. BIDDER IS CAUTIONED TO READ ALL CONTRACT DOCUMENTS BEFORE SUBMITTING BID, ESPECIALLY ITEM 18 (PRE-BID CONFERENCE) OF THE INFORMATION TO BIDDERS. ALL BIDDERS SHALL BE REQUIRED TO ATTEND THE MANDATORY PRE-BID CONFERENCE ON: Day, Date at 2 PM at the City of Port Arthur City Hall, 5th Floor Council Chambers, 444 4th Street, Port Arthur, TX 77640. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. THE CITY OF PORT ARTHUR BY: /s/Shawna Tubbs.CPPO. CPPB Purchasing Manager *Davis-Bacon Act is found at 40 U.S.C., § 276a et. seq. 1st Advertisement - 1st Bid Date 2nd Advertisement -2nd Bid Date B-3 THIS PAGE BLANK INTENTIONALLY "?„ INFORMATION - - • • I,' THIS PAGE BLANK INTENTIONALLY 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 CON TRACTOR. 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: 2 PM, on Day,Date,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 a ff. tai -.;::� : THIS PAGE BLANK INTENTIONALLY 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 PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS, 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 365 consecutive calendar days and fully complete the PROJECT within 400 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 Phase II, Surface Water Treatment Plant Improvements including all superintendence, labor, design, materials, fabrication, equipment, installation, etc. for a Complete in Place installation, all in strict accordance with the plans and specifications for Dollars & Cents. Per Lump Sum $ $ 3. 1 LS Design of Trench Safety Systems, Complete, all in strict accordance with the plans and specifications for Dollars & Cents. Per Lump Sum $ $ 4. 5000 LF Trench Safety Systems, All Depths, Complete in Place, all in strict accordance with the plans and specifications for Dollars & Cents. Per Linear Foot $ $ 5. 14,000 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 $ $ D-2 Approx. Description of Item with Unit Price Item Qty. Units Written in Words Unit Price Amount 6. 1 LS Implementation, Execution, NOI/NOC for SWPPP, all in strict accordance with the plans and specifications for Dollars & Cents. Per Lump Sum $ $ 7. 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 $ SUPPLEMENTAL BID ITEMS 8. 1 Allow. Allowance to be Used for Geotechnical & Materials Testing on the project for all testing in accordance with the specifications for quality control testing as approved by the Engineer to be paid for by the Contractor from submitted invoices (including additional Geotechnical study for clearwell prior to bid). Testing Laboratory shall be as selected by the Engineer. Testing shall be 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) $ TOTAL AMOUNT BID (BASE&SUPPLEMENTAL 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, D-3 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. 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. Respectfully submitted: (NAME OF CONTRACTOR) BY: (TELEPHONE NUMBER) TITLE: (LICENSE NUMBER IF APPLICABLE) DATE: Day, Date (SEAL,IF BIDDER IS A CORPORATION) (ATTEST) D-4 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-5 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 ,20_. Notary Public in and for the State of Signature My Commission Expires: D-6 lA THIS PAGE BLANK INTENTIONALLY 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 GENERAL'.:60 THIS PAGE BLANK INTENTIONALLY 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-i TITLE PARAGRAPH Insurance 25 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 29 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 39 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 50 Time for Completion and Liquidated Damages 51 F-ii TITLE PARAGRAPH Weather Conditions 52 Protection of Work and Property/Emergency 53 Inspection 54 Superintendence by Contractor 55 Underpayments of Wages or Salaries 56 Employment of Certain Persons Prohibited 57 Employment of Laborers or Mechanics Not Listed in Aforesaid Wage Determination Decision 58 Fringe Benefits Not Expressed as Hourly Wage Rates 59 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 ancj 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 IN 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, Employment Standards Administration,U.S.Department of considered wages paid to such laborers or mechanics, 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 days of receipt and so advise HUD or its designee or will plans, funds, or programs, which cover the particular notify HUD or its designee within the 30-day period that weekly period, are deemed to be constructively made or 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 its designee shall refer the questions,including the views of Provided,that the employer's payroll records accurately set forth the time spent in each classification in which work is all interested parties and the recommendation of HUD or its The wage determination designee, to the Administrator for determination. The performed. ag (including any Administrator,or an authorized representative, will issue a additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii)and the Davis-Bacon poster(WI-I- 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 (HI) 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 and helpers, employed by the contractor or any (ii) (a) The contractor shall submit weekly for each week 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)(l). 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 (2) That each laborer or mechanic(including each helper, an apprentice. The allowable ratio of apprentices to 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 deductions as set forth in 29 CFR Part 3; wage determination for the classification of work actually 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 into the contract. which its program is registered, the ratios and wage rates (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 A.3.(ii)(b)of this section. benefits in accordance with the provisions of the 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 the contractor or subcontractor fails to submit the required will not be permitted to work at less than the predetermined 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 required records upon request or to make such records permitted under the plan approved by the Employment and 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 contractor's firm is a person or firm ineligible to be not registered and participating in a training plan approved 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 to or firm ineligible for award of a Government contract by event the Employment and Training Administration 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 (1) 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 Port Arthur Economic Development Corporation, 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 Port Arthur Economic Development Corporation, 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 THIS PAGE BLANK INTENTIONALLY 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 THIS PAGE BLANK INTENTIONALLY SECTION H SUPPLEMENTAL GENERAL CONDITIONS THIS PAGE BLANK INTENTIONALLY SUPPLEMENTAL CONDITIONS OF THE AGREEMENT - PART A A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL SPECIFICATIONS is entitled PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS to Serve THE CITY OF PORT ARTHUR, Job No. CPA-680, Contract No. 4. 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 PROJECT 4, PHASE 2 SURFACE WATER TREATMENT PLANT IMPROVEMENTS. 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 G1 -COVER SHEET 2 G2 -INDEX 3 G3 -LEGEND&CONSTRUCTION NOTES 4 G4 -LEGEND&CONSTRUCTION NOTES 5 G5 -HYDRAULIC GRADIENT 6 G6-LIQUIDS SCHEMATIC 7 G7 -SOLIDS SCHEMATIC 8 G8 -DEMO PLAN 9 G9-SITE PLAN NORTH 10 G10-SITE PLAN SOUTH 11 G11 -YARD PIPING NORTH 12 G12-YARD PIPING SOUTH 13 G13 -RAW WATER YARD PIPING 14 G14-RAW WATER PIPING PROFILES 15 G15 -PIPING PROFILES 1 16 G16-PIPING PROFILES 2 17 G17-PIPING PROFILES 3 18 G18-GRADING PLAN 19 G19-DRAINAGE AREA MAP 20 G20-DRAINAGE PROFILE 21 G21 -DRAINAGE DETAILS 22 G22-WASTEWATER PLAN 23 G23 -PAVING PLAN NORTH 24 G24-PAVING PLAN SOUTH 25 G25 -PAVING DETAILS H-1A RAW WATER PUMPING STATION 26 RS 1 -EXISTING PIPING PLAN 27 RS2-PIPING PLAN 28 RS3 -SECTIONS RAW WATER METERING PADS 29 RW 1 -RAW WATER METERING STATION RAPID MIX BASINS 30 RM1 - STRUCTURAL PLANS 31 RM2-STRUCTURAL PLAN& SECTIONS 32 RM3 -SECTIONS 33 RM4-DETAILS 34 RM5 -DETAILS 35 RM6 -DETAILS SOLIDS CONTACT CLARIFIERS 36 SC 1 -FOUNDATION PLAN 37 SC2-SECTIONAL PLAN 38 SC3 -OVERALL PLAN 39 SC4- SECTIONS AND DETAILS 40 SC5 -SECTIONS AND DETAILS 41 SC6-SECTIONS AND DETAILS 42 SC7-DETAILS CHLORINE DIOXIDE CONTACT BASINS 43 CB1 -FOUNDATION PLAN 44 CB2-SECTIONAL PLAN 45 CB3 -ROOF PLAN 46 CB4-SECTIONS 47 CB5 -SECTIONS 48 CB6-SECTIONS&DETAILS 49 CB7-MISCELLANEOUS DETAILS 50 CB8 -MISCELLANEOUS DETAILS FILTER COMPLEX 51 Fl -FOUNDATION PLAN EL 103.33' 52 F2 -FOUNDATION PLAN EL 108.75' 53 F3 - SECTIONAL PLAN EL 110.75' 54 F4-ROOF PLAN EL 123.75' 55 F5 -CONTROL ROOM ARCHITECTURAL PLANS& SECTIONS 56 F6-PIPING PLAN I 57 F7-PIPING PLAN II 58 F8 -SECTIONS 59 F9-SECTIONS 60 F10- SECTIONS 61 F 11 -SECTIONS 62 F12-SECTIONS 63 F13 - SECTIONS 64 F14-SECTIONS 65 F15 -AIR WASH BLOWERS PLAN VIEW 66 F16-AIR WASH BLOWERS SECTIONS 67 F17-MECHANICAL PLANS&SECTIONS 68 F18 -PLUMBING PLANS GRAVITY THICKENER H-2A 69 T1 -OVERALL PLAN 70 T2 -SECTIONS MISCELLANEOUS DETAILS 71 MD1 -MISCELLANEOUS DETAILS 72 MD2 -MISCELLANEOUS DETAILS 73 MD3 -MISCELLANEOUS DETAILS 74 MD4 -MISCELLANEOUS DETAILS 75 MD5 -MISCELLANEOUS DETAILS 76 MD6 -MISCELLANEOUS DETAILS 77 MD7 -MISCELLANEOUS DETAILS 78 MD8 -MISCELLANEOUS DETAILS CHEMICAL MAINTENANCE BUILDING 79 Cl -OVERALL FLOOR PLAN 80 C2-CHLORINE DIOXIDE FEED SYSTEMS 81 C3 -POTASSIUM PERMANGANATE FEED SYSTEMS 82 C4-FILTER AID POLYMER FEED SYSTEMS 83 C5 -ALUM FEED SYSTEMS 84 C6-COAGULANT POLYMER FEED SYSTEMS 85 C7-CAUSTIC FEED SYSTEMS 86 C8-MISCELLANEOUS FEED SYSTEMS INSTRUMENTATION 87 CF1 -LEGEND&ABBREVIATIONS 88 CF2-SCADA SYSTEM BLOCK DIAGRAM 89 CF3 -RWPS, METERING PAD&RAPID MIX 90 CF4-CLARIFIERS&CHLORIDINE DIOXIDE CONTACT BASINS 91 CF5 -DUAL MEDIA FILTERS I 92 CF6-DUAL MEDIA FILTERS II 93 CF7-HIGH SERVICE PUMPING STATION 94 CF8-SOLIDS HANDLING 95 CF9-MISCELLANEOUS 96 CF 10-CHEMICAL FEED I 97 CF 11 -CHEMICAL FEED II 98 CF 12-CHEMICAL FEED III ELECTRICAL 99 El -GENERAL NOTES 100 E2 -SYMBOLS AND ABBREVIATIONS 101 E3 -PROPOSED OVERALL ONE-LINE 102 E4 -MCC 1600 ONE-LINE DIAGRAM 103 E5 -MCC 1200 ONE-LINE DIAGRAM 104 E6 -ELECTRICAL BUILDING ONE-LINE DIAGRAM 105 E7 -FILTER BUILDING ONE-LINE DIAGRAM 106 E8 -FCPA 800 ONE-LINE DIAGRAM 107 E9 -MCLU 900 ONE-LINE DIAGRAM 108 E10-PLC 1200& 1600 ONE-LINE DIAGRAMS 109 El 1 -BLOWER CONTROL PANEL 110 E12-INTERCOM ONE-LINE 111 E13 -PANEL SCHEDULES 112 E14-PROPOSED LOW VOLTAGE OVERALL PLOT PLAN 113 E15 -PROPOSED NEW STRUCTURES LOW VOLTAGE PLOT PLAN 114 E16-PROPOSED RAPID MIX BASIN 115 E17- SOLIDS CONTACT CLARIFIER H-3A 116 E 1 8 -CHLORINE DIOXIDE CONTACT BASINS 117 E19-ELECTRICAL BUILDING 118 E20 -ELECTRICAL BUILDING STUB-UPS 119 E21 -PROPOSED GRAVITY THICKENER 120 E22 -PROPOSED FILTER COMPLEX 121 E23 -PROPOSED FILTER COMPLEX POWER 122 E24 -PROPOSED RAW WATER 123 E25 - SITE LIGHTING PLOT PLAN 124 E26 -RAW WATER METERING 125 E27 -CHEM MAINTENANCE BUILDING 126 E28 -CHEM MAINTENANCE BUILDING CONDUIT 127 E29 -PROPOSED GROUND LOOP 128 E30-ELECTRICAL BUILDING STUB-UPS 129 E31 -FLOW CONTROL STUB-UPS 130 E32 -MISC. DETAILS 131 E33 -DUCT BANK SECTION VIEWS 132 E34-FILTER CONTROL PANEL SCHEMATIC DIAGRAM 133 E35 -FILTER CONTROL PANEL SCHEMATIC DIAGRAM 134 E36 -SCHEMATICS 135 E37- SCHEMATICS 2 136 E38 - SCHEMATICS 3 137 E39 -CONDUIT AND CABLE SCHEDULE SHEET 1 138 E40-CONDUIT AND CABLE SCHEDULE SHEET 2 139 E41 -CONDUIT AND CABLE SCHEDULE SHEET 3 140 E42 -CONDUIT AND CABLE SCHEDULE SHEET 4 INSTRUMENTATION 141 II -PLC001 DISCRETE INPUT RACK 0 MODULE 3 142 I2 -PLC001 DISCRETE INPUT RACK 0 MODULE 4 143 I3 -PLC001 DISCRETE OUTPUT RACK 0 MODULE 6 144 I4-PLC 800 POWER DISTRIBUTION 145 IS -PLC 800 POWER SUPPLY 146 I6-PLC 800 FILTER 6 VALVE INTERFACE SCHEMATIC SHEET 1 147 I7-PLC 800 FILTER 6 VALVE INTERFACE SCHEMATIC SHEET 2 148 I8-PLC 800 FILTER 6 CONDUCTANCE LEVEL SWITCHES 149 I9-PLC 800 FILTER 6 RACK 0 MODULE 3 150 I10-PLC 800 FILTER 6 RACK 1 MODULE 3 151 Ill -PLC 800 FILTER 7 VALVE INTERFACE SCHEDULE SHEET 1 152 I12-PLC 800 FILTER 7 VALVE INTERFACE SCHEDULE SHEET 2 153 I13 -PLC 800 FILTER 7 CONDUCTANCE LEVEL SWITCHES 154 I14-PLC 800 FILTER 7 RACK 0 MOD 4 155 I15 -PLC 800 FILTER 7 DO RACK 1 MODULE 4 156 I16-PLC 800 FILTER 8 VALVE INTERFACE SCHEDULE SHEET 1 157 I17-PLC 800 FILTER 8 VALVE INTERFACE SCHEDULE SHEET 2 158 I18-PLC 800 FILTER 8 CONDUCTANCE LEVEL SWITCHES 159 I19-PLCE 800 FILTER 8 D1 RACK 0 MODULE 5 160 I20-PLC 800 FILTER 8 DO RACK 1 MODULE 5 161 I21 -PLC 800 FILTER 9 VALVE INTERFACE SCHEDULE SHEET 1 162 I22-PLC 800 FILTER 9 VALVE INTERFACE SCHEDULE SHEET 2 163 I23 -PLC 800 FILTER 9 CONDUCTANCE LEVEL SWITCHES 164 I24-PLC 800 FILTER 9 D1 RACK 0 MODULE 6 165 I25 -PLC 800 FILTER 9 RACK 1 MODULE 6 H-4A 166 I26-PLC 800 FILTER 10 VALVE INTERFACE SCHEDULE SHEET 1 167 127-PLC 800 FILTER 10 VALVE INTERFACE SCHEDULE SHEET 2 168 128 -PLC 800 FILTER 10 CONDUCTANCE LEVEL SWITCHES 169 129-PLC 800 FILTER 10 D1 RACK 0 MODULE 7 170 I30-PLC 800 FILTER 10 DO RACK 1 MODULE 7 171 I31 -PLC 800 MASTER BACKWASH&PUMP SCHEDULE SHEET 1 172 132-PLC 800 MASTER BACKWASH&PUMP SCHEDULE SHEET 2 173 I33 -PLC 800 MASTER BACKWASH&FILTER CONTROL RELAY CONTACTS 174 134-PLC 800 BACKWASH DISCRETE OUTPUT RACK 1 MOD 8 175 I35 -PLC 800 DISCRETE OUTPUT RACK 1 MODULE 9 176 I36-PLC 800 RACK 1 MODULE 9 RELAY CONTACTS 177 I37-PLC 800 DISCRETE INPUT MODULE RACK 0 MODULE 8 178 I38-PLC 800 DISCRETE INPUT RACK 0 MODULE 9 179 I39-PLC 800 DISCRETE INPUT RACK 0 MODULE 10 180 I40-PLC 800 DISCRETE INPUT RACK 1 MODULE 1 181 141 -PLC 800 DISCRETE INPUT RACK 1 MODULE 2 182 142-FILTER 6 EFFLUENT FLOW ANALOG INPUT LOOPS 183 I43 -FILTER 7 EFFLUENT FLOW ANALOG INPUT LOOPS 184 I44-FILTER 8 EFFLUENT FLOW ANALOG INPUT LOOPS 185 I45 -FILTER 9 EFFLUENT FLOW ANALOG INPUT LOOPS 186 146-FILTER 10 EFFLUENT FLOW ANALOG INPUT LOOPS 187 I47-PLC 800 FILTER EFFLUENT TURBIDITY LOOPS 188 148-FILTER EFFLUENT SETPOINT CONTROL 189 149-MAIN WASHWATER VALVE CONTROLLER FIC-806 190 150-PLC 800 WASHWATER CONTROL SETPOINT SELECTION 191 I51 -PLC 800 ANALOG INPUT RACK 2 MODULE 1 192 152-PLC 800 ANALOG INPUT RACK 2 MODULE 2 193 I53 -PLC 1200 POWER DISTRIBUTION 194 154-PLC 1200 DISCRETE INPUT RACK 0 MODULE 4 195 155 -PLC 1200 DISCRETE INPUT RACK 0 MODULE 5 196 I56-PLC 1200 DISCRETE INPUT RACK 0 MODULE 8 197 I57-PLC 1200 DISCRETE INPUT RACK 0 MODULE 9 198 158-PLC 1200 DISCRETE OUTPUT RACK 1 MODULE 3 199 I59-PLC 1200 ANALOG INPUT RACK 2 MODULE 2 200 I60-PLC 1200 ANALOG OUTPUT RACK 2 MODULE 5 201 I61 -PLC 1200 DISCRETE INPUT RACK 2 MODULE 6 202 162-PLC 1200 DISCRETE INPUT RACK 2 MODULE 7 203 163 -PLC 1200 ANALOG OUTPUT RACK 2 MODULE 8 204 I64-PLC 1600 POWER DISTRIBUTION 205 165 -PLC 1600 POWER SUPPLY 206 I66-PLC 1600 DISCRETE INPUT RACK 0 MODULE 3 207 I67-PLC 1600 DISCRETE INPUT RACK 0 MODULE 4 208 168 -PLC 1600 DISCRETE INPUT RACK 0 MODULE 5 209 I69-PLC 1600 DISCRETE OUTPUT RACK 0 MODULE 6 210 I70-PLC 1600 RACK 0 MODULE 6 RELAY CONTACTS 211 171 -PLC 1600 ANALOG INPUT MODULE RACK 0 MODULE 7 212 I72 -PLC 1600 ANALOG OUTPUT RACK 0 MODULE 8 H-5A 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-6A 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. 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 81/2-inch x 11-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation, operation, adjustment, and maintenance. J. COST BREAKDOWN. Within fifteen (15) days after execution of Contract, submit, in acceptable form, schedule showing subdivision of Contract into various items of permanent construction, stating quantities and prices, as basis for computing value to Owner of permanent usable parts of facility to be paid for on monthly estimates. No payment will be made to Contractor until such schedule has been submitted and approved. K. PROGRESS SCHEDULE. Within fifteen (15) days after execution of Contract, submit in acceptable form, anticipated progress schedule covering work to be performed. 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 THIS PAGE BLANK INTENTIONALLY f, THIS PAGE BLANK INTENTIONALLY 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 , 2014, entered into a formal contract with the City of Port Arthur for which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statutes, as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each such claimant, then this obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the Contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such change, extension of time, addition or modification. • I-1 • • Y¢F rt fi 4,4 RR t l f ; PERFORMANCE. OND THIS PAGE BLANK INTENTIONALLY 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 , 2014. 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 f THIS PAGE BLANK INTENTIONALLY (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "NOTICE OF AWARD"HERE THIS PAGE BLANK INTENTIONALLY r o `" THIS PAGE BLANK INTENTIONALLY (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "NOTICE TO PROCEED" HERE THIS PAGE BLANK INTENTIONALLY fdrpt? F •h .. _ , ._ THIS PAGE BLANK INTENTIONALLY (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT "INSURANCE" HERE THIS PAGE BLANK INTENTIONALLY ;i ff TECHNICAL. Ff � _ THIS PAGE BLANK INTENTIONALLY 8/14/14 Rev. 1 SCOPE OF WORK PART 1 —GENERAL 1.01 DESCRIPTION This project is for the construction of the Phase II improvements associated with the 20- MGD expansion to the City of Port Arthur Surface Water Treatment Plant. The City of Port Arthur Surface Water Treatment Plant(SWTP) is located along Highway 73 near the intersection of Savannah Street in Port Arthur, Texas. The Phase II Improvements include the construction of a new 20-MGD treatment train including a Rapid Mix Basin, Solids Contact Clarifier, Chlorine Dioxide Contact Basin, Mixed Media Filters, and Gravity Thickener. Additionally the project includes additional reservoir pumps; raw water pumps; a new raw water line; interunit piping; additional chemical feed lines; new electrical building; site improvements; and other work associated with these work items. PART 2—SCOPE OF WORK 2.01 CONDITIONS AT THE SITE A. The project will be constructed within the existing City of Port Arthur surface water treatment plant site (SWTP) mostly within the fenced area, but some of the work will be adjacent to the areas to the northeast and southwest plant boundaries. The existing surface water treatment plant shall 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 48-inch raw water line,there will be portions of the existing access roadway that will be crossed. Contractor shall coordinate with CPA and Phase I Contractor to provide access to centrifuge building, chemical & chlorine structures, and Phase I work at all times. Barricades and steel plates over trenches shall be provided as needed to provide for safety access until concrete paving is repaired. C. To the northeast of the plant site is the Lower Neches Valley Authority (LNVA) canal. The LNVA's canal shall be protected from contamination at all times. There is a 100-foot strip of land between the City of Port Arthur SWTP and the LNVA canal. This area will be used for office trailers and equipment laydown area. D. To the north and southwest of the SWTP site outside the fenced area is a Corps of Engineers managed wetland area. This area shall be protected from contamination from construction debris, trash, and sediment. E. Existing Utilities & Pipelines —Note the existing utilities and pipelines indicated on SW— 1/10 8/14/14 Rev. 1 the plans. Contractor shall contact all utilities and pipelines before beginning construction. F. The existing site within the fenced area was constructed within a reservoir approximately 15 years ago using select fill. Refer to the geotechnical report for the soils information for the site. The Contractor shall manage all select fill from the site to be used as applicable for fill, backfill, etc. according to the project needs. 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. B. 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. C. Pumps a. Reservoir Pumps 1. Furnish and install two (2) new vertical lineshaft pumps in the existing openings in the influent pump structure; 2. Install new piping as indicated including piping, valves, supports, painting, etc. 3. Provide wiring, conductors, controls, etc. as required. b. Raw Water Pumps (See Special Scheduling Requirements.) 1. Furnish and install two (2) new vertical lineshaft pumps in the existing openings in the raw water pump station. 2. Install new piping as indicated including piping, valves, supports, manifold, painting, etc. 3. Rotate the existing three (3) raw water pumps and modify their discharge piping as required to discharge into the new raw water manifold. Remove the existing 30-inch raw water line as indicated on the plans when the new raw water line is installed and in service. 4. Provide wiring, conductors, controls,etc. as required. SW-2/10 8/14/14 Rev. 1 D. New Treatment Train a. Rapid Mix Basin. Construct a new reinforced concrete rapid mix basin. A modulating butterfly valve is to be installed on the 30-inch influent line feeding to the basin. The basin will be a multi-chamber basin dual channel structure including a 30-inch influent line entering a common basin then splitting into the dual channels and exiting the basin from parallel 42-inch effluent lines flowing to the clarifier basin. Flow to each of the dual channels is controlled by slide gates that can isolate the flow through a train. The slide gates at the end of the dual channels act as a weir to control the water level in the basin. A sluice gate or heavy duty slide gate is located at the bottom of the effluent boxes to allow flexibility of operation of the structure. The entire top of the structure will be grated to allow for access. Handrails are to be installed around the structure as shown. Concrete stairs are to be constructed as indicated. Additionally, chemical feed lines are to be installed to and in the structure as indicated. Refer also to the electrical scope for electrical requirements on structure. b. Solids Contact Clarifier Basin Construct a new Solids Contact Clarifier Basin Basin as shown on the plans include but not limited to excavation & backfill; equipment; blowers; piping, valves, & fittings, reinforced concrete structure; grout; slide gates; roof hatches; miscellaneous metals & grating; stairs & handrails; electrical & control; sample pumps& stations;testing; etc. for a complete and operable unit. c. Chlorine Dioxide Contact Basin Construct a new Chlorine Dioxide Contact Basin as shown on the plans include but not limited to excavation & backfill; piping, valves, & fittings, reinforced concrete structure; grout; slide gates; roof hatches; miscellaneous metals & grating; stairs & handrails; electrical & control; chemical feed systems; sample stations; testing; etc. for a complete and operable unit. d. Mixed Media Filters Construct a new reinforced concrete structure as indicated on the plans. Coordinate with the equipment supplier for the underdrain and filter piping equipment. Also include at the filter structure is the Filter Control building to be constructed on the roof of the filter gallery. Filter equipment will include but not be limited to underdrain system; media; piping; valves; pipe supports/hangers; filter control systems; turbidity/pH equipment; sump pumps; filter gallery ventilation; rolling steel door; etc. Other work items include masonry; roofing; structural & misc. steel; doors; HVAC; windows; PLC; handrails; painting; lighting; electrical;wiring;etc. SW-3/10 8/14/14 Rev. 1 e. Gravity Thickener Construct a new Gravity Thickener as shown on the plans including but not limited to the reinforced concrete structure; excavation & backfill; piping, valves, & fittings; equipment; miscellaneous metals & grating; stairs & handrails; electrical & controls; testing; etc. for a complete and operable unit. Contractor shall provide dewatering during construction as needed. E. Yard Piping/Interunit Piping a. 48"/30"Raw Water Line Construct a new 48" ductile iron pipe (DIP) raw water line from the Raw Water Pumping Station as shown on the plans to near the existing Rapid Mix Basin. Then the raw water line will split into two 30" DIP lines continue to existing and new Rapid Mix Basins. A primary Raw Water Meter Station will be located on the 48-inch section to measure the "Total" raw water flow and another flow meter will be located on the 30-inch line flowing to the new Rapid Mix Basin. b. Raw Water Meter Stations Construct two (2) new raw water meter stations on the new 48"130" raw water line as shown on the plans. The two meters will allow for determining (a) total raw water flows; (b) flows to trains 1 & 2; and (c) flows to trains 3 & 4. The SCADA will use the flow from the first meter less the flow from the second meter to determine the flows to trains 1 & 2. The other two conditions will be read directly from the meters, respectively. 1. One raw water meter station will be located to measure the total raw water flow in the 48" section of the raw water line. This station is located between the main plant entrance and the split to the existing Rapid Mix Basin. 2. The second raw water meter station is located on the 30" section of the raw water line flowing to the new Rapid Mix Basin after the split. This raw water meter will measure the flows to trains 3 and 4. c. Interunit Piping 1. Rapid Mix to Solids Contact Clarifier(RW) Construct parallel 42-inch ductile iron cement lined pipe from the rapid mix basin including all fittings to the inlet piping of the solids contact clarifier. 2. Solids Contact Clarifier to Chlorine Dioxide Contact Basin (CW) Construct parallel 42-inch ductile iron cement lined pipe from the Solids Contact Clarifier to the inlet of the Chlorine Dioxide Contact Basin. 3. Solids Contact Clarifier Blowdown to Gravity Thickener(SB) SW-4/10 8/14/14 Rev. 1 Construct 10-inch PVC sludge blowdown line from the Solids Contact Clarifier blowdown valves to the Gravity Thickener. The same 10-inch sludge blowdown line will extend from the blowdown valves from each of the two trains. 4. Chlorine Dioxide Contact Basin to Mixed Media Filters (CW) Construct a 54-inch ductile iron cement lined pipe from the Chlorine Dioxide Contact Basin to the inlet of the Mixed Media Filters. 5. Mixed Media Filters to Head Tank(FE) Construct a 54-inch ductile iron cement lined pipe from the 48-inch filtered water effluent to the existing Head Tank. This 54-inch line will tie to the existing 54-inch butterfly valve at the Head Tank. 6. Filters to Washwater Recovery Basin i. Backwash Waste (BWW) Construct a 48-inch ductile iron cement lined backwash waste line from the east end of the Mixed Media Filters to the Washwater Recovery Basin including all fittings. This line will be partially exposed at the Filter structure and buried the remainder of the route. Coordinate with the Filter to Waste T-support installation for the installation of this line. ii. Filter to Waste (FW) Construct a 24-inch Filter to Waste line from the Filter Building to the Washwater Recovery Basin as shown on the plans using ductile iron pipe. The 24-inch DIP line is to be supported on several T-supports mounted on reinforced concrete drilled shafts along the alignment with a continuous concrete mow strip placed along the alignment around the supports. The pipe is to be painted with safety striping for the low clearance following final pipe color coat. 7. Backwash Pumps to Filters (BW) i. Backwash Water to Filters (BW) Construct a 30-inch ductile iron cement lined line from the existing backwash water line adjacent to the existing filters to the new filter building. A tee will have to be "cut into" the existing 30-inch backwash water line to feed the new 30-inch backwash water line to the new filters. ii. Air Scour Blowers to Filters(AS) Construct a new 14-inch stainless steel air scour line from the existing air scour blowers to the new filter structure. At the new filter structure, the SW-5/10 8/14/14 Rev. 1 14-inch stainless steel air scour line will tie to the 14-inch ductile iron piping. d. Unit Drain Piping 1. Rapid Mix to Backwash Recovery Basin Construct a 12-inch SDR-26 PVC drain line from the Rapid Mix Basin to the Backwash Recovery Basin. The drain line will receive flows from the Solids Contact Clarifier Drain along the route to the Backwash Recovery Basin. 2. Solids Contact Clarifier to Backwash Recovery Basin Construct 12-inch SDR-26 PVC drain lines from the Solids Contact Clarifier drain lines to the new 12-inch drain line flowing to Backwash Recovery Basin. 3. Gravity Thickener Overflow to Backwash Recovery Basin Construct a 12-inch SDR-26 PVC drain line from the Gravity Thickener Overflow to the tie into the existing Gravity Thickener Overflow line flowing to the Backwash Recovery Basin. e. Chemical Feed Piping 1. Raw Water Pump Station i. Polymer Feed. After the new raw water line is put into service and the existing piping to the existing 30-inch raw water line can be removed, the existing 1-inch polymer line is to be reinstalled from where it becomes exposed to be fully buried up to the side of the structure. ii. Caustic Feed. Extend a 1-inch CPVC from the caustic feed pump station in the Chemical Feed Building along the inside of the building towards the Raw Water Pump Station. The 1-inch CPVC caustic line will follow the east wall at the ceiling level then penetrate through the wall into the shop area. In the shop area, the line will turn vertical to the higher ceiling then follow the ceiling south to the south wall of the Chemical Feed Building where it will turn downward towards the floor level. At approximately 24-inches above the floor, the caustic line will penetrate the south wall to the outside of the building and turn down to continue underground to the Raw Water Pump Station. 2. New Rapid Mix Basin Extend the 1-inch PVC from the existing Rapid Mix Basin to the new Rapid Mix Basin as indicated. At the new Rapid Mix Basin, the 1-inch PVC line will be extended into the influent basin for discharge into the inlet flow stream SW-6/10 8/14/14 Rev. 1 as shown. This PVC line will be used to feed polymer aid to the raw water. 3. New Filter Basin 4. Existing Filter Basin/Filter Flow Control Basin As soon as the new Filter Basin is put into service, the chemical feed systems from the Existing Filter Basin need to be diverted to the Filter Flow Control Basin. These need to be diverted as follows: i. Chlorine Gas. At the south side of the Existing Filter Basin, the existing 2-inch chlorine gas line is to be tied into the existing 2-inch PVC chlorine gas line installed in the Phase I project. The Chlorine Gas Induction units in the Flow Control Basin will need to be started when the chlorine gas line is completed. The existing chlorine gas piping on the Existing Filter Basin is to be demolished after the chlorine gas line is diverted. ii. Ammonia Gas. At the west side of the Existing Filter Basin, the existing 2-inch ammonia gas line is to be tied into the existing 2-inch ammonia gas line installed in the Phase I project. The existing ammonia gas piping on the Existing Filter Basin is to be demolished after the ammonia piping is diverted. iii. Fluoride. At the west side of the Existing Filter Basin, the existing 2-inch fluoride line is to be tied into the existing 2-inch fluoride line installed in the Phase I project. The existing fluoride piping on the Existing Filter Basin is to be demolished after the fluoride piping is diverted. F. Chemical Feed Systems a. G. Electrical Building Construct a new concrete masonry building as indicated for the electrical building. The building will include the structural fill; reinforce concrete slab on grade; electrical underground; CMU walls; structural reinforced concrete roof system; hollow metal doors & hardware; rolling steel door; painting; motor control center equipment; lighting; etc. for a complete system as indicated on the plans. H. Electrical Refer to the Electrical Scope for Electrical Improvements. SW-7/10 8/14/14 Rev. 1 I. SCADA Refer to the Electrical Scope for SCADA improvements. J. Site Improvements a. New Entrance Upon completion of the project, the construction entrance to be completed for a permanent alternate entrance as shown on the plans. The limestone construction entrance constructed in the Phase I project is to be re-graded as required; compacted; curb and gutter added; and,the entire section from the TxDOT paving into the concrete paving adjacent to the centrifuge is to be paved with 6-inch reinforced concrete paving with control and construction joints as indicated. The existing limestone is constructed with geotextile fabric, geotextile grid, and 8- inches of compacted limestone over compacted subgrade. However, the Contractor shall be responsible for making repairs as necessary to any portions of the limestone that are soft or otherwise unsuitable for constructing concrete paving over. b. Paving Construct new reinforce concrete paving as indicated on the plans. The existing temporary construction road (Phase I) is to be removed prior to the completion of the project and the limestone removed from site. The new roadway is to be lime stabilized and the reinforced concrete paving constructed to the grade and dimensions as indicated. Portions of the paving will include curbing as indicated. c. Drainage The existing drainage piping along the west side of the site will be modified as indicated for the construction of the new paving and structures. A portion of this drainage piping will be removed to accommodate the construction of the new filter complex. New drainage inlets are to be constructed along the existing drainage piping to accept flows from the new paving and to drain the local drainage from around the new treatment units. Refer to the drainage areas on the plans and grading plan for more information. d. Grading, Fertilizing, & Seeding The entire site shall be brought to a finished grade as indicated upon completion of the project. The site shall drain as indicated to the drainage structures in the local drainage areas as indicated on the grading plan. Upon completion, the entire site shall be hydromulched. 2.03 RELATED CONSTRUCTION Phase I Improvements will precede this project by a few months to allow for the existing SW-8/10 8/14/14 Rev. 1 primary and secondary electrical to be rerouted to the outside of the plant site. Phase I Improvements will include the construction of a new 4-MG pile supported clearwell; two (2) new high service pumps; rehabilitation of four(4) existing high service pumps;piping modifications at the high service pumps; construction of a new reinforced concrete flow control structure; a new electrical building; relocation of electrical service entrance; and relocation/replacement of medium and low voltage ductbanks from the interior of the treatment plant area in preparation of the Phase II project. The Contractor shall plan to coordinate as required with the Phase I Contractor for work on the site including access; equipment/material storage; office trailers; etc. as required for the execution of both contracts. Primarily, the work site for the Phase I project will be at the east and west sides and at the back of the plant site. The Phase II project will primarily be at the western portion of the site with a portion of the raw water piping to be along the east and south perimeters affecting access. 2.04 SPECIAL SCHEDULE REQUIREMENTS A. Raw Water Pump Station&Raw Water Line The two (2) new raw water pumps are to be installed on the new raw water line manifold when it is ready to be put into service. The new raw water pumps and raw water line is to be put into service as follows when the new treatment trains are complete: • Complete the new raw water line all the way from the Raw Water Pump Station to the new Rapid Mix Basin including the flow metering stations; • Install two(2)new Raw Water pumps on new raw water manifold; • Hydrostatic pressure test the new raw water line; • Test new raw water pumps and begin startup of new trains. Note that existing raw water pumps are to remain operating through existing 30-inch raw water line through existing treatment trains until new unit startup is complete. 2.05 OTHER A. Fill material may be stockpiled at the southwest corner of the plant site outside the fenced complex during construction for later use in the project. The Contractor is responsible for all balancing of material as required. B. Equipment laydown / storage is available between the east fence and the LNVA canal. It is suggested the Contractor fence the area off to provide a more secure area as this area is not contained within a security fence. C. Construction Trailers The Contractor shall be responsible for providing the following trailers on the jobsite. SW-9/10 8/14/14 Rev. 1 Trailers shall be commercial grade trailers provided with (a) a minimum 4-ft by 8-ft deck and stairs at each door; (b) fully operable restroom facilities; (c) offices w/ desks, chairs, & four drawer filing cabinets; (d) assembly room; (e)potable water; (0 electrical service; (g) security bars, (h) self-contained HVAC, (i) table & ten (10) chairs, and, (j) any other items typical of a commercial trailer. 1. Contractor's Office shall be provided for use in storage of shop drawings; project files; meetings on-site; etc. as necessary. 2. Room for a second contractor's office trailer is provided if needed. The construction trailers shall be located in the area designated on the plans. A limestone parking area shall be constructed as indicated. 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 03/04/2009 ITEM NO. A2003 — STRUCTURAL EXCAVATION AND BACKFILL PART 1 —GENERAL 1.01 DESCRIPTION A. Extent of Work 1. This Item governs excavation for placing structures except pipe sewers, disposal of such excavated material, and backfilling around completed structures to the level of original ground or finished grade. 2. Work to include all necessary pumping or bailing, sheeting, drainage, construction, and removal of any required cofferdams. 3. Unless otherwise provided, work to provide for removal of old structures or portions thereof, trees, and all other obstructions necessary to the proposed construction. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Unless specified on PLANS or approved otherwise by Engineer, structural excavation to be designated as follows: 1. Width and Length: From vertical plane outside structure line equal to thickness of footing or slab. 2. Depth: From bottom of footing or slab to finished ground line or natural ground line,whichever is lower in elevation. 4. When caissons are provided, excavation not permitted outside outer faces or caissons. 1.03 DEFINITIONS A. Cofferdam is a temporary or removable structure to keep surrounding earth, water, or both out of excavation, and may be earth, timber, steel, concrete, or combination thereof. B. Caisson is a permanent part of the substructure, which sinks gradually into place as material is excavated within the area protected by its sidewalls. It may be either open well type or pneumatic type caisson. A2003 - 1/4 03/04/2009 PART 2—EXECUTION 2.01 CONSTRUCTION METHODS A. General 1. Excavate to lines and depths indicated on PLANS or designated by Engineer. Excavate below bottom of structural slab elevation shown for seal slab when required. 2. Furnish supports for piping and structures within excavated area at no additional cost to Owner. 3. When requested, sample soil in accordance with ASTM testing standards to determine classification and strength of subgrade material. Sampling and testing to be by approved testing lab. Notify Engineer of test results immediately. Maximum depth of soundings not to exceed 5-feet below proposed footing grade, and to be made when foundation excavation is substantially complete. 4. Where necessary to increase or decrease footing depths, change details of structure as directed. 5. Do not disturb excavation bottom if structure rests on excavated surface other than rock. Remove foundation material to final grade just before placement of structure or seal slab. 6. When excavating rock or other hard material, cut to level, stepped, or serrated surface and remove loose material from excavation. Clean out seams and fill with concrete or approved structural fill prior to time of footing placement. 7. Protect excavations from rainfall and surface water. If supporting soil is exposed to adverse wet or dry conditions, excavate deeper and/or wider to sound material at no additional cost to Owner. Prior to such activity, notify Engineer. 8. Store excavated material used for future backfill in piles at locations convenient for rehandling, and locate so as not to interfere with other work. Locate edge of stockpile no closer to excavation than 11/2 times the excavation depth. 9. Provide site drainage and/or groundwater control to protect excavations. Use site grading, cofferdams, ditches, and/or other means to prevent surface water from flowing into excavations or ponding on areas where foundations or pavement will be located. Maintain continuous groundwater and surface water control until structure is complete and ground surface has been brought to final grade. B. Cofferdams and Caissons 1. Cofferdam to be complete with bracing and necessary pumps, well points, or other procedures to control groundwater and surface water intrusion. 2. Place caisson by one or more of the following methods: a. Interior dredging. b. Addition of weight by increasing wall thickness, when permitted by Engineer. c. Addition of removable loads. d. Use of water or air jets. A2003 -2/4 03/04/2009 e. Use of pile driving equipment for steel shell caissons with suitable driving rig. 3. Provide cofferdams, when required, to allow for construction, removal of forms, and observation. 4. Types and clearances of cofferdams or caissons which affect character of finished work to be submitted for approval. All other details and design are responsibility of Contractor. 5. When required, submit drawings showing proposed method of ground and surface water control, and cofferdam or caisson construction. 6. Extend sheet pile cofferdams and caissons below bottom of footings sufficiently to prevent "blow outs", and provide adequate bracing and make as watertight as practicable. 7. When foundation piling are driven inside cofferdams or caissons, excavate below footing grade to allow for swell of ground during driving operations. Dewater excavation and remove foundation material to exact footing grade after driving piles, before placing seal slab. Backfilling to compensate for excavation below grade not permitted. Fill such areas with concrete; at time seal slabs are placed. 8. Adjust cofferdams or caissons, which tilt or move laterally. Report such movement to Engineer immediately. 9. Unless otherwise provided, remove cofferdams after completion of construction so as not to disturb or mar structure. C. Pumping or Bailing 1. Pump or bail from interior of cofferdam or caisson, outside of forms. Avoid movement of water through or along concrete being placed. 2. Do not pump or bail during concrete placement, or for minimum of 24 hours thereafter, unless from suitable sump separated from concrete by watertight wall. 3. Do not pump or bail to dewater cofferdam or caisson for minimum of 36 hours after seal slab has been set. D. Structural Backfilling 1. Backfill excavated areas as soon as such backfill will not interfere with progress of work. 2. Unless otherwise indicated, compact backfill mechanically in loose lifts not exceeding 8-inches. 3. Unless otherwise specified in PLANS and TECHNICAL SPECIFICATIONS or in soils report, backfill to be selected backfill, as approved by Engineer, with a Plasticity Index (PI) of less than 20 and compacted with mechanical tamps to 90 percent of the Standard Proctor maximum dry density (ASTM D-698) at 0 to +2 percent wet of the optimum moisture content. 4. Do not place backfill against walls for minimum of 7 days after structure has been in place. 5. Place backfill against walls of partially completed structure only after observation by Engineer. A2003 - 3/4 03/04/2009 6. Prevent wedge action of backfill against structure, and step or serrate slopes bounding excavation. Do not use heavy or intense compaction against structure. Backfill within 5-feet of structure to be subjected to light but full compaction. 7. Unless otherwise authorized,perform backfill in presence of Engineer. 2.02 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, including soil sampling if requested, except as indicated below. Include cost of same in Contract unit prices bid for work of which this is a component part. B. Measure "Extra Structural Excavation", when approved by Engineer, by cross-section method in its original position. Pay for"Extra Structural Excavation" at Contract unit price bid per cubic yard. Payment is full compensation for sheeting, bracing, dewatering, backfill, and all other work necessary to excavate additional material. A2003 -4/4 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 THIS PAGE BLANK INTENTIONALLY Std. 03/04/2009 ITEM NO. A3034 - STORM WATER POLLUTION PREVENTION PLAN (SW3P) PART 1 - GENERAL 1.01 DESCRIPTION A. Section Includes: 1. A draft of the Storm Water Pollution Prevention Plan to use as a general guideline to meet new TCEQ Standards. 2. Specifications pertaining to the structural systems and pollution prevention systems to be used to meet the guidelines. 3. Details of the structural systems to be used to meet the TCEQ requirements. B. References 1. Clean Water Act of 1972 establishing the National Pollution Discharge Elimination System (NPDES). 2. Texas Commission Environmental Quality General Permit TXR150000. 3. Section 26.040, Texas Water Code - General Permits 4. 40 CFR 122.2 Federal Definitions Applicable to NPDES Program. 5. 40 CFR 122.26 Federal Rules Applicable to Storm Water Permits. 6. 40 CFR 122.28 Federal Rules Applicable to State NPDES General Permits 7. Chapter 205, Title 30, Texas Administrative Code—General Permits for Waste Discharges. 8. Section 305.44, Title 30, Texas Administrative Code—Signatories to Reports, Application for Permit or Post-closure Order. 9. Section 305.128, Title 30, Texas Administrative Code—Signatories to Reports, Permit Characteristics and Conditions Rule. C. Related Work Specified Elsewhere 1. Embankment- Item No.A2004 2. Channel Excavation - Item No.A2009 1.02 QUALITY ASSURANCE/QUALIFICATIONS It is the intent of the information provided in this section to be used as the general guidelines of the storm water pollution prevention plan for this project to establish a minimum basis of compliance for bid purposes. However, it is the responsibility of the Contractor and all Subcontractors to meet all of the requirements of the law, regardless of the information provided herein. The plan to which the Contractor certifies compliance shall be the Contractor's plan and no responsibility for the information contained in this section or shown on the plans shall be construed as the Owner's or Engineer's responsibility. Contractor is responsible for filing Notice of Intent. A3034 - 1/2 Std. 03/04/2009 1.03 PLAN The Site Grading Plan supplements the information contained within this section. PART 2 -PRODUCTS Not required for this item. PART 3 - EXECUTION The following information is the basis for the Storm Water Pollution Prevention Plan: PROJECT 4, PHASE 1 IMPROVEMENTS SURFACE WATER TREATMENT PLANT IMPROVEMENTS A3034 -2/2 10/13/2005 ITEM NO. B1001 - CONCRETE PART 1 - GENERAL 1.01 DESCRIPTION Scope: This Item governs for materials used; for storing and handling of materials; and for proportioning and mixing of concrete for reinforced concrete pavement, and all reinforced concrete precast and cast-in-place structures. 1. Contractor assumes responsibility for cost and design of proper concrete mixture. A. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Furnish laboratory reports showing proportions and materials selected will produce laboratory-mixed concrete of specified quality and having strengths 20 percent higher than 28-day strength specified, at maximum slump and maximum air content specified. B. Owner to select testing laboratory, conforming ASTM E329,to make tests throughout concrete operations. When requested by Owner, Engineer or his representative will monitor tests and review results. 1.03 SUBMITTALS A. Samples 1. Furnish material samples to approved testing laboratory for review and testing. 2. Provide sufficient quantities for testing and determining mixes to produce concrete class specified. B. Mix Designs 1. Submit mix designs for each different concrete strength and for each different aggregate. 2. Secure confirmation of laboratory tests on proposed mix designs prior to submittal. 3. Use only approved mix designs. 4. Make required tests of mix as called for elsewhere in this specification under "Tests." C. Reports: Provide certified mill reports on cement and sieve analysis on aggregate. D. Tests 1. Make moisture tests of aggregate to ensure proper batching and proportioning. 2. Provide and maintain curing facilities conforming to ASTM C31. B1001 - 1/8 10/13/2005 3. For Structural Concrete: a. Perform sufficient number of tests to maintain check on quality. b. Conduct tests as per test procedures (ASTM C31 and C39 for Compression Test). c. When Portland cement concrete other than high-early-strength concrete is used,test minimum of two (2) standard 6-inch by 12-inch cylinders at 7 days and minimum of two (2) 6-inch by 12-inch cylinders at 28 days, for each 50 yards of concrete placed or each structure, whichever is less. d. When high-early-strength concrete is used,test minimum of two (2) standard 6-inch by 12-inch cylinders at 3 days and minimum of two (2) 6- inch by 12-inch cylinders at 7 days for each 50 cubic yards of concrete placed or for each structure, whichever is less. Minimum strengths normally required at 7 and 28 days will be required at 3 and 7 days, respectively. 4. For paving concrete,test pavement work as required by PLANS and/or as follows: a. Make one beam for each 1,000 square yards of pavement, or part thereof, for each day's pour and/or one beam on each street. b. Size of beams as required by ASTM C31. c. Core sampling in accordance with requirements of Special Provision. d. If requirements not established by Special Provision, make one core for each 1,000 linear feet or pavement, or one core for each 2,500 square yards of pavement, or at least one core for each street,whichever is lease in area. e. Fill core hole with non-shrinking grout at no additional cost to Owner. f. Test core for compressive strength and for thickness. 5. For air entrainment, make two tests, in accordance with ASTM C138 or C173, for each day's placing. 6. Make slump tests periodically in accordance with ASTM C143. E. Specimen handling 1. Mark test specimens clearly in a definite sequence. 2. Transport and store specimens to prevent damage. 3. Provide insulated shed for storage of cylinders and beams. 4. Provide records identifying each cylinder with locations from which specimens were taken. 5. Cure specimens under laboratory conditions, except that for a possibility of surrounding air temperature falling below 40o F, additional specimens to be cured under job conditions may be required. F. Failure to Meet Specifications 1. Concrete failing to meet specifications will be rejected. 2. Should a 3-day (high-early cement)or 7-day (normal cement)test fail to meet established strength requirements, extended curing or resumed curing may be required. B1001 - 2/8 10/13/2005 3. Contractor to strength structures or replace portions thereof which fail to meet established strength requirements, at Contractor's expense. 4. Test cores,when required,to be in accordance with procedures of ASTM C42 at no additional cost to Owner. 1.04 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Cement 1. Store in weathertight enclosure and protect against dampness, contamination, and warehouse set. 2. Use only one supply source for each aggregate stockpile. B. Aggregates 1. Stockpile to prevent excessive segregation, or contamination with other materials or other sizes of aggregates. 2. Use only one supply source for each aggregate stockpile. C. Admixtures 1. Store to prevent contamination, evaporation, or damage. 2. Protect liquid admixtures from freezing or harmful temperature ranges. 3. Agitate emulsions prior to use. PART 2—PRODUCTS 2.01 MATERIALS A. Concrete: Ready-mix concrete conforming to ATSM C94 or site-mixed concrete (dry weight 145-150 pounds per cubic foot). 1. Cements a. ASTM C150, Type I. b. ASTM Specifications for weight variations and length of storage. c. Use no caked cement. d. Deliver in bags for site-mixed concrete. e. Use only one brand of cement in any one structure. f. Cement for Class"P" concrete may be delivered in bulk if method of handling is approved. 2. Admixtures a. Air-entraining admixtures in accordance with ASTM C260. b. Water-reducing and retarding admixtures in accordance with ASTM C494, Type A, or Type D admixture,modified as follows 1) Bleeding water no greater than bleeding water of ASTM C494 reference concrete when tested as per ASTM C232. 2) Increase durability, decrease permeability, and increase resistance to surface scaling, when compared to ASTM C494 reference concrete. 3) No chlorides or alkalis added during manufacture of admixture. B1001 - 3/8 10/13/2005 c. High range water-reducing admixture (superplasticizer) in accordance with ASTM C494, Type F or Type G modified as follows: 1) Superplasticized concrete to be nonsegregating, have little bleeding, and have physical properties similar to low water-cement ratio concrete. 2) Admixture composed of a synthesized suffocated polymer to be added to the concrete mixer with gauge water at the central batch plant. 3) Use only one liquid admixture to achieve the superplasticized concrete, except where air entrainment is desired, in which case, air entraining admixture to be compatible with superplasticizer admixture. 4) Treated concrete must be capable or maintaining superplastic state in excess of two hours. 5) Dosage as recommended by the manufacturer. d. Additional Requirements 1) Manufacturer to provide proof of successful field use of water- reducing and retarding admixture from recognized laboratories and other authorities. 2) Manufacturer to provide local representative and warehouse facilities,when requested by Owner. 3) Provide qualified concrete technician to assist in concrete mix design, if required. 4) If required, Contractor to acquire approved commercial laboratory testing at no cost to Owner to furnish certification of compliance with this specification. 5) Water reducing a retarding admixtures used in Class A and Class K concrete only, unless other wise specified. 6) Use manufacturer's published recommended dosage for optimum results as minimum requirements. Engineer may vary dosage after analysis of results of local commercial laboratory tests using materials from sources assigned by Contractors. 7) Dispensing and mixing equipment and procedures at batch plant are subject to approval. 3. Coarse Aggregate a. Durable particles of gravel, crushed gravel, crushed blast furnace slag, crushed stone, or combination thereof, conforming to ASTM C33. b. Use clean, durable particles, free from frozen materials,clay, salt, alkali, vegetable matter, or other coating, which would adversely affect strength of concrete or bonding of aggregate to cement paste. 1) Non-Prestressed Concrete aggregate size from No. 4 to 1 %2-inch. 2) Prestressed Concrete aggregate size from No. 4 to 1-inch. c. The maximum size coarse aggregate to be as indicated above or no greater than three-fourths of the minimum clear spacing between parallel reinforcing bars or prestressing tendons,whichever is smaller. 4. Fine Aggregate B1001 - 4/8 10/13/2005 a. Natural sand as per ASTM C33. b. Fineness modulus between 2.4 and 2.9. 5. Water a. Free from oils, acids, alkalis, organic mater or other deleterious substances, and not containing more than 1,000 parts per million of sulphates. b. Testing not required from municipal supplies approved by Texas Commission on Environmental Quality (TCEQ), but from other sources water will be sampled and tested, at no additional cost to Owner, before use. 6. Slump a. Test method as per ASTM C 143. b. As indicated in Classification Table. 7. Mix Proportioning a. As per Classification Table, based on maximum water-cement ratio and minimum strength requirements, with limits set on minimum cement content. b. Increase cement content above minimum or use approved admixtures, without additional cost to Owner, if type, gradation, or sizes of aggregate being supplied gives concrete mixture not meeting strength and workability requirements. 8. Coring Materials: Per Item"Concrete Structures." B. Nonshrink Grout: Grout to have moderate fluidity and to conform to Corps of Engineers Specification CRD-C 621-82B. B1001 - 5/8 10/13/2005 CLASSIFICATION TABLE Max.Water Content(') Min.Comp. Pounds of Gallons of Min.Cement Per Strep h(psi) Water/Lb. Water/Bag C.Y.(2) Slump Range Total Air Content (in)* (%) Class-Type 7-Day I 28-Day Cement Cement Lbs. Bags A-Structural 2000 3000 0.55 6.25 494 5.25 2%2 to 4%2 2%2 to 41/2 - Asp-Structural(3) 2000 3000 0.50 5.65 423 4.50 7 to 10(4) 3 to 5 B-Slope 1200 2000 0.75 8.50 400 4.25 21/2 to 4 21/2 Protection C-Pipe Blocking --- 1500 0.97 11.00 282 3.00 3 to 5 3 to 6 D-Seal Slab --- --- --- -- 376 4.00 6 to 8 As needed E-Monolithic 2000 3000 0.55 6.25 564 6.00 4 to 6 3 to 5 Sewer F-Prestressed cn --- 5000 0.51 5.75 635 6.75 2 to 3 As needed G-Prestressed cn --- 6000 0.49 5.50 658 7.00 2 to 3 As needed K-Structural(6) 2800 4000 0.50 5.65 564 6.00 31/2 to 5 2%2 to 41/4 Ksp-Structural(3) 2800 4000 0.45 5.00 470 5.00 7 to 10(4) 3 to 5 P-Paving 6-Inch 1800 2800 0.66 7.50 423 4.50 3 to 5 21/2 to 41/2 (s) 450m P-Paving 7-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 2'/2 to 41/2 500m P-Paving 8-Inch 2000 3000 0.66 7 50 470 5.00 3 to 5 2%to 4% 550m *All slump Ranges+Y2-Inch Tolerance (1) Include in maximum water,free water in aggregate minus absorption of aggregate based on a 30-minute absorption period. (2) For concrete placed under water,minimum cement per cubic yard shall be 611 pounds (6.5 bags). (3) Asp and Ksp to contain approved High Range Water Reducing(HRWR)Admixture. (4) Maximum 2-Inch slump before addition of HRWR Admixture. (5) For prestressed concrete,water-reducing admixture may be used as needed. (6) Use approved water-reducing and retarding admixture. (7) Minimum flexural strength at 7 days. (8) Slump range 1-Inch to 3-Inch when slip form method of construction used. B1001 - 6/8 10/13/2005 PART 3 —EXECUTION 3.01 MIXING CONCRETE A. General 1. Ready mixed and in accordance with requirements of current ACI Building Codes. 2. Postpone or delay work during adverse weather conditions. 3. Protect dry batch material so that it reaches mixer in a dry condition. 4. Use batch mixer having approved and positive water control, and measuring device for all materials. 5. Continue mixing to ensure uniform distribution of materials, but not less than 11/2 minutes after all materials have been introduced into mixer drum. 6. Rotate drum at peripheral speed recommended by mixer manufacturer. 7. Mix and deliver as per ASTM C94. a. Add mixing water at plant. b. Mix concrete in quantities required for immediate use, and discharge at job site within one hour after introduction of cement to aggregate. If Contractor can prove that concrete consistency measured by slump will not be reduced by more than 2-inches when superplasticized concrete is used,time interval between mixing and placing may be extended to a maximum of 90 minutes or to a period in which slump loss will not exceed 2-inches. c. Begin mixing operation within 30 minutes after cement and aggregates intermingled. d. Ready-mixed concrete producer to furnish delivery tickets indicating: 1) Delivery date and time dispatched. 2) Name and location of project. 3) Name of contractor. 4) Name of ready mixed concrete producer. 5) Truck number. 6) Number of cubic yards of concrete in load. 7) Class of concrete. 8) Cement content in bags per cubic yard of concrete. 9) Amount of admixture in concrete, if any. 10) Number of gallons of water in mixture. 11) Air content. 8. Job mix concrete in approved type mixer, and do not load beyond manufacturer's rated capacity. a. Normal Weight Concrete 1) Mix batches of one cubic yard or less for minimum of 11/2 minutes after materials are placed in mixer. 2) Increasing mixing time 15 seconds for each half yard increased over on cubic yard batch. b. Maintain positive batch control equipment to within one percent(1%) accuracy. B1001 - 7/8 10/13/2005 c. Clean,maintain, and operate equipment so as to thoroughly mix material as required. d. Hand mixing permitted for small placements only, or in emergencies, as authorized. e. Hand-mixed batches not to exceed a two-bag in volume. 9. Do not mix when air temperature is at or below 40 deg. F (taken in the shade away from artificial heat) and falling, or if likely to fall below 40 deg. F in next 24 hours. 10. To produce concrete with minimum temperature of 50 deg. F, heat aggregate and/or water uniformly as follows: 1) Water temperature not to exceed 180 deg. F, and/or aggregate temperature not to exceed 150 deg. F. 2) Heat mass of aggregate uniformly. 3) Temperature of aggregates and water to be between 50 deg. F and 85 deg. F before introduction of cement. 3.02 INSTALLATION In accordance with other applicable TECHNICAL SPECIFICATIONS. 3.03 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 price bid for work of which this is a component part. B. Measure"Extra Concrete,"when approved by Engineer, by cubic yard of concrete of class ordered, complete in place. Pay for"Extra Concrete unit price bid per cubic yard for classes of"Extra Concrete" used B1001 - 8/8 Std.04/21/2006 ITEM NO. B 1002 — METAL FOR STRUCTURES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish and fabricate various metals for types of structures indicated on PLANS 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 materials 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 and corrosion. C. Handle so that material will not sustain bending or warping before and during placement. PART 2 -PRODUCTS 2.01 MATERIALS A. Structural Steel: Per ASTM A36, unless otherwise noted. B. Carbon Steel Castings: Per ASTM A27. C. Galvanized Sheet Metal: Per ASTM A525, for zinc-coated (galvanized) iron or steel sheets. D. Threaded Fasteners 1. Standard Bolts: Per ASTM A307 2. High-Strength Bolts: Per ASTM A325 E. Corrosion-Resisting(Stainless) Steel 1. Plate, Sheet, Strip, Fasteners Where No Welding Required: Per ASTM A 167, Type 316 or 304. 2. Plate, Sheet Strip, Fasteners Where Welding Required: Per ASTM A167, Type 316L or 304L. F. Copper B1002 - 1/2 Std.04/21/2006 1. Sheet, Strip, Plate: Per ASTM B 152,No. 110. 2. Rod, Bar, Shapes: Per ASTM B133,No. 110. G Lead: Pig leas per ASTM B29. H. Aluminum 1. Structural Shapes, Extrusions, Bars, Grating, Stair Treads: Per ASTM B221 and ASTM B308, Alloy 6061-T6. 2. Gravel Stops: Per ASTM B221, Alloy 6063-T42. 3. Other Items: Per recognized standards. PART 3 -EXECUTION 3.01 GENERAL REQUIREMENTS A. Galvanizing: Per ASTM A123,ASTM A153, and ASTM A386 as applicable. B. Re-galvanizing: Repair chipped or otherwise damaged galvanized areas by application of zinc dust-zinc oxide paint conforming to requirements of Federal Specification TT- P-641b or by application of repair compounds conforming to requirement of Federal Specification O-G-93 (stick only) in accordance with manufacturer' recommendations. 3.02 MEASUREMENT AND PAYMENT A. No separate pay for work performed under this Include cost of same in Contract price bid for work of which this is a component part. B1002 - 2/2 01/17/2011 ITEM NO. B2001 -CONCRETE STRUCTURES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Construction procedures for all types of concrete cast-in-place structures including methods for forming,placing,and curing. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 SUBMITTALS A. Submit samples mix designs,tests,and reports,per Item No. B1001 - "Concrete." B. Prior to start of work, submit following information when requested by Special Provision. 1. Methods of construction. 2. Plans for forms and falsework. 3. Amount and type of equipment. 4. Concrete placing schedule with facilities for handling concrete shrinkage. 5. Tabulation of concrete surfaces indicating types of fmish on each surface. PART 2-PRODUCTS 2.01 MATERIALS A. Concrete: Item No.B1001 -Concrete. The class of concrete for each type of structure or unit shall be as shown on the plans,or by pertinent governing specifications. B. Reinforcing Steel. All reinforcing steel shall conform to the provisions of Item No. B3001 - "Reinforcing Steel." C. Expansion Joint Material: Per ASTM D1752 and Texas Depai tuient of Transportation Standard Specifications for construction of highways, streets and bridges (TXDOT) Item 433, "Joint Sealants and Fillers." 1. Performed Fiber Material. Preformed fiber expansion joint material shall conform to the dimensions shown on the plans. Unless otherwise specified, "Performed Bituminous Fiber Material" shall be used. 2. Joint Sealing Material. Unless shown otherwise,the sealer shall be a"Low Modulus • Silicone Sealant." B2001 - 1/27 01/17/2011 3. Asphalt Board. Asphalt board shall conform to the dimensions shown on the plans. 4. Rebonded Neoprene Filler. Rebonded neoprene filler shall conform to the dimensions shown on the plans. D. Waterstop. 1. Rubber waterstop or polyvinyl chloride (PVC) waterstop shall be in conformance with TXDOT Item 435, "Elastomeric Materials." 2. Other types shall be as shown on the plans. E. Curing Materials:Unless otherwise indicated,use one of the following. 1. Membrane curing shall conform to TXDOT Item 526, "Membrane Curing." 2. Cotton mats shall consist of a filling material of cotton "bat" or "bats" (min. 12 oz. per sq. yd.); covered with unsized cloth (min. six (6) oz. per sq. yd); tuft or stitched to maintain stability; shall be free from tears;and shall be in good general condition. 3. Polyethylene sheeting shall be four(4) mil. minimum thickness and free from visible defects. It shall be clear or opaque white except when the temperature during the curing period does not exceed 60 F or when applicable to control temperature during mass pours. 4. Burlap-polyethylene mats shall be made from burlap impregnated on one side with a film of opaque white pigmented polyethylene and free from visible defects. 5. Laminated mats shall have not less than one (1) layer of an impervious material such as polyethylene, vinyl plastic or other acceptable material (either as a solid sheet or impregnated into another fabric)and shall be free of visible defects. F. Admixtures. Concrete admixtures shall comply with the requirements of TXDOT Item 437, "Concrete Admixtures". G. Epoxy. Unless otherwise specified, epoxy materials shall conform to TXDOT Item 575, "Epoxy". H. Latex Emulsions. Latex emulsion used for latex based grout/mortar, latex adhesive grout/mortar or other purposes shall conform to TXDOT Departmental Materials Specification D9-8110. Forms and Falsework 1. Timber a. Seasoned good quality timber, free from loose or unsound knots, knot holes, twists, shakes, decay, and other imperfections which would affect its strength or impair fmished surface of concrete. b. Wedges,when required,to be hardwood or metal. 2. Metal a. Thickness of metal forms as required to maintain true shape without warping or bulging. B2001 -2/27 01/17/2011 b. Keep metal forms free from rust, grease,or other foreign materials, and use only those which present a smooth surface and line up properly. c. Aluminum not permitted. J. Grout 1. Nonshrinking Grout: Premixed grout which is nonmetallic, noncorrosive, and nonstaining; containing specially selected silicon sands, cement, shrinkage compensating agents,plasticizing and water reducing agents. a. Conform to requirements of Corps of Engineers CRD-0588 Test Method CRD- 0589. b. Minimum 28-day compressive strength of 8,000 psi. c. Maintain grout temperature during placement between 50 deg.F and 90 deg.F. d. Prepare and place grout according to grout manufacturer's specifications. 2. Nonshrink Epoxy Grout: Five Star epoxy grout as manufactured by U.S. Grout Corporation or equal. K. Permanent Moisture Barrier: Polyethylene film minimum thickness of.006 inch (six mils) with high impact strength rating. L. Paint Type Coating: Synthetic elastomer-polyester base coating containing fiberglass, mica,and perlite,and may be either of the following: 1. "Tex-Cote" concrete gray fine textured "Bridge Coat" (Textured Coatings of America, Inc.) 2. "Scotch Shield"coatings(Preston Company). M. Waterproofmg: Self-adhering polyethylene with a rubberized asphalt mastic material. 1. Minimum 4 mil thickness polyethylene coated on one side with a layer of adhesive rubberized asphalt with protective membrane. 2. Designed for tensile strength of 250 psi when tested in accordance with ASTM D412-80. 3. Thickness to be 60 mils excluding the protective release membrane. 4. Furnish in rolls 36 inches minimum width and 50 feet minimum length. N. Coal Tar Epoxy Coating 1. Modified Coal Tar Epoxy Compound consisting of 100 percent sprayable solids not requiring solvent material for application or curing. Finished product to be flexible and free of chalking, checking, and hairline shrinkage cracks. Manufacturers: Madewell 1103 Coal Tar Epoxy Coating or equal. 2. Coal Tar Epoxy Primer: Madewell 927 or equal. B2001 - 3/27 01/17/2011 PART 3 -EXECUTION 3.01 GENERAL REQUIREMENTS Concurrence on the part of the Engineer of any proposed construction methods, approval of equipment, or of form and falsework plans does not relieve the Contractor of the responsibility for the safety or correctness of the methods,the adequacy of his equipment or from carrying out the work in full accordance with the contract. A. Time Sequence of Construction Operations. 1. Do not place superstructure members, forms, falsework, or erection equipment on substructure before concrete therein has attained a flexural strength of 425 psi. 2. Erect forms on footings support by piling or drilled shafts after concrete has attained a minimum flexural strength of 340 psi. Such work may begin on spread footings after concrete has aged at least 2 curing days. Concrete may be placed as soon as the forms and reinforcing steel are approved. 3. Support of tie beam and/or cap forms by falsework placed on previously placed tie beams is permissible, provided such beams have attained 425 psi. flexural strength, properly supported to eliminate stresses not provided for in design. 4. For bridges and direct traffic culverts, construction traffic and traveling public permitted in accordance with the following. a. Authorization for light construction traffic not to exceed a three-quarter ton truck may be given after last slab of concrete has been in place at least 14 days. b. After the last slab concrete has been in place at least 21 days, authorization may be given for other construction traffic, or for the traveling public when necessary. Vehicle exceeding the legal load limit will be allowed in accordance with TXDOT Item 6, "Control of Materials". 5. Forms, or screed supports for bridges, may be attached to I-beams or girders by welding, subject to the following requirements: a. Welds will not be permitted on tension flanges and in those areas shown on the plans or as directed by the Engineer. b. Welds shall be made in accordance with TXDOT Item 448, "Structural Field Welding". 3.02 CONSTRUCTION A. Forming 1. General Requirements: Shall be designed and constructed to safely carry the maximum anticipated loads, including wind loads, and to provide the necessary rigidity. Details of falsework construction shall be subject to review and approval by the Engineer. 2. Design Loads: For evaluating the adequacy of job fabricated falsework, a weight of 150 pounds per cubic foot shall be assumed for concrete, and a live load allowance of 50 pounds per square foot of horizontal surface of the form work shall be included. The maximum stresses shall not exceed 125 percent of the allowable stresses used for the design of structures. Commercially produced structural units used in falsework shall not exceed the manufacturer's maximum allowable working B2001 - 4/27 01/17/2011 load for moment, and shear or end reaction. The maximum allowable working load shall include an allowance of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for approval. 3. Falsework a. When wedges are used to adjust falsework to desired elevations, the wedges shall be used in pairs to insure even bearing. The use of wedges to compensate for incorrectly cut bearing surfaces will not be permitted. b. Sills or grillages shall be large enough to support the superimposed load without settlement, and unless founded on solid rock, shale or other hard materials, precautions shall be taken to prevent yielding of the supporting material. c. Falsework, which cannot be founded on a satisfactory spread footing, shall be placed on piling or drilled shafts having a bearing capacity sufficient to support the superimposed load without settlement. Falsework piling shall be driven to the required resistance determined by the applicable formula given in TXDOT Item 404, "Driving Piling". Drilled shafts for falsework shall be designed to carry the superimposed load using both skin friction and point bearing. d. Welding, when used, shall conform to the requirements of TXDOT Item 448, "Structural Field Welding". Each falsework bent shall be securely braced to provide the stiffness required with the bracing securely fastened to each pile or column it crosses. The falsework shall be removed when no longer required. Falsework piling shall be pulled or cut off not less than six (6) inches below finished ground level. Falsework, piling or drilled shafts in a stream, lake, or bay shall be completely removed to a point specified by the Engineer to prevent any obstruction to the waterway. 4. Forms. All forms shall be constructed in accordance with the following: a. General. Except where otherwise specified, forms may be of either timber or metal. 1) Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. 2) Studs, joists, wales or other devices used for form supports shall be of sufficient section and rigidity to withstand undue bulging or settling of the forms. Any device or method used for form support shall be subject to the approval of the Engineer. 3) Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. Job fabricated forms shall be designed for an additional live load of 50 pounds per square foot of horizontal surface. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used for the design of structures. 4) Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted to the Engineer for review. B2001 - 5/27 01/17/2011 5) Forms shall be practically mortar-tight,rigidly braced and strong enough to prevent bulging between supports and shall be maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner to prevent warping and shrinkage. 6) Offsets at form joints shall not exceed 1/16 inch. Form supports for slabs shall not be welded to the top flange of I-beams or girders except in accordance with the provisions of Article 3.02.A. 7) Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. 8) All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. 9) Permission to place concrete will not be given until all preparatory work is complete to the satisfaction of the Engineer. 10) If, at any stage of placement, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 11) Wet surface of forms to be in contact with concrete immediately before placing concrete. 12) Before concrete placement, align edges and faces of form panels and tape or fill joints with patching plaster or cold-water putty to prevent leakage; sand lightly with No. 0 sandpaper to make joints smooth. 13) Forms of any kind are not permitted under permanent structures. B. Timber Forms. 1. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections, which would affect its strength or impair the fmished surface of the concrete. 2. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred or has defects that will produce inferior work shall not be used and shall be promptly removed from work. 3. Form lining will be required for all forms surfaces, except for the inside of culvert barrels, inlets,manholes and box girders;the bottom of bridge decks between beams or girders; surfaces that are subsequently covered by backfill material or are completely enclosed;and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting such as polyethylene sheets shall not be used for form lining. Commercial form liners used to imprint a pattern or texture on the surface of the concrete shall be as shown on the plans and/or as approved by the Engineer. 4. Forms may be constructed of plywood not less than 1/2 inch in thickness. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces which remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior of the U.S. Department of Commerce, National Institute of Standards and Technology, U.S. Product Standard, latest edition. B2001 - 6/27 01/17/2011 5. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. 6. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least four(4) feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. 7. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. 8. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. 9. Molding for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided herein or shown on the plans, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring 3/4 inch on the side. 10. Except at structures where railing is to be attached, culvert headwall heights shall be adjusted as necessary to provide a maximum projection of three (3) inches above the roadway slope unless otherwise directed by the Engineer. As the entrance of all box culverts, a three (3) inch chamfer shall be provided along the bottom edge of the top slab. Reinforcing steel shall be adjusted as necessary to provide a minimum 1-1/4 inch clear cover. No changes will be made in quantities and no additional compensation will be allowed for this work. 11. All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. 12. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. 13. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least 1/2-inch from the concrete surface. The appliances shall be made so the metal may be removed without undue chipping or spalling of the concrete,and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods,bolts or ties will not be permitted. 14. Any wire ties used shall be cut back at least 1/2-inch from the face of the concrete. 15. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. 16. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. 17. Adequate clean-out openings shall be provided for narrow walls and other locations where access to the bottom of the forms is not readily attainable. 18. The facing of all forms shall be treated with bond breaking coating of such composition that would not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. C. Metal Forms. The foregoing requirements for timber forms regarding design, mortar- tightness, filleted corners, beveled projections, bracing, alignments, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. B2001 - 7/27 01/17/2011 The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or which line up improperly shall not be used. Metal shall be kept free from rust,grease or other foreign materials. D. Form Supports for Overhang Slabs. Form supports which transmit a horizontal force to a steel girder or beam, or to a prestressed concrete beam will be permitted, providing a satisfactory structural analysis has been made of the effect on the girder or beam and approval is granted by the Engineer. 1. When overhang brackets are used on prestressed concrete beam spans with slab overhangs not exceeding three (3) feet six (6) inches, bracing requirements shall conform to the details shown on the plans. 2. For spans in which the overhang exceeds three (3) feet six (6) inches, additional support will be required for the outside beams regardless of the type beam used. Details of the proposed support system shall be submitted by the Contractor for approval. 3. Holes in steel members for support of overhand brackets may be punched or drilled full size or may be torch cut to 1/4-inch under size and reamed full size. In no case shall the holes be burned full size. The hole shall be left open unless otherwise shown on the plans. The holes shall never be filled by welding. E. Drains. Weep holes and roadway drains shall be installed and constructed as shown on the plans. F. Joints 1. Expansion Joints. a. Joints and devices to provide for expansion and contraction shall be constructed in accordance with plan details and the requirements of this Item. b. The bearing area under the expansion ends of concrete slabs and slab and girder spans shall be given a steel trowel finish, and finished to the exact grades required. c. Bridging of concrete or mortar around expansion joint material in bearings and expansion joints shall be prevented. d. All open joints and joints to be filled with expansion joint material shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement of the span without requiring full form removal. e. When a "Type A" joint is shown on the plans, preformed fiber joint material shall be used in the vertical joints of the roadway slab, curb,median or sidewalk and the top one (1) inch thereof shall be filled with the joint sealing material shown herein or shown on the plans. f. The sealer shall be installed in accordance with TXDOT Item 438, "Cleaning and/or Sealing Joints and Cracks (Portland Cement Concrete)", and the manufacturer's recommendations. B2001 - 8/27 01/17/2011 g. Where preformed fiber joint material is used, it shall be anchored to the concrete on one(1) side of the joint by light wire or nails. h. Finished joints shall conform to the plan details with the concrete sections completely separated by the specified opening or joint material. i. Soon after form removal and again where necessary after surface finishing, all concrete shall be removed from within the joint opening to insure full effectiveness of the expansion joint. 2. Construction Joints. a. The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean that the manner and sequence of concrete placing shall not create a construction joint. b. Construction joints shall be of the type and at the locations shown on the plans. Construction joints other than those shown on the plans will not be permitted in bridge slabs. Additional joints in other members will not be permitted without written authorization from the Engineer. When additional joints are authorized, they shall have details equivalent to those shown on the plans for joints in similar locations. c. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all vertical joints. d. Construction joints requiring the use of joint sealing material shall be as shown on the plans. e. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. f. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign matter and saturated with water. All freewater shall be removed and the surface shall be in a moist condition when concrete and/or bonding grout is placed against it. g. Forms shall be drawn tight against the existing concrete to avoid mortar loss and offsets at joints. h. When shown on the plans or in other specifications, the joint surface shall be coated with bonding mortar,grout,or other specified material. i. When shown on the plans, Type V epoxy material shall be used for bonding fresh concrete to hardened concrete. The bonding epoxy shall be placed on a clean,dry surface and shall be tacky when the fresh concrete is placed. G. Seal for Foundations. Concrete for foundation seals, unless otherwise specified, shall be in accordance with TXDOT Item 400, "Excavation and Backfill for Structures". H. Placing Reinforcement. 1. Reinforcement shall be placed as provided in Item No. B3001 - "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders or to reinforcing steel except where shown on the plans to be permissible. 2. Post tensioning ducts shall be placed in accordance with the approved prestressing details, and in accordance with TXDOT Item 426, "Prestressing". The Contractor B2001 - 9/27 01/17/2011 shall maintain all ducts free of obstructions until all post tensioning operations are complete. Placing Concrete-General. 1. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement and other preparations. 2. The sequence of placing concrete shall be as shown on the plans or as required herein. 3. Concrete placement will not be permitted when impending weather conditions would impair the quality of the finished work. If conditions of wind, humidity, and temperature are such that concrete cannot be placed without cracking, concrete placement shall be done in the early morning or at night. When concrete mixing, placing, and finishing is done in other than daylight hours, provisions shall be made to adequately light the entire placement site. The Engineer will approve the adequacy of such lighting before operations are begun. 4. Where work has been started and changes in weather conditions require protective measures,the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures as outlined in Article 3.02.J. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need to be covered only to the extent necessary to control the moisture conditions in the aggregates. 5. After concrete has achieved initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement in order to prevent damage to the concrete. 6. Placing Temperature. a. The temperature of all concrete at the time of placement shall be not less than 50 F. b. The temperature of cast-in-place concrete in bridge slabs and top slabs of direct traffic structures shall not exceed 85 F when placed. Concrete diaframs, parapets, concrete portions of railing, curbs, and sidewalks, unless monolithically placed with the slab, will not be subject to the above maximum. Other portions of structures, when shown on the plans, shall require the temperature control specified. c. For mass concrete placements, as defined in Subarticle 3.02.I.15, the concrete temperature at the time of placement shall not exceed 75 F. 7. Transporting Time. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall conform to the requirements in Table 1. TABLE 1 TEMPERATURE-TIME REQUIREMENTS B2001 - 10/27 01/17/2011 Concrete Temperature Max Time Max Timee') (at point of placement) (No Retarding Agent) (With Retarding Agent) Non-Agitated Concrete: Above 80° F 15 30 80° F and Below 30 45 Agitated Concrete: Above 90° F 45 75 Above 75°through 90° F 60 90 75° F and Below 90 120 (t)Normal dosage of retarder 8. Transporting Equipment. a. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement shown on the plans or required by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other methods. b. When belt conveyors or pumps are used, sampling for testing should be done at the discharge end. When in the opinion of the Engineer, it is deemed impractical to sample as the discharge end, sampling may be done at the mixer provided that correlation testing is performed and documented to ensure specification requirements are met at the discharge end. c. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes, or other aluminum equipment. Pump lines shall conform to the following: 1) For Grade 2 coarse aggregate and smaller, the minimum size pump line shall be five(5)inches ID. 2) For Grade 1 coarse aggregate, the minimum size pump line shall be eight (8) inches ID. d. Chutes,troughs,conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When necessary to prevent segregation, such equipment shall terminate in vertical down-spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in the forms. e. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. 9. Forms. a. Openings in forms shall be provided, if needed, for the removal of laitance or foreign matter. b. All forms, prestressed concrete panels, T-beams, and concrete box beams on which concrete is to be placed shall be wetted thoroughly prior to placing concrete thereon. Any remaining puddles of excess water shall be removed. B2001 - 11/27 01/17/2011 The top of such members shall be in a moist surface dry condition when concrete is placed on them. 10. Handling, Placing, and Consolidation. The method of handling, placing, and consolidation of concrete shall minimize segregation of the concrete and displacement of the reinforcement. A uniform dense compact mass shall be produced. a. Handling and Placing. Concrete shall not have a free fall of more than five(5) feet, except in the case of thin walls such as in culverts or as specified in other items. Any hardened concrete splatter ahead of the plastic concrete shall be removed. Each part of the forms shall be filled by depositing concrete as near its final position as possible. Depositing large quantities at one point and running or working the concrete along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness,unless otherwise directed by the Engineer. Cold joints in a monolithic placement shall be avoided. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogeneous mass with the previously placed concrete. Not more than one (1) hour shall elapse between adjacent or successive placements of concrete, except as otherwise required by an approved placing procedure when revibration of the concrete is shown on the plans or specifications. This time requirement may be extended by 1/2 hour when the concrete contains not less than a normal dosage or retarding admixture. An approved retarding agent shall be used to control stress cracks and/or cold joints in placements where differential settlement and/or setting time may induce stress cracking. b. Consolidation. All concrete shall be well consolidated and the mortar flushed to the form surfaces with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one(1) stand-by vibrator shall be provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. A systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement,embedded fixtures, and into the corners and angles of the forms. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. 11. Slabs. a. Unless otherwise shown on the plans or other specifications, slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until the slabs have aged at B2001 - 12/27 01/17/2011 least four (4) full curing days. For the remainder of the curing period, timber planking will be required for carting of the concrete. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. b. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. c. A longitudinal screed may be placed directly on previously placed concrete slabs for the purpose of checking and grading of an adjacent slab after the previously placed slab has aged not less than 24 hours. Actual screeding may be done after the previously placed slabs have aged at least 48 hours. 12. Continuous Placements. For continuous placement of the deck on steel units, the initial set of the concrete shall be retarded sufficiently to insure that the concrete remains plastic in not less than three (3) spans immediately preceding the slab being placed. For simple spans, retardation shall be required only if necessary to complete finishing operations or as required by Article 3.02. 13. Fogging and Interim Curing. a. From the time of initial strike off of the concrete until finishing is completed and required interim curing is in place, the unformed surfaces of slab concrete in bridge decks and top slabs of direct traffic culverts shall be fogged when necessary to replace water loss due to evaporation. b. Fogging equipment shall be capable of applying water in a fine mist, not a spray. The fog shall be produced using equipment which pumps water or water and air under high pressure through a suitable atomizing nozzle. The equipment shall be hand operated and sufficiently portable for use in the direction of any prevailing wind. It shall be adaptable for intermittent use as directed by the Engineer to prevent excessive wetting of the concrete. c. Interim curing will be required for slab concrete in bridge decks and top slabs of the direct traffic culverts immediately upon completion of final fmish. Type 1- D membrane curing compound (Resin Base Only) will be required. Water curing will be required in accordance with Article 3.02 and shall be commenced as soon as possible without damaging the surface finish. 14. Installation of Dowels and Anchor Bolts. Dowels and anchor bolts may be cast-in- place or installed by grouting with grout, epoxy or epoxy mortar. Holes for grouting may be formed or drilled. a. General. Holes for anchor bolts shall accommodate the bolt embedment required by the plans. Holes for dowels shall be a minimum of 12 inches deep unless otherwise shown on the plans. When grout or epoxy mortar is used, the diameter of the hole shall be not less than twice the dowel or bolt diameter nor more than the diameter plus 11/2 inches. When using epoxy, the hole diameter shall be 1/16 inch to 1/4 inch greater than the dowel or bolt diameter. Holes shall be thoroughly cleaned of all loose material, oil, grease, or other bond breaking substance and blown clean with filtered compressed air. Holes shall be in a surface dry condition when epoxy type material is used. Holes shall be in a surface moist condition when Portland cement grout is used. The Contractor shall develop and demonstrate a procedure for cleaning and preparing the holes for installation of the dowels and anchor bolts that is satisfactory to the B2001 - 13/27 01/17/2011 Engineer. The void between the hole and dowel or bolt shall be completely filled with grouting material. b. Cast-in-Place or Grouted Systems. Portland cement grout, epoxy mortar, or other prepackaged grouts as approved by the Engineer may be used. Port cement grout shall conform to the pertinent provisions of TXDOT Item 421, "Portland Cement Concrete". Epoxy (Type V) and Epoxy Mortar (Type VIII) shall conform to TXDOT Item 575, "Epoxy". Grout, epoxy or epoxy mortar may be used as the binding agent unless otherwise indicated on the plans. c. Other Anchor Systems. These systems shall be in accordance with the plans and approved by the Engineer. 15. Mass Placements. a. Unless otherwise shown on the plans, for monolithic mass placements having a least dimension greater than five (5) feet, the Contractor shall develop a plan to assure that during the heat dissipation period, the temperature differential between the central core of the placement and the exposed concrete surface does not exceed 35°F. b. A detailed plan, along with an analysis of the associated heat generation and dissipation (heat flow analysis) shall be submitted to the Engineer for approval. No concrete shall be placed until this plan is approved. This plan may include a combination of the following: 1. Selection of concrete ingredients to minimize heat of hydration. 2. Using ice or cooling concrete ingredients. 3. Controlling rate of concrete placement. 4. Using insulation to control heat loss. 5. Using supplemental heat to control heat loss. 6. Use of fly ash. c. The Contractor shall furnish and install two (2) sets of strip chart temperature recording devices or approved equivalent at locations designated by the Engineer. These devices shall be accurate to within+/-2° F within the range of 32°F to 212° F and shall be used to simultaneously measure the temperature of the concrete at the core and the surface. J. Placing Concrete in Cold Weather. 1. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing during cold weather will not relieve the Contractor of the responsibility for producing concrete equal in quality to that place under normal conditions. Should concrete placed under such conditions prove unsatisfactory,it shall be removed and replaced. 2. Concrete may be placed only when the atmospheric temperature is greater than 35° F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32°F. 3. Aggregates shall be free from ice,frost and frozen lumps. When required,in order to produce the minimum specified concrete temperature,the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180° F, nor shall the aggregate temperature exceed 150° F. The heating apparatus shall heat the mass of aggregate uniformly. B2001 - 14/27 01/17/2011 The temperature of the mixture of aggregate and water shall be between 50° F and 85°F before introduction of the cement. 4. The Contractor shall provide and install recording thermometer(s) or other suitable temperature measuring device(s)to verify that all concrete is effectively protected as follows: a. The temperature of all unformed surfaces of bridge decks and top slabs of direct traffic culverts shall be maintained at 50° F or above for a period of 72 hours from time of placement and above 40°F for an additional 72 hours. b. The temperature at the surface of all concrete in bents, piers, culvert walls, retaining walls, parapets, wingwalls, bottom of slabs, and other similar formed concrete shall be maintained at 40° F or above for a period of 72 hours from time of placement. c. The temperature of all concrete, included the bottom slabs (footings) of culverts placed on or in the ground, shall be maintained above 32° F for a period of 72 hours from time of placement. 5. Protection shall consist of providing additional covering, insulated forms or other means,and if necessary, supplementing such covering with artificial heating. Curing as specified under Article 3.02.A shall be provided during this period until all requirements for curing have been satisfied. 6. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand and ready for use before permission is granted to begin placement. 7. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. K. Placing Concrete in Hot Weather. Unless otherwise directed by the Engineer,when the temperature of the air is above 85° F, an approved retarding agent will be required in all concrete used in superstructures and top slabs of direct traffic culverts. L. Placing Concrete in Water. 1. Concrete shall be deposited in water only when shown on the plans or with the written permission of the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping of water will not be permitted during the concrete placing,nor until it has set for at least 36 hours. 2. The concrete shall be placed with a tremie, or other approved method, and shall not be permitted to fall freely through the water nor shall the concrete be disturbed after being placed. The concrete surface shall be kept approximately level during placement. 3. The tremie shall consist of a water-tight tube of a diameter which will permit adequate placement of the concrete, but not greater than 14 inches. The tremie shall be constructed so that the bottom can be sealed and opened after the tremie is in place and fully charged with concrete. The tremie shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. The lower end of the tremie shall be submerged in the concrete at all times. 4. The placing operations shall be continuous until the work is complete. B2001 - 15/27 01/17/2011 5. Unless otherwise specified,all classes of concrete placed under water,except Class E and Class SS, shall be redesigned to contain an additional sack of cement per cubic yard more than the mix design being used. Pilot beam tests may be waived by the Engineer for this redesign. M. Placing Concrete in Superstructure. 1. Unless otherwise shown on the plans, simple span bridge slabs shall be placed without transverse construction joints by using either a mechanical longitudinal screed or a self propelled transverse finishing machine. For small placements or for unusual conditions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated screeding equipment. The screed shall be adequately supported on a header or rail system sufficiently stable to withstand the longitudinal or lateral thrust of the equipment. Unless otherwise shown on the plans, temporary intermediate headers will be permitted for placements exceeding 50 feet in length for the longitudinal screed, provided the rate of placement is rapid enough to prevent a cold joint and that these headers are designed for early removal to permit satisfactory consolidation and fmish of the concrete at their locations. 2. Unless otherwise shown on the plans, slabs on continuous units shall be placed in one continuous operation without transverse construction joints using a mechanical longitudinal screed or a self propelled transverse finishing machine. For unusual conditions, such as widening, variable cross slopes or transitions, the Engineer may waive the mechanical screed requirement and permit the use of manually operated screeding equipment. Rails for transverse finishing machines which are supported from the beams or girders shall be installed so that the supports may be removed without damage to the slab. Bond between removable supports and the concrete shall be prevented in a manner acceptable to the Engineer. Rail support parts which remain embedded in the slab shall not project above the upper mat of reinforcing steel. Rail or screed supports attached to I-beams or girders shall be subject to the requirements of Article 3.02.A. 3. Unless otherwise shown on the plans, for transverse screeding, the minimum rate of concrete placement shall be 30 linear feet of bridge deck per hour. The Contractor shall furnish personnel and equipment capable of placing, finishing and curing the slab at an acceptable rate to insure compliance with the specifications. 4. The profile gradeline may require adjustment, due to variation in beam camber and other factors, to obtain the required cover over the slab reinforcement. Beams shall be set in a sufficient number of spans so that when adjustment is necessary, the profile gradeline can be adjusted over suitable increments and the revised gradeline will produce a smooth riding surface. 5. One (1) or more passes shall be made with the screed over the bridge deck segment prior to the placement of concrete thereon to insure proper operation and maintenance of grades and clearances. 6. Slab concrete shall be deposited between the exterior beam and the adjacent beam prior to placing concrete in the overhang portion of the slab. 7. For transverse screeding, concrete shall be placed in transverse strips. Additionally, on profile grades greater than 1-1/2 percent,placement shall begin at the lowest end. 8. For longitudinal screeding,concrete shall be placed in longitudinal strips starting at a point in the center of the segment adjacent to one side,except as provided herein,and B2001 - 16/27 01/17/2011 the strip completed by placing uniformly in both directions toward the ends, except that for spans on a grade of 1-1/2 percent or more placing shall start at the lowest end. 9. The width of strips shall be such that the concrete therein will remain plastic until the adjacent strip is placed. Where monolithic curb construction is specified, the concrete shall be placed therein in proper sequence to be monolithic with the adjacent longitudinal strips of the slabs. 10 An approved system of checking shall be used to detect any vertical movement of the forms or falsework. Forms for the bottom surface of concrete slabs, girders and overhangs shall be maintained to the required vertical alignment during concrete • placing. 11. Unless otherwise shown on the plans, girders, slab and curbs of slab and girder spans shall be placed monolithically. Concrete girder stems shall be filled first and the slab concrete placed within the time limits specified in Article 3.02.I. a. Construction joints,when permitted for slab placements on steel and prestressed concrete beams, shall be shown on the plans. Where plans permit segmental placing without specifying a particular order of placement, any logical placing sequence which will not result in the overstressing of any of the supporting members will be permitted subject to the approval of the Engineer. 12. Any falsework under steel girder or truss spans shall be released and the spans swung free on their permanent supports before placing any slab concrete thereon. 13. When the curb forms are filled,the top of curb and sidewalk section shall be brought to the correct camber and alignment and finished as described in Articles 3.02.P and 3.02 V. N. Placing Concrete in Box Culverts. 1. Where the top slab and walls are placed monolithically in culverts more than four(4) feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for settlement and shrinkage in the wall concrete. 2. The footing slab shall be accurately finished at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified in Article 3.02.Q. Top slabs of fill type culverts shall be given a float finish. 0. Placing Concrete in Foundation and Substructure. 1. Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. 2. Placing of concrete footings upon seal concrete will be permitted after the cofferdams are free from water and the seal concrete cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. 3. All temporary wales or braces inside cofferdams shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints. 4. When footings can be placed in a dry excavation without the use of cofferdams, forms may be omitted, if approved by the Engineer, and the entire excavation filled B2001 - 17/27 01/17/2011 with concrete to the elevation of the top of footing. In this case, measurement for payment will be based on the footing dimensions shown on the plans. 5. Concrete in columns shall be placed monolithically between construction joints unless otherwise provided. Columns and caps and/or tie beams supported thereon may be placed in the same operation. To allow for settlement and shrinkage of the column concrete, it shall be placed to the lower level of the cap or tie beam and placement delayed for not less than one (1) hour nor more than two (2) before proceeding. P. Treatment and Finished of Horizontal Surfaces Except Roadway Slabs. 1. All unformed upper surfaces shall be struck off to grade and fmished. The use of mortar topping for surfaces under this classification will not be permitted. 2. After the concrete has been struck off, the surface shall be floated with a suitable float. Bridge sidewalks shall be given a wood float or broom finish or may be striped with a brush,as specified by the Engineer. 3. The tops of caps and piers between bearing areas shall be sloped slightly from the center toward the edge, and the tops of abutments and transition bents sloped from the backwall to the edge, as directed by the Engineer, so that the water drains from the surface. The concrete shall be given a smooth trowel finish. When shown on the plans, the top of caps and piers shall be coated with Type X epoxy material except for areas under shoes and bearing pads. Unless otherwise shown on the plans, the color shall be concrete gray. The color of the epoxy may be adjusted to concrete gray by the use of a black universal type tinting paste. Bearing areas for steel units shall be constructed in accordance with TXDOT Item 441, "Steel Structures". 4. Bearing seat build-ups or pedestals for concrete units may be cast integrally with the cap or with a construction joint as follows: 5. The bearing seat build-ups shall be constructed of a latex based mortar or an epoxy mortar, mixed in accordance with the manufacturer's recommendation. Pedestals shall be constructed of Class"C"concrete,reinforced as shown on the plans. 6. Bearing areas under elastomeric pads or non-reinforced bearing seat build-ups shall be given a textured,wood float finish. Q. Finish of Roadway Slabs. 1. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 2. For concrete slab or concrete slab girder spans cast in place on falsework, an additional amount of camber shall be provided to offset the initial and final deflections of the span. The additional amount of camber shall be determined from the dead load deflection diagram shown on the plans. When dead load deflections is not shown on the plans, the additional amount of camber shall be 1/8 inch per ten foot of span length but not to exceed 1/2 inch. For pan girder spans the additional camber for initial and fmal deflections shall be approximately 1/2 inch for 30 foot spans and 5/8 inch for 40 foot spans unless otherwise directed by the Engineer. 3. Roadway slabs supported on prestressed concrete, steel beams or girders shall receive no additional camber, except that for slabs without vertical curvature, the longitudinal camber shall be approximately 1/4 inch. B2001 - 18/27 01/17/2011 4. Dead load deflection shall be taken into account in setting the grades of headers and rail systems. 5. Work bridges or other suitable facilities shall be provided by the Contractor from which to perform all finishing operations and check measurements for slab thickness and reinforcement cover. 6. As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber or section. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds,except those of the roller drum type, shall be provided with metal cutting edges. 7. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent fmished slab. 8. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface,true to grade and free of voids. 9. If necessary, the screeded surface shall be worked to a smooth fmish with a long handled wood or metal float,or hand floated from bridges over the slabs. 10. When required by the Engineer,the Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over 1/16 inch in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots,voids or rough spots. 11. Rail support holes shall be filled with concrete and finished to match the top of the slab. 12. Unless otherwise shown on the plans, when no additional wearing course is to be placed, the bridge deck surface shall be given a grooved steel tine fmish. The grooves shall be approximately 1/8 to 3/16 inch deep, approximately 1/8 inch wide. The tines shall be randomly spaced approximately 3/4 to one (1) inch apart. The grooves shall run perpendicular to the structure center line when a transverse screed is used and parallel to the structure centerline when a longitudinal screed is used. Areas which receive insufficient texture depth shall receive additional texturing, when directed by the Engineer, by saw grooving in accordance with the procedure given below. 13. At the option of the Contractor, or when shown on the plans, the surface shall be given its final texture by saw grooving to meet the above requirements. Saw grooving may be done a minimum of four (4) days after the slab concrete has been placed. If saw grooving is done prior to the completion of curing,the curing shall be continued after sawing to provide the minimum curing time required. 14. When shown on the plans that a concrete overlay is to be placed on the slab (new construction) or on prestressed concrete box beams or other precast elements, the slab or the top surface of shear key and diafram concrete shall be given a broom finish. The fmish shall have an average texture depth of approximately 0.035 inches B2001 - 19/27 01/17/2011 with any individual test, not falling below 0.020 inches unless otherwise shown on the plans, when tested in accordance with Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. 15. When the plans require that an asphaltic seal, with or without overlay, on the slab (new construction), on prestressed concrete box beams or other precast elements,the slab or top surface of shear key and diafram concrete shall be given a lightly textured broom finish having an average texture depth of approximately 0.025 inches when tested in accordance with TXDOT Test Method Tex-436-A. 16. Straightedge requirements will be required on slabs (new construction) to be overlaid. 17. After the concrete slab has attained final set, the Engineer may require that the fmished surface be tested with a standard 10-foot straightedge. The straightedge shall be used parallel to the centerline of the structure to bridge any depressions and tough high spots. Ordinates of the irregularities, measured from the face of the straightedge to the surface of the slab, should normally not exceed 1/8 of an inch, making proper allowances for camber, vertical curve and surface texture; however, occasional variations exceeding this will be acceptable if, in the opinion of the Engineer,the variations will not produce unacceptable riding qualities. 18. When directed by the Engineer, irregularities exceeding the above shall be corrected. Areas which are corrected to produce satisfactory riding qualities shall be provided with an acceptable surface texture in a manner approved by the Engineer. R. Curing Concrete. 1. The Contractor shall inform the Engineer of the methods proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods,equipment and material approved prior to placing concrete. 2. Unless otherwise noted herein or shown on the plans, the choice of curing methods shall be at the option of the Contractor, except that the Engineer may require the same curing methods for like portions of a single structure. 3. Inadequate curing and/or facilities shall be cause for the Engineer to delay all concrete placement on the job until remedial action is taken. 4. All concrete shall be cured for a period of four (4) curing days except as noted herein. B2001 - 20/27 01/17/2011 TABLE 2 EXCEPTIONS TO 4-DAY CURING Description Type of Cement Required Curing Days Upper surfaces of bridge slabs, top slab of direct traffic culverts, I or III 8 and concrete overlays II or I/111* 10 All types with fly ash 10 Concrete Piling Build-ups All 6 *Meets the requirements of both Type I and Type II.. 5. When the air temperature is expected to drop below 40° F, the concrete shall be covered with polyethylene sheeting, burlap-polyethylene blankets, mats or other acceptable materials to provide the protection required by Article 3.02.J. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50° F for at least 10 hours, or on colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40° F for the entire 24 hours. The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the requirements of Table 3 and the following additional requirements for each method of curing: a. Form Curing: When forms are left in contact with the concrete, other curing methods will not be required except for exposed surfaces and for cold weather protection. b. Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in TXDOT Item 421, "Portland Cement Concrete". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be used. 1) Wet Mat Curing. This curing method shall consist of keeping the concrete continuously wet by maintaining wet cotton mats in direct contact with the concrete for the required curing time. Damp burlap blankets made from nine (9) ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of cotton mats. The cotton mats may then be placed dry and wetted down immediately after they are placed. The mats shall be weighted down adequately to provide continuous contact with all concrete where possible. B2001 - 21/27 01/17/2011 Surfaces which cannot be cured by direct contact shall be covered with mats forming an enclosure well anchored to the forms or ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. Wet mat curing will be required for Part A in Table 3 when the anticipated ambient temperature is expected to remain above 40 F for the first 72 hours of the curing period. Polyethylene sheeting, burlap-polyethylene blankets, laminated mats or insulating curing mats placed in direct contact with the slab will be required when the air temperature is expected to drop below 40 F during the first 72 hours of the curing period. These curing materials shall be weighted down with dry mats to maintain direct contact with the concrete and to provide insulation against cold weather. Supplemental heating or insulation may be required in cold and/or wet weather if the insulating cotton mats become wet or if the concrete drops below the specified curing temperature. 2) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. 3) Ponding. This curing method requires the covering of the surfaces with a minimum of two(2) inches of clean granular material,kept wet at all times, or a minimum of one (1) inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. c. Membrane Curing. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where membrane curing is permitted except that Type 1-D (Resin Base Only) will be required for bridge slabs and top slabs of direct traffic culverts and all other surfaces which may require a higher grade of surface finish. B2001 - 22/27 01/17/2011 TABLE 3 CURING REQUIREMENTS Error! Bookmark not defined. REQUIRED PERMITTED Error! Bookmark not defined. Water for Membrane Water for Membrane for STRUCTURE UNIT Complete for Interim Complete Complete DESCRIPTION Curing Curing Curing Curing A. Upper surfaces of Bridge X X Roadway,Median and Sidewalk (Resin slabs,Top Slabs of Direct Traffic Base) Culverts. B. Top Surface of any Concrete X Unit upon which Concrete is to be placed and bonded at a later interval (Stub Walls,Risers,etc.). Other Super structure Concrete (Curbs Wingwalls,Parapet Walls, etc.). C. All Substance Concrete, *X *X Culverts, Box Sewers,Inlets, Manholes,Retaining Walls, Riprap,Railing Error! Bookmark not As specified in other items. defined.All other concrete *Polyethylene Sheeting,Burlap-Polyethylene Mats or Laminated Mats in close intimate contact with the concrete surfaces will be considered equivalent to water or membrane curing. For substructure concrete only one (1) type of curing compound will be permitted on any one (1) structure. Material requirements and construction methods shall be as required by TXDOT Item 526, "Membrane Curing",except as changed herein. Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or shown on the plans, the choice of membrane type shall be at the option of the Contractor. B2001 - 23/27 01/17/2011 S. Removal of Forms and Falsework. 1. Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than 12 hours, provided the removal can be done without damage to the concrete. 2. Forms for inside curb faces be removed at such time the removal can be done without damage to the curb. 3. Weight supporting forms and falsework for all bridge components and culvert slabs, except as noted herein, shall remain in place a minimum of four(4)curing days. The forms then may be removed if the concrete has attained a flexural strength of 425 psi, as evidenced by strength tests using test beams made from the same concrete and cured under the same conditions as the portion of the structure involved. Forms for other structural components may be removed as specified by the Engineer. 4. Inside forms (walls and top slabs) for box culverts and sewers may be removed after concrete has aged not less than one (1) day (24 hrs.) and has acquired a flexural strength of not less than 225 psi,provided an overhead support system, approved by the Engineer, is used to transfer the weight of the top slab to the walls of the box culvert or sewer before the support provided by the forms is removed. 5. When all test beams made for the purpose of form removal have been broken without attaining the required strength, forms shall remain in place for a total of 14 curing days. 6. The above provisions relative to form removal shall apply only to forms or parts thereof which are constructed to permit removal without disturbing forms or falsework required to be left in place for a longer period on other portions of the structure. 7. All forms and falsework shall be removed unless otherwise approved by the Engineer. T. Defective Work. Any defective work shall be repaired as soon as possible. Any defect which in the opinion of the Engineer cannot be repaired satisfactorily to the extent required by the Engineer shall be removed and replaced at the expense of the Contractor. U. Finishing Exposed Surfaces. A Surface Finish shall be applied to all concrete surfaces and shall be in accordance with TXDOT Item 427, "Surface Finishes for Concrete". 3.03 MEASUREMENT A. The quantities of concrete of the various classifications which will constitute the completed and accepted structure or structures in place will be measured by the cubic yard, each, square foot, square yard, or linear foot as shown on the plans or as each is shown in the bid proposal. Measurement will be as follows: 1. General. a. All concrete quantities will be based on the dimensions shown on the plans or those established in writing by the Engineer. Diafram concrete, when required, will be included in the slab measurement. b. In determining quantities, no deductions will be made for chamfers less than two (2) inches, embedded portions of structural steel or prestressed concrete beams, piling, anchor bolts, reinforcing steel, drains, weep holes, junction B2001 - 24/27 01/17/2011 boxes, electrical or telephone conduit, conduit and/or voids for prestressed tendons or for embedded portions of light fixtures. c. For pan girder spans, a quantity will be included for the screed setting required to provide proper camber in the roadway surface after form removal. d. For slabs on steel and prestressed beams, a quantity for the haunch between the slab and beams will be included when required. No measurement will be made during construction for variation in the amount of haunch concrete due to deviation from design camber in the beams. e. For slabs on panels, T-beams, or box beams, the combination of span length, theoretical camber in beams, computed deflections, and planvertical curve will be taken into account in determining the quantity for the slab. f. Additional concrete which may be required by an adjustment of the profile grade line during construction, to insure proper slab thickness, will not be measured for payment. g. Variation in concrete headwall quantity incurred when an alternate bid for pipe is permitted will not be measured for payment. h. Quantities revised by a change in design, measured as specified herein, will be increased or decreased,as the case may be,and included for payment. 2. Plan Quantity. a. For structure elements designated in Table 4, and when measured by the cubic yard, this is a plans quantity measurement Item and the quantity to be paid for will be that quantity shown in the proposal. If no adjustment of quantities is required, additional measurements or calculations will not be required. b. When the quantity for a complete structure element has been erroneously included or omitted from the plans, the quantity shown on the plans for that element will be added to or deducted from the plan quantity and included for payment. A complete structure element will be the smallest portion of a total structure for which a quantity is included on the plans. c. When the plan quantity for a complete structure element is in error by five (5) percent or more, a recalculation will be made and the corrected quantity included for payment. 3. Measured in Place. a. For those Items not measured for plan quantity payment, measurement will be made in place. B2001 - 25/27 01/17/2011 TABLE 4 PLAN QUANTITY PAYMENT (Cubic Yard Measurement Only) Culverts and Wingwalls Slabs on Steel Spans Headwalls for pipe Slabs on Prestressed Spans Retaining Walls Pan Girder Spans Inlets and Manholes Pile Bent Caps Slab Spans Shear Key Concrete Slab and Girder Spans Abutments Note: Other structure elements may be paid for as "plan quantity", including pier and bent concrete,when shown on the plans. For those portions of structures not listed in Table 4, the concrete quantities, measured as provided in Subarticle 3.03.A.(1) will be paid for at the unit price bid per "Cubic Yard", per "Each", per "Square Foot", per "Square Yard", or per "Linear Foot", in place, for the various classifications of concrete shown. 3.04 PAYMENT A. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the various structure elements specified of the various classes of concrete. This price shall be full compensation for furnishing, hauling and mixing all concrete materials; for furnishing, bending, fabrication, splicing, welding and placing the required reinforcement; for all clips, blocks, metal spacers, ties,wire or other materials used for fastening reinforcement in place; for placing, finishing and curing all concrete; for all grouting and pointing; for furnishing and placing drains; for furnishing and placing metal flashing strips; for furnishing and placing expansion joint material required by this Item; and for all forms and falsework, labor,tools,equipment and incidentals necessary to complete the work. B. Concrete which fails to meet minimum strength requirements may be rejected or a structural review may be made by the Engineer. Such concrete which is proven structurally adequate may be accepted at an adjusted price based on the following formula: A = .10Bp+.75(Sa/Ss)2 Bp B2001 - 26/27 01/17/2011 A = Amount to be paid per unit of measure Sa = Actual strength from beams or cores. Ss = Minimum required strength (specified) Bp = Unit bid price B2001 - 27/27 THIS PAGE BLANK INTENTIONALLY Std. 04/21/2006 ITEM NO. B2002—METAL STRUCTURES PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: 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 SUBMITTALS Submit the following in accordance with Contract Documents. A. Shop Drawings 1. Required for structural steel forgings,wrought iron, castings, or bearings. 2. Required for camber and erection diagrams, 3. Shop drawings to reflect use of submerged are welding, gas metal arc welding, or cored arc welding. 4. Submit preliminary erection drawings showing sequence of erection, location of falsework, and location of ground and air splices. 5. Provide the following information for members fabricated by welding or bolting. a. Fabricating procedures. b. Calculated stresses. c. List of equipment used for fabrication. d. Sequence of assembly. e. Details of connections. f. Special process such as planning, facing, etc. B. Certificates 1. Submit certified copy of mill certificates of compliance with requirements herein specified for structural steel and other metals 2. Submit certified copy of shop welding test in compliance with requirements herein specified. 3. Mill test not required for miscellaneous hardware, bolts, nuts, washers, screws, etc. C. Welding:Equipment, procedures, operations, workmanship, qualification of welders, and inspection to conform with AISC and AWS. 1. Shop welding to be at no additional cost to Owner. a. Make random radiographic inspections of 35 percent of primary welds. b. Welds requiring repairs to be retested by radiography after repairs are made. B2002 - 1/4 Std. 04/21/2006 c. If defective work is found, make additional radiographs on sections welded by same equipment and/or operator just prior to and just after the section containing the defect. d. Radiography required because of unacceptable welding to be performed by approved commercial laboratory at no additional cost to Owner. 2. Field Welding a. Make random radiographic inspections of 25 percent of primary welds. b. Radiograph defective weld repairs. c. Radiography required because of unacceptable welding to be preformed by approved commercial laboratory at no additional cost to Owner. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handle material so as to prevent its injury or damage. B. Store material on skids aboveground and keep clean, properly drained and protected from elements causing corrosion or other damage. C. Store girders and beams upright, and prevent excessive deflection. D. Store piles at locations approved by Owner. PART 2—PRODUCTS 2.01 MATERIALS A. Structural Steel and Other Materials: Per Item"Metals for Structures." B. Electrodes for welding to conform to the following. 1. For Manual Shielded Metal-Arc Welding: Per AWS A5.1 or AWS A5.5. 2. For Gas Metal-Arc Welding: Per AWS A5.18 or AWS A5.20. 3. For stainless steel use 309-CB stabilized welding rods. PART 3 —EXECUTION 3.01 FIELD ERECTION A. Methods and Equipment 1. Spot welding to eliminate erection bolts not permitted. 2. Securely tie and/or brace beams or girders over roadway or railroad. Protect traffic below from falling objects during construction. B. Falsework: Properly designed, constructed, and maintained. B2002 -2/4 Std. 04/21/2006 C. Straightening Bent Material 1. Straighten plates, angles, built-up members, and other shapes by methods that will not produce fracture or other injury to material. 2. Straighten individual pieces before assembly. 3. Straighten distorted built-up members by mechanical means, or by carefully supervised application of localized heat in limited amounts. a. Do not apply heat directly on weld metal. b. Temperature of heated area not to exceed 1200 F (dull red). 4. After straightening bend or buckle, inspect surface of metal for evidence of fracture. 5. Replace materials damaged by straightening at no additional cost to Owner. D. Galvanizing 1. Galvanized rolled, pressed, or forged steel shapes, plates, pipes and bars as per ASTM A153. 2. Galvanized steel or iron castings as per ASTM A153, Class A. 3. Galvanized bolts, nuts, screws, washers, and other miscellaneous hardware as per ASTM A153, Class C or D. 4. As specified on PLANS. E. Paint and Painting 1. Shop painting a. Conform to requirements of AISC except clean steel by buffing. b. Apply paint at minimum rate of one gallon to 450 square feet. c. Do not paint metal surfaces in contact with concrete or on which plates will be applied in field or within 2 inches of field welds. d. Thoroughly clean surfaces of other metal of dirt, grease, oil, and other foreign matter before transporting to jobsite, and shop paint only if specified on PLANS or by TECHNICAL SPECIFICATIONS. 2. Field Painting: Per Item "Painting and Protective Coating." F. Bearing and Anchorage 1. Place castings, bearing plates, or shoes on full and even bearing on concrete. 2. Place castings, bearing plates; or shoes on preformed fabric pads as specified. 3. Adjust grade with Portland cement, mortar of one part cement and two parts sand by weight. a. Minimum thickness of mortar bed 1/8 inch. b. Maximum thickness of mortar bed 3/8 inch. c. Provide adequate curing. 4. Use approved latex-based grout and galvanized steel shims for grade adjustments over 3/8 inch. 5. Use graphite spring lubricant for sliding movement surfaces. 6. Paint rolling surface of rocker shoes. 7. Anchor Bolt Setting a. Cast in Place. Clean holes before grout placement. B2002 - 3/4 Std. 04/21/2006 b. With written approval, by drilling and grouting with nonshrinking grout. c. With written approval, by formed holes and grouting with nonshrinking grout. G. Misfits 1. Correct minor error in shop work. 2. Report any error in shop work. 3. Correct misfits in presence of Engineer. 4. Burning bolt holes not permitted. H. Clean-up: Clean up area and remove excess material, dismantled forms and falsework, and debris during construction, and clean-up area completely and thoroughly after completion of the work herein described. 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. B2002 -4/4 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 Std. 10/26/93 ITEM NO. B3002 — METALLIC-COATED STEEL CHAIN LINK FENCE & FABRIC PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: This item gives the nomenclature, definition, and general requirements for metallic-coated steel chain fence fabric and framework for industrial usage, as covered by ASTM. See page 4 of applicable documents. 1.02 DESCRIPTION OF TERMS A. Chain Link Fence Fabric: A fencing material from steel wire helically wound and interwoven in such a manner as to provide a continuous mesh without knots or ties except in the form of knuckling or of twisting the ends of the wires to form the selvage of the fabric. B. Knuckling: This term is used to describe the type of selvage obtained by interlocking adjacent pairs of wire ends and then bending the wire ends back into a closed loop. C. Twisting: This term is used to describe the type of selvage obtained by twisting adjacent pairs of wire ends together in a closed helix of 1-1/2 machine turns, which is equivalent to three full twists, and cuffing the wire ends at a sharp angle to provide sharp points. The wire ends beyond the twist shall be at least 'A inch long. D. Diamond Count: A term used to designate the number of mesh opening in each height of fabric. 1.03 SUBMITTALS Submit the following in accordance with Contract Documents: A. Product data for all materials used. B. Shop drawings showing sizes, fabrication, anchorage, finishes, and other pertinent data. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver fabric, posts, gates, and accessories to job site with sufficient protection, bracing, etc. to ensure arrival in undamaged condition. B3002 - 1/8 B. Store in original bundles on level supports and protect to prevent damage until erected. PART 2 - PRODUCTS 2.01 MATERIALS A. Fence and Fabric 1. Base Metal: The base metal of the fabric shall be a good commercial quality of steel wire of the gages specified in Table 1. 2. Zinc Coating: The zinc coating on the fabric may be ordered in two coating weight classes; as Class 1 — the weight of zinc coating shall not be less than 1.2 oz/ft2 of uncoated wire surface; or Class 2 - the weight of zinc coating shall not be less than 2 oz/ft2 of uncoated wire surface as determined from the average of results of two or more specimens, and not less than 1.8 oz/ft2 of uncoated wire surface for any individual specimen. The zinc used for the coating shall conform to the grades specified in ASTM Designation B6, Standard Specification for Slab Zinc. 3. Aluminum Coating: The wire shall be aluminum coated by the hot-dip process before weaving into the fabric. The weight of aluminum coating for 6 ga. (0.192") and 9 ga. (0.148") shall not be less than 0.40 oz. per sq. ft. and for 11 ga. (0.120") shall not be less than 0.35 oz. per sq. ft. of uncoated wire surface when tested. 4. Aluminum Alloy: ASTM F1183, - Chain link fabric woven from aluminum alloy, 9 gauge (0.148") or 6 ga. (0.192"),wire. 5. Other Materials: Refer to ASTM A817 for other metallic-coated carbon steel wire used in the manufacture of chain-link fence fabric. B. Fabric Sizes: The height, diamond count, size of mesh, and wire diameters of chain link fabric shall be as given in Table 1. The methods of measurement and tolerances are given in 2.01 B.1.,2. and 3. 1. Height of Fabric: The height of the fabric shall be the overall dimension from ends of twists or knuckles. The tolerance of the nominal height shall be plus or minus one inch. 2. Mesh Sizes: The size of the mesh shall conform to the requirements as shown in Table 1. The permissible variation from the specified size of mesh shall be +/- 1/8 in. for all mesh sizes over 1 in. and +/- 1/16 in. for all mesh sizes 1 in. and under. B3002 - 2/8 3. Wire Diameter: The diameter of the coated wire shall be determined as the average of two readings measured to the nearest 0.001 inch taken at right angles to each other on the straight portion of the parallel sides of the mesh. The tolerance in the diameter of the coated wire shall be+/- 0.005 inch. C. Selvage: Fabric with 2 inch or 2-1/8 inch mesh, in heights less than 72 inches shall be knuckled at both selvages. Fabric 72 inches high and over shall be knuckled at one selvage and twisted at the other. These are the standard selvages. Other selvage combinations will be supplied only if specified by the purchaser. Caution: Twisted selvages for fences under 72 inches in height are not recommended because of consumer safety considerations. The selvages of fabrics with meshes of less than 2 inch shall be knuckled on both edges. D. Workmanship: Chain link fence fabric shall be produced by methods recognized as good commercial practice. The metallic coating shall be applied in a continuous process and shall not be applied to the fabric in roll form. Excessive roughness, blisters, frozen joints, bruises and flaking shall be noted. These and other obvious defects, if present to any considerable extent,may provide a basis for fabric rejection. 2.02 INDUSTRIAL STEEL GUIDE FOR FENCE RAILS, POSTS, GATES AND ACCESSORIES A. Materials: Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands, and other parts shall be of steel, malleable iron, ductile iron or equal except that post tops, rail ends,ties and clips may be of aluminum. 1. Intermediate post shall be Type I or Type II round pipe or "C"roll formed section conforming to the dimensions and weight shown on Table 4. a. Type I round post shall be hot dipped galvanized produced to conform with ASTM F-1083 standard weight(Schedule 40). b. Type II round post shall be steel pipe cold-formed and welded, per ASTM F669,Group IC, having a minimum yield strength of 50,000 psi. c. Formed Steel "C" Section shall be rolled form steel shapes, produced from ASTM A-570 Grade 45 and ASTM A-572, Grade 45, and shall be fabricated with zinc coating as per ASTM A-123. 2. Terminal posts, braces, rails and gate materials shall be round or square Type I as shown in letter (a) above or round Type II as shown in letter (b) above, and shall conform to dimensions and weights as shown in Table II. B3002 - 3/8 B. Zinc Coating: All steel and iron parts shall be zinc coated by the hot-dipped method, using zinc Grade E. The weight of zinc coat on Type I rail, post and brace shall have not less than 1.8 oz. per sq. ft. zinc coating, as shown in letter (a) above. Type II steel rails, posts and braces shall have an average weight of not less than 0.90 oz. per sq. ft., as shown in letter (b) above. Zinc weight shall be determined in accordance with ASTM A-90. C. Gates: Gates shall be swing or sliding as required, complete with latches, stops, keepers, hinges, or rollers and roller tracks, and when so required, with provision for three strands of barbed wire above the fabric. Swing gates shall conform to ASTM F- 900. Slide gates shall conform to ASTM F-1184. 1. Gate Frames shall be constructed of tubular members welded at all corners or assembled with fittings. On steel, welds shall be painted with zinc-based paint. Where corner fittings are used, gates shall have truss rods of 5/16 inch minimum nominal diameter to prevent sag or twist. Gate leaves shall have a vertical interior bracing at maximum intervals of 8 feet and shall have a horizontal interior member if fabric height is 8 feet or more. When barbed wire top is specified, the end members of the gate frames shall be extended one foot above the top horizontal member to which 3 strands of barbed wire, uniformly spaced, shall be attached by use of bands, clips or hook bolts. Dimensions and weights of gate frames shall be as shown in Table 4. 2. Gate Fabric shall be the same type as used in the fence construction. The fabric shall be attached securely to the gate frame at intervals not exceeding 15 inches. 3. Gate Hinges shall be of adequate strength for gate, and with large bearing surfaces for clamping in position. The hinges shall not twist or turn under the action of the gate. The gates shall be capable of being opened and closed easily by one person. 4. Gates Latches, Stops and Keepers shall be provided for all gates. Latches shall have a plunger-bar arranged to engage the center stop, except that for single gates of openings less than 10 feet wide a forked latch may be provided. Latches shall be arranged for locking. Center stops shall consist of a device arranged to be set in concrete and to engage a plunger bar of the latch of double gates. No stop is required for single gates. Keepers shall consist of a mechanical device for securing the free end of the gate when in the full open position. D. Post Braces: shall be provided for each gate, corner, pull, and end post for use when top rail is omitted or with fabric 6 feet or more in height, and shall consist of a round tabular brace extending to each adjacent line post at approximately midheight of the fabric, and a truss consisting of a rod not less than 5/16 inch nominal diameter from the line post back to the gate, corner, pull, or end post, with a turnbuckle or other B3002 - 4/8 equivalent provision for adjustment. Truss rods may be eliminated in any line of fence where there is continuous center rail. E. Post Tops: shall consist of ornamental tops or combination tops with barbed wire supporting arms, as required. When so required, or when a top rail is to be provided, the top shall be provided with a hole suitable for the through passage of the top rail. The post tops shall fit over the outside of posts and shall exclude moisture from posts. F. Barbed Wire Supporting Arms, when required to be furnished, shall be at an angle of approximately 45 degrees or vertical, as required,and shall be fitted with clips or other means for attaching three strands of barbed wire. With 45 degrees arms, the top wire shall be approximately twelve inches horizontally from the fence line and the other wires spaced uniformly between the top of the fence fabric and the outside strand. Barbed wire arm shall be of sufficient strength to withstand a weight of 250 pounds applied at the outer strand of barbed wire. Six line barbed wire"V" arm may be used, if desired. G. Top Rails: shall be lengths not less than 18 feet, and shall be fitted with couplings or swedged for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 minimum wall thickness, and shall allow for expansion and contraction of the rail. Open seam outside sleeves shall be permitted only with a minimum wall thickness of 0.100 inches. Suitable ties or clips shall be provided in sufficient number for attaching the fabric securely to the top rail at intervals not exceeding 24". Means shall be provided for attaching the top rail to each gate, corner, pull and end post. Tension wire is required at top of fence if top rail is omitted. See paragraph K. H. Tension Bars: shall not be less than 3/16 by 3 inch and not less than 2 inches shorter than the normal height of the fabric with which they are to be used. One tension bar shall be provided for each end and gate post, and two for each corner and pull post. Ties of Clips: of adequate strength shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches; and not exceeding 24 inches when attaching fabric to top rail or tension wire. J. Bands or Clips: of galvanized steel or aluminum alloy per ASTM F-626 shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands shall be formed from flat or beveled steel and shall have a minimum thickness after galvanized of 0.078 inch; and minimum width of 3 inch for posts 4" O.D. or less; and 0.108 inch thickness by 7/8 inch for posts larger than 4" O.D. Brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.108 inch after galvanizing; and minimum width of 3 inch for post 4" O.D. Standard mill tolerances of+/- 0.005 inch B3002 - 5/8 on thickness and 0.010 inch on width shall apply—attachment bolts shall be 5/16 X 1- 1/4 inch galvanized carriage bolts with nuts. K. Tension Wire: shall be Marcelled (spiraled or crimped) #7 gage (0.177 inches) plus or minus 0.005 inches in diameter, conforming to ASTM A-824. 1. Tension wire coating shall conform to ASTM A-824 type I, Aluminum-coated, 0.40 oz./ft. 2 or Type II, 2 inch coated Class 2, 1.2 oz./ft. 2. L. Barbed Wire: shall consist of two strands of twisted wire with 4 point barbs on 5 inch spacing. The following listed barbed wires are recommended for use with chain link fencing: Line Line Wire Barb Barb Wire Gage Coating Weight Gage Coating Weight 12 1/2 .80 oz ZN/Ft. Sq. 14 .65 oz ZN/Ft. Sq. 12 1/2 .30 oz AL/Ft. 14 Aluminum Alloy,or aluminum coated .30 oz AUFt. Sq. 12 1/2 Aluminum Alloy 14 Aluminum Alloy B3002 - 6/8 TABLE 4-DIMENSIONS AND WEIGHTS Outside Diameter Nominal Weight Per Foot Use and Section Tolerance±10% Nominal,Inches Type I Type II End Corner and pull posts fabric height 6'0"and less:round 2.375 3.65 3.12 square 2.00 2.60 Over 6'0":round 2.875 5.79 4.64 square 2.50 5.10 Gate posts for nominal width of gate, single or one leaf of double gate width 6'0"or less:round 2.875 5.79 4.64 square 2.50 5.10 Over 6'0"to 13'0":round 4.00 9.10 6.56 Over 13'0"to 18'0":round 6.625 18.97 Over 18'0":round 8.625 24.70 Gate Frames 6'0"or less in height--- 8'0"or less in width:round 1.660 2.27 1.83 square 1.50 1.90 Gate Frames 6'0"or less in height--- over 8'0"In width:round 1.90 2 72 2.28 square 2.00 2.60 Rails and post braces 1.66 2.27 1.83 Nominal Weight Per Foot Intermediate Posts For Fabric Type 1 Type II C Sections Heights ±10% ±10% ±5% 6'0"and less tubular 1.90 2.72 2.28 C Section 1.875 x 1.625 2.28 Over 6'0"tubular 2.375 3.65 3.12 C Section 2.25 x 1.70 2.64 Note: Fencing utilizing fabric mesh sizes smaller than 1"and wind screen fencing are subject to wind and ice loads and should be designed to accommodate these additional forces. Zinc barbed wire shall conform to ASTM A-121, Chain link fence grade. Aluminum- coated barbed wire shall conform to ASTM A-585, Type I, 5" barb spacing or Type II, 3" barb spacing. PART 3 -EXECUTION 3.01 INSTALLATION Installation of fencing shall meet the requirements of ASTM Designation F-567, to the lines, grades, and locations shown on PLANS. 3.02 PAYMENT B3002 - 7/8 No separate payment for work performed under this Item. Include cost of same in contract prices bid for items of which this work is a component part. END OF ITEM B3002 B3002 - 8/8 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 2'/2 to 41/2 2'/2 to 41/2 B Slope 2,000 8.50 4.25 2'/2 to 4 21/2 Protection C 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-CR62 1-8 2B. 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: 2'/4 gallons c. Flowable: 21/2 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 THIS PAGE BLANK INTENTIONALLY 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 B 152,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. 2.Gravel Stop: Per ASTM B221, Alloy 6063-T42. B3007 - 1/2 08/03/2004 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. 1 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 11/12/2013 ITEM NO. B3016—PRESTRESSED CONCRETE PILING PART 1 —GENERAL 1.01 DESCRIPTION A. Scope: Fabricate, furnish, and drive pre-stressed concrete piling at location(s) shown on PLANS and hereinafter specified. B. Related Work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 DESIGN CRITERIA Per AASHTO Standard Specifications for Highway Bridges, current edition and current standards of Pre-stressed Concrete Institute, except as amended by PLANS and this Item. 1.03 QUALITY ASSURANCE A. General: Furnish 30 days' notice concerning location of casting yard and date on which work will begin so that arrangements may be made for observation. OWNER to be reimbursed by CONTRACTOR for all transportation of observers to casting yard and for live-in expenses incurred by observers who must travel over 100 miles from project site to casting yard. B. Testing Equipment and Facilities: Furnish following equipment for ENGINEER'S use: sink with running water and adequate work tables; compression testing machine; 12 permanent cylinder molds 6 inches by 12 inches; cylinder capping equipment; and cylinder curing tank with thermostatically controlled heating element. If elevated- temperature curing is used, furnish one remote reading thermometer and one recording thermometer for each 100-foot length of casting bed in simultaneous use. Furnish same equipment from November 1 through March 31, for any kind of curing method. Provide equipment properly calibrated and housed in weatherproof enclosure. Recalibrate equipment when directed by ENGINEER, at no additional cost to OWNER. Furnish office space at each plant. Provide desk space, file space for record keeping, and storage space for testing equipment. C. Test Report, Certification, and Samples— Steel Seven-wire Strand: Furnish 3 copies of test records certified by manufacturer that material meets specified requirements. If requested, furnish representative sample of each size of wire from each reel for lots of 3 reels or less. For lots of 4 reels or more, furnish one sample from each third reel or fraction thereof. Furnish sample 4 feet in length. D. CONTRACTOR'S Responsibility 1. Prior to the commencement of any work, the CONTRACTOR to have examined B3016 - 1/9 11/12/2013 all drawings and specifications, to have visited the site, consulted the records of existing adjacent construction, including existing utilities and their connections, if any, and examined and investigated such adjacent construction, and noted all conditions and limitations which might affect the work required under this item. 2. Should damage to adjacent construction or utilities occur due to work under this Item, all costs in connection with the repair of such damage and the restoration of damaged construction to its original condition to be borne by the CONTRACTOR. 3. The CONTRACTOR to carefully coordinate and schedule the work of this Item with Items "Earthwork," "Structural Excavation," and "Concrete" as required to ensure the timely and expeditious performance of all work. 1.04 SUBMITTALS Submit the following in accordance with CONTRACT DOCUMENTS. A. General: Obtain approval of drawings, samples, curves, reports, and other submittals requested hereinafter prior to beginning work. B. Shop Drawings; Include member lengths, sizes, number, pre-stressing strands, reinforcing, bevels, lifting devices, and similar items. C. Information on Facilities: Prior to pre-tensioning of members, and if requested, submit drawings showing facilities to be used for stressing, including details of pulling head, anchor plates, strand anchoring devices,jacks, and similar features. Submit three copies of drawings of system. D. Jacks and Gauges: Furnish load calibration curves for jacks and gauges to be used in work, certified by testing laboratory acceptable to OWNER. Recalibrate jacks and gauges when directed, and at least once every 18 months. Gauges to be graduated to read directly to within 1 percent of total load applied. E. Alternate Pre-stressing: If change in size, number and/or grade of strands is proposed, submit shop drawings, showing proposed equivalent pre-stressing. F. Certificate of conformance as required under QUALITY ASSURANCE. G. Prior to driving piles, CONTRACTOR to submit for approval, complete drawings showing location of piles,the numbering of each pile, and sequence of driving. PART 2—PRODUCTS 2.01 MATERIALS A. Manufactured Steel Seven-Wire Strand: ASTM A416-80 for uncoated seven-wire stress-relieved strand for pre-stressed concrete. B3016 -2/9 11/12/2013 B. Reinforcing Steel: Per Item"Reinforcing Steel"or"Concrete Construction." C. Concrete: "Class F"Per Item"Concrete"or"Concrete Construction." D. Cement Dispersing Admixture: Use cement dispersing admixture, if desired, or if so directed by ENGINEER. Selection and proportions subject to approval of ENGINEER. E. The materials for and manufacture of precast concrete piling to be in line with guidelines set forth in the publication "Recommendations for Design, Manufacture, and Installation of Concrete Piles"prepared by ACI Committee 543. PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS A. Concrete: In accordance with applicable concrete Item except as modified herein. 1. Consolidate concrete using mechanical vibrators. Use no less than 3 vibrators for concrete placement in any individual unit, and provide at least 1 standby vibrator for emergency use to avoid delays. Use vibrators of high-frequency type of not less than 7,000 impulses per minute. Use both internal and external vibration if required. 2. Use steel side forms. Provide external bracing for aligning and holding of forms. Use no device which requires that it be left in member. Construct and maintain bed for casting pre-stressed members to provide not more than one-fourth inch vertical variation in any 50-foot length. 3. Finish surface of piling to match formed surfaces when noted on PLANS. 4. Keep side forms for members in place for minimum of 4 hours. Forms may be removed after this time if concrete has reached sufficient strength to prevent physical damage to member. Remove forms in such manner that curing on any member is not interrupted for more than 30 minutes. Provide forms with acceptable contraction device and joints to prevent cracking due to form restriction, or loosen forms from members at proper time to prevent such cracking. Cracking due to form restriction will be cause for rejection. 5. After form removal, rub surfaces of members which are not true or that have porous or honeycombed areas. Extend rubbing over sufficient areas around blemished portions to blend rubbed area into surrounding surface. Remove unsightly discolorations and finish exposed surfaces of member's reasonable uniform in color and texture. 6. Commence mat curing of concrete not later than 30 minutes after placement of concrete in form. Steam curing may be started in 3 hours. Cure pre-tensioned members continuously, except as provided above for form removal, until concrete B3016 - 3/9 11/12/2013 strength, as indicated by compressive tests of cylinders, has reached required strand tension release strength. Curing may be then interrupted for time interval of not more than 4 hours for removal of member from casting bed to curing area. Steam or water cure member for 3 days after release of tension in member. 7. Maintain air temperature surrounding members at 40° F or above from time placing of concrete commences until curing cycle is complete. If external heating is required, use precautions to provide saturated humidity at surface of members to prevent drying. When steam curing is used, concrete may be placed when air temperature is below freezing provided that steam is introduced into curing jacket immediately behind placement of concrete, and temperature of air surrounding concrete is kept above 40°F until steam curing is begun. 8. When steam curing of members is used, keep in condition of saturated humidity and at temperature not to exceed 150°F. If temperature charts indicate that temperature inside curing jacket is in excess of that shown below, beams will not be accepted. 151°F to 160°F 1 hour 161°F to 170°F 30 minutes 171°F to 180°F 15 minutes Over 180°F None If temperature charts indicate that temperatures inside curing jacket have fallen below 50° F, add 4 hours to required curing time (at temperatures in excess of 50° F) for each hour below 50° F. Provide sufficient wet steam inside curing jacket so that surface of member is wet. Provide air space of not less than 6 inches between surfaces of member and covering material. Arrange steam outlets so that no live steam is directed at concrete or pre-stressing tendons. Apply steam slowly so that temperature rise inside curing jacket is not more than 40° F per hour. Do not start steam curing until concrete has been placed for minimum of 3 hours. Decrease temperature at the end of curing at same rate as applied. Cut off steam and begin strand release operations when temperature within curing jacket has been reduced to within 30° F of outside ambient air temperature or to 90° F, whichever is the lower temperature. Complete release of stress to concrete while concrete is still warm and moist. Arrange location of steam lines, location of control points for output of steam into curing jacket, and number and type of openings for steam distribution inside curing jacket so that variation of temperature between any two points in bed is no more than 20°. Curing at elevated temperatures other than in steam not permitted. 9. Cure test cylinders to establish concrete strength at release of tension in same manner as members being pre-stressed and place at points where most unfavorable curing conditions are offered. If steam curing is used, cure cylinders at coolest point in bed.Average strength of two cylinders considered test. B3016 -4/9 11/12/2013 B. Pre-tensioning 1. As used herein, "tendon" is any single pre-stressing element used to apply pre- stressed forces to the concrete. For pre-tensioned construction, this is to be each strand of straight wire. 2. Bring tendons to be pre-stressed in group to uniform initial tension of 1,000 pounds (plus or minus 50 pounds) per tendon prior to being given their full pre- tensioning. Measure this uniform tension by some suitable means as a dynamometer so that its amount can be used as check against elongation computed and measured. 3. After initial stressing, stress group to total tension as required by means of hydraulic jacks equipped with gauges graduated to read directly to one percent of total load to be applied, and calibrated to measure accurately stress induced in steel. Measure induced stress by elongation of tendons and check by gauge pressure. Results to be within 5 percent. Provide means for measuring elongation to accuracy of 1/16 inch for each 100 feet of length between jacking heads. In event of apparent discrepancies between stresses indicated by gauge pressure and elongation of more than 5 percent, check entire operation, determine source of error, and correct before proceeding further. Establish independent references adjacent to each anchorage to indicate any yielding or slippage between time of initial stressing and final release of tendons. 4. With tendons stressed to full tension as prescribed above and with reinforcing in place, cast members to lengths necessary to provide PLAN lengths after shrinkage and elastic shortening have occurred. Maintain tendon stress between anchorages until concrete has reached compressive strength specified, as determined by compressive cylinder tests made for each continuous pour. If test cylinder for tension release is broken and required release strength has not been attained, maintain tendon stress and cure for extended period of 24 hours for each 100- pounds-per-square-inch deficiency or fraction thereof before release of tension. After above strength requirement is attained, gradually release tension in tendons and cut off tendons as shown, using sequence to minimize shock and reduce premature tendon breakage. C. Handling and Erection: Exercise care when handling members. Handle in accordance with approved fabrication and erection plans which indicate method of handling so as to preclude possibility of overstressing any part of member. Provide adequate factor of safety to cover dynamic forces or impact. Do not move members from casting yard until after tensioning, curing, and strength requirements have been attained. Members may be driven any time after curing and tensioning requirements have been fulfilled and the design-strength cylinders indicate that specified 28-day compressive strength has been attained. An adequate number of design-strength cylinders to be cast to ensure that acceptance of members will be based on cylinder breaks. Design-strength cylinder to be cured initially with member. After release of stress of member, cylinder to be cured in accordance with standard procedure for cylinder curing. B3016 - 5/9 11/12/2013 D. Defects and Breakage 1. If member or portion thereof is broken at any time during construction, it will be rejected and replaced with satisfactory member at no cost to OWNER. 2. Fine hair cracks or checks on surface of member, which do not extend to plane of nearest reinforcement, will not be cause for rejection unless such cracks are so numerous and extensive as to indicate inadequate curing, in which case members will be rejected. Members having diagonal cracks on vertical surfaces which indicate damage from torsion will be rejected. Vertical and horizontal cracks which are 1/32 inch wide, or less, and which tend to close upon release of stress are permissible. Piling with cracks in excess of 1/32 inch to be rejected and replaced at no cost to OWNER. 3. Workmanship and Tolerance a. Variation from Shop Plan Lengths: Plus or minus 1 inch. b. Variation from Plan Transverse Dimensions: Plus or minus '/ inch. c. Maximum Sweep: 1/8 inch per 10 feet. d. Head Out of Square: Maximum 1/8 inch. e. At any point in member, small areas of honeycomb which are purely surface in nature, not over 1/2 inch deep, may be repaired. Piling with honeycomb extending to plane of pre-stressed strands will not be acceptable. f. Requirements Not Covered: Conform to current Pre-stressed Concrete Institute standards. g. Members not conforming to above to be rejected and replaced at no cost to OWNER. E. Driving 1. General: Drive piling to grade indicated. Redrive piling to grade which have raised during process of driving adjacent piling. When required chip off top of piling to provide top of pile at designated elevation and to expose required length of strands. Should member show brittleness or excessive drying as indicated by cracking, spalling, or shattering of concrete, cease driving operations and we down member for 48 hours before resuming driving. 2. Tolerance for Driving: Drive piling plumb and provide top of piling within 4 inches of designated location in direction parallel to longitudinal centerline of pile cap and within 2 inches perpendicular to longitudinal centerline of pile cap. Align piling prior to driving and hold in place with fixed leads. Realignment once driving has commenced not permitted. B3016 - 6/9 11/12/2013 Drive pile in foundation footing so that the top of any pile will not vary by than 4 inches in any direction from that shown on PLANS. If center of gravity of pile cluster varies by more than 3 inches from center of gravity determined from plan location, a structural analysis will be required, cost of which to be at CONTRACTOR'S expense. Minimum edge distance from face of piling to edge of footing to be 6 inches, and additional concrete and reinforcing required by modification herein described to be at CONTRACTOR'S expense. 3. Equipment and Driving Procedure a. It is CON_TRACTOR'S responsibility for selection of type and size of hammer and pertinent equipment, as well as procedure in handling and driving of piling, subject to requirements contained in this TECHNICAL SPECIFICATION. ENGINEER is to require change of equipment and/or procedure if workmanship or progress is not satisfactory. Use rigid leads supported by stiff braces or guys, if so directed. Replace damaged piling with satisfactory piling at no additional expense to OWNER. b. A sufficient number of pile-driving rigs to be operated at the site as required to complete the work within the established schedules. Piles are to be driven in the approved sequence. c. In driving all piles in the work, the same make and model of pile hammer to be used; the operation of hammers with regard to speed, height of fall or stroke, stream pressure, and all other variable factors to be the same; and the methods used in driving piles to be substantially the same. d. After the piles have been driven to the required depth, they will be neatly cut off in a horizontal plane at the cutoff elevations indicated on the PLANS. Should the top of any pile be damaged below the cutoff level by the action of the hammer, cut pile off below the damaged section and build up as shown on PLANS. This work is to be done at the CONTRACTOR'S expense. Perform no cutoffs until the pile driving is complete and approved for an entire cluster and there is no further danger of heaving. Mark piles plainly with paint to indicate length driven. 4. Penetration a. Except as noted herein, the piling lengths shown on PLANS are the lengths estimated to give required bearing and are for estimating purposes only. b. Elevation shown on PLANS as "minimum penetration" is the minimum depth necessary to satisfy design requirements for lateral stability. Piling is to be driven to this approximate elevation and to such greater depths as required to obtain the specified bearing resistance. c. When PLANS indicate a "required penetration" into a particular stratum of rock, shale, or other hard material, this penetration is required, although the B3016 - 7/9 11/12/2013 strata may be higher or lower in elevation than indicated. d. Where no "required penetration" or "minimum penetration" is indicated on PLANS, and test piling or test loads are not required, the lengths shown on PLANS to be considered as "minimum penetration." e. When indicated on PLANS or specified elsewhere in specifications, drive "test piling" and determine approved lengths from the data obtained, or drive piling and apply test loads to determine bearing resistance. 5. Pilot holes: Provide pilot holes where specified penetration cannot be obtained without damage to piling and for purpose of maintaining pile alignment, and with specific approval of the ENGINEER. Maximum depth of pilot hole is 5 feet above the required pile tip elevation, and diameter no greater than 2 inches less than side dimension of square pile, or 1 inch less than diameter of round pile. 6. Jetting: Used only when specified penetration cannot be obtained by driving or other methods, and with specific approval of ENGINEER. Provide sufficient additional power for jetting operation to operate one or more pumps and a minimum of two 2-1/2-inch-diameter pipes equipped with 3/4 —inch-diameter nozzles at a pressure of 150 psi. Drive below depth of jetting at least one foot with hammer to obtain final penetration. 7. Build-ups: Pile build-ups to be in accordance with details shown on PLANS, without prior approval, at no cost to OWNER. Prior to placing concrete, wet top of pile thoroughly with clean water and cover with a thin coating of cement grout. Construct build-up to maintain alignment of pile as driven. 8. Install concrete piles in such a manner as to ensure the structural integrity of the pile and to accomplish the desired interaction with the soil, so that the pile may adequately fulfill its purpose. a. Provide adequate cushioning material between the pile driver's cap and the pile head. For piles of over 50 feet in length, a cushion of softwood with a thickness of 6 to 12 inches is preferred. b. Reduce driving stresses by shortening the hammer stroke when driving through relatively soft soils. This reduction in energy delivered to the pile will decrease the possibility of developing damaging reflected tensile stresses in the concrete pile. c. The entire hammer-cushion-pile system to be compatible with installing piling to design penetrations in an undamaged state. d. The pile-driving helmet or cap to be sufficiently loose around the pile top so as not to develop torsional stresses in the pile during installation. However, the helmet to be capable of controlling pile alignment. B3016 - 8/9 11/12/2013 e. The top of the pile to be square or perpendicular to the longitudinal axis of the pile to prevent damage to the pile edges during driving. f. The pile to be properly aligned prior to driving and held with fixed leads. Realignment not allowed once driving has commenced. Employ rollers in the leads and interval guides for long piles (over 50 feet). g. Require predrilling unless ENGINEER directs otherwise based on information relating to any particular soil condition upon excavation and/or predrilling. Predrillng not to extend below 5 feet above the final tip elevation. Setting of the piles not permitted. h. CONTRACTOR to order longer piles first. 3.02 MEASUREMENT AND PAYMENT Prestressed concrete piling to be paid for at Contract unit price bid per linear foot for specified sizes, complete in place, for lengths designated on PLANS, unless this length is modified in accordance with following provision of this pay item: A. Authorized cut-offs, except those required for exposing specified length of strands, will be measured by linear foot and paid for at 1/2 times Contract unit price per linear foot for prestressed concrete piling. B. Authorized build-ups, other than those made necessary by improper casting, handling, or driving, to be measured per each as "One Build-up" and be paid for at 1-1/2 times Contract unit price bid per linear foot for prestressed concrete piling. B3016 - 9/9 THIS PAGE BLANK INTENTIONALLY 08/03/04 ITEM B3018 - STEEL SHEET PILING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish and place new rolled steel sheet piling with interlocking joins and accessories as shown on PLANS. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE Standardization: Sheet piling, corners, connections, and wyes from single manufacturer. 1.03 SUBMITTALS Submit the following in accordance with Contract Documents. A. Certificates: Certify that materials are new and meet or exceed requirements of this Item. Submit two-notarized copies of chemical and physical test results. B. Submit types and dimensions of piling. C. Detail of connection to existing piling. 1.04 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Deliver materials to jobsite free from dirt, loose scale and rust, oil or other foreign material, and in accordance with ASTM A6-81. B. Store above surface of ground on platforms, skids, or other supports to prevent sagging;protect from mechanical damage and surface deterioration caused by exposure to conditions producing rust and corrosion. C. Handle materials so that no bending or warping occurs before and during placement. PART 2 - GENERAL 2.01 GENERAL A. Furnish sheet piling and special fabricated shapes to assure continuous interlock throughout entire length when in place. B3018 - 1/4 08/03/04 B. Piling may be provided with standard-size handling holes located 4 inches from one end and removed at cut-off. C. Additional length beyond that indicated on PLANS may be required to provide for trimming of pile tops and removal of handling holes at no additional cost to Owner. D. Provide sheet piling and interlocks free from excessive kinks, camber, or twist that prevent free sliding of pile. 2.02 MATERIALS A. Sheet piling conforming to one of the following specifications. 1. ASTM A328-81. 2. ASTM A572-82 grade 50. 3. ASTM A690-81 B. Structural Steel for Wale, Cap, and Ballast Stop: Per ASTM A588-81. C. Fasteners 1. Bolts and Blind Fasteners a. Carbon Steel. b. Size and grip as indicated on PLANS. c. Per ASTM A325-81. 2. Others a. Per ASTM A325-81. b. Corrosion and coloring characteristics per ASTM A588-81. D. Anchor Rods 1. Per ASTM A36-81 steel. 2. Upset screw ends per AISC "Steel Construction Manual." 3. Nominal and upset diameters as indicated on PLANS. E. Turnbuckles: Per AISC "Steel Construction Manual." PART 3 - EXECUTION 3.01 FIELD ERECTION A. Installation 1. Set sheet piling in accordance with PLANS. 2. Drive piling to founding elevation shown on PLANS to within 0.5 foot. 3. Drive piling to within 1" of plumb per 10' length (both axis). 4. When using ball and socket piling, drive socket end over ball end. 5. Drive sheet piling with any properly equipped pile driving hammer, including vibratory hammers. Jetting is prohibited. B3018 - 2/4 08/03/04 6. Replace piling damaged during placement or during course of construction at no additional cost to Owner. B. Cut-offs 1. Drive piling to grade or cut off at no additional cost to Owner. 2. Cut sheet piling by flame, saw, or grinding. 3. Top of piling to be straight and true, with lip metal removed and elevation as shown on PLANS to within 0.08 foot. C. Straightening Bent Material 1. Straighten sheet piling by methods that will not produce fracture or other injury to material. 2. Straighten individual pieces prior to assembly. D. Fasteners 1. Punch or drill holes. 2. Size and Style of fasteners as shown on PLANS. E. Anchor Rods and Turnbuckles 1. Install in minimum width and depth trench, located as shown on PLANS. 2. Clear threads of burrs and foreign matter, and lubricate rod threads with suitable material immediately before installing nut or turnbuckle. 3. Tighten turnbuckle and anchor rod nuts to torque shown on PLANS before backfilling of trench. Maintain torque at exposed end at not less than that shown on PLANS. 4. No less than 3 full threads to extend beyond outside face of nuts and inside faces of turnbuckle at time of final project acceptance. 5. Remove rod material extending more than 2 inches beyond face of exposed nut. F. Field Welding 1. Weld sheet piling, if required, with low-hydrogen type electrode,per Structural Welding Code AWS D1.1.82. 2. Butt weld splices only. 3. Do not perform field welding without preheating if ambient temperature is below 60°F, and maintain interpass temperature at 60°F or above. 4. No butt welds to be visible (exposed) at completion of project. 5. Deposited material for welds of sheet piling to have similar atmospheric corrosion resistance. 6. Radiographic inspection of structural welds of sheet piling is required; radiograph defective weld repairs at no additional cost to Owner. 7. Splicing two consecutive piles not permitted. G. Final Surface Treatment B3018 - 3/4 08/03/04 1. Brushblast visibly exposed surfaces of sheet piling to remove mill scale, oil, rust, or other blemishes. Produce uniform color and texture throughout entire wall surface. 2. Final surface treatment to occur as close to final project inspection as practicable. 3. Painting, if required, to be in accordance with Item "Painting and Protective Coating." H. Caps: Provide concrete cap at top of piling when shown on PLANS. 3.03 MEASUREMENT AND PAYMENT A. Measure steel sheet piling,per lump sum, complete in place. The amount of sheet piling driven below founding elevation required by PLANS not to be measured for payment. B. Payment for"Steel Sheet Piling"at Contract lump sum bid, complete in place, which price is full compensation for furnishing all materials, equipment, labor, tools, and incidentals necessary to complete work. C. Anchor rods, wales, caps, and fasteners,when shown on PLANS, to be included in Contract lump sum bid. B3018 - 4/4 JOB NO. CPA-680 DATE: December, 2013 SPECIAL PROVISION NO. 1 TO ITEM NO. C3001 —Painting and Protective Coating 1. The following Color Coding and Lettering Schedule shall be used in accordance with 30 TAC Chapter 290: Color of Letters Color of Pipe Letters Raw Water Tan Black Settled Water Green Black Filtered Effluent Light Blue Black Backwash Supply Light Blue Black Backwash Waste Dark Gray Black Sludge Light Brown White Potable Water(hot or cold) Light Blue Black Nonpotable or Raw Water Light Blue with Red Bands Black Distilled Water Light Blue With White Bands Black Service Water(lines downstream from a backflow Dark Blue with White Bands Red prevention unit) Seal Water (lines downstream from an air gap, Dark Blue with Red Bands White repump system) Compressed Air Light Green Black Instrument Air Light Green with Dark Green Bands Black Laboratory Vacuum Dark Green with Light Green Bands Red Vacuum Pump Discharge Aluminum Black Natural Gas Red White Fuel Oil Black White Oil-Hydraulic Black with White Bands White Grease Black with Yellow Bands White Chilled Water(supply) Dark Brown with White Bands White Chilled Water(return) Dark Brown with Red Bands White Filtrate Dark Gray with Red Bands White Drain Dark Gray White Sample Light Gray with Green Bands Black Polymer White with Green Bands Black Polyphosphate Light Brown with Gray Bands White Chlorine(gas,liquid,or vent) Yellow Black Chlorine(solution) Yellow with Red Bands Black Liquid Alum Yellow with Orange Bands Black Alum(solution) Yellow with Green Bands Black Ammonia Yellow with Brown Bands Black Hydrofluosilicic Acid White with Yellow Bands Black Sodium Hydroxide Orange with Gray Bands Black Sodium Chlorite Orange with Red Bands Black Chlorine Dioxide Orange with Black Bands Black Chlorine Dioxide(solution) Yellow with Blue Bands Black Special Provision No. 1 to Item No. C3001 —1/2 JOB NO. CPA-680 DATE: December, 2013 Color of Letters Color of Pipe Letters Potassium Permanganate Orange with White Bands Black Ferric chloride Brown with Red Bands Black Ferric sulfate Brown with Yellow Bands Black Caustic(solution) White with Orange Bands Black Ozone Stainless Steel with White Bands Black 2. Electrical conduit shall be painted to match adjacent ceiling or wall surfaces as directed by the Engineer. Vent lines shall be painted to match surfaces they adjoin. 3. The following special painting schedule shall be followed unless indicated otherwise by the Engineer: Item Color Valve Handwheels &Levers Red Hoist Hooks & Blocks Yellow& Black Stripes Special Provision No. 1 to Item No. C3001 — 1/2 08/03/2004 ITEM NO. C3001 -PAINTING AND PROTECTIVE COATING PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Furnish and apply, as specified herein, paint and protective coatings to all surfaces,except steel water storage tanks,unless specifically excluded by this Item. B. Surfaces receiving paint include: 1. Equipment,machinery,and metal surfaces. 2. Interior surfaces,as noted in room finish schedule. 3. Concrete surfaces, including concrete blocks(when noted on PLANS). 4. Threads on field-threaded galvanized pipe and conduit. 5. All cabinet and woodwork. 6. Interior concrete surfaces of lift station wet wells. C. Do not paint surfaces of stainless steel,aluminum,bronze,copper,and lead D. Galvanized Steel Surfaces: Paint only when required by Special Provision to this Item. 1.02 QUALITY ASSURANCE A. Manufacturer: All paints, sealers, and coatings to be manufactured by those fines listed in Table 2. Products of equal quality by other manufacturers will be considered, subject to review of written submittal that includes product data and a r detailed paint and coating schedule. • B. Workmanship 1. Employ only workmen skilled in surface preparation and painting. 2. Provide manufacturer's written instructions on cleaning and coating prior to any surface preparation or coating. C. Whenever possible,all coatings should be from single manufacturer. 1.03 SUBMITTALS A. Painting Schedule: Submit list indicating major items to be painted, preparation, paint manufacturer,product designation,and dry mil thickness B. Panels 1. Submit panels containing samples of proposed paints and coatings. Include C3001 - 1/7 08/03/2004 three displays of each kind and color of paint used. Panel to be representative of material to be coated. 2. Mark panels to indicate respective types of surfaces to which several kinds and colors of paint stain, and coating are applied. C. Samples: If requested by Owner, submit 1/4 pint of each kind of paint or stain proposed for use. Do not deliver materials to site until representative samples (if requested)have been approved. D. For all sealers and protective coatings, furnish Engineer with two sets of printed instructions and application sheets. 1.04 PRODUCT DELIVERY, STORAGE,AND HANDLING Deliver to site in original sealed containers with manufacturer's label attached. Protect from sunlight and low temperatures. PART 2 -PRODUCTS 2.01 GENERAL A. Tables 1 and 2 in this Item include the paint, protective coatings, and sealers for this project. Furnish all such special materials required for the manufacturer's coating systems whether or not included in Tables. B. Colors: Owner reserves the right to select colors. Submit list of items to be painted and color charts for each type of surface. C. Safety Color Codes: Follow OSHA requirements of 29CFR, Part 1910.144 for "Safety Color Codes for Marking Physical Hazards." The following general requirements are set forth as a guide. 1. Red: Fire protection equipment, danger signs, and fire exit signs. Portable containers of flammable material to be red with yellow band or name of contents stenciled in yellow. 2. Orange: Moving or rotating parts of equipment protected by guards, including shafts and couplings,pulleys,and sprockets. (Do not paint wearing surfaces.) 3. Yellow: Caution signs and all physical hazards, including outside levers and weights on check valves, lower pulley blocks and hooks, sprockets and chains on valve operators, inside of openings adjacent to step or ladders, platforms provided for vertical ladders at transition levels, exposed unguarded edges of pits,platforms,and walls subject to being struck,and any piping or equipment extending into normal operating areas. 4. Green: To designate "Safety" and location of first-aid equipment such as gas masks,first-aid kits,and safety deluge showers. C3001 - 2/7 08/03/2004 5. Black and White: To indicate areas that must remain clear, such as areas around first-aid,fire fighting and other emergency equipment. PART 3 -EXECUTION 3.01 SURFACE PREPARATION A. Concrete Surfaces 1. Prior to painting, surfaces to be free of all latent matter,burrs,and fins,using one or more of the following methods. a. Wash concrete surfaces with 10 percent solution of muriatic acid, then wash clean and free of scale, mortar, dust, moisture, and other foreign matter. b. Sandblasting may be used only if machinery or other equipment in vicinity of work is adequately protected. Also, avoid settling of dust or grit on freshly painted surfaces. c. Remove oil and grease with detergent and thoroughly rinse with fresh water. 2. If curing compound is used, it must be removed prior to coating. B. Metal Surfaces 1. Clean metal surfaces by sandblasting in shop as required by Table 1, and leave clean, dry, and ready to receive prime coat. Provide moisture separators to effectively remove all oil and free moisture from air supply. Remove all dust and sand from surfaces by brushing or blowing with clean, dry air, and remove all sand and grit around and between joints of connecting members. 2. Perform field sandblasting only if required to correct unsatisfactorily cleaned and shop-primed metal and when approved by Engineer. 3. Removal of Oil and Grease: Remove oil and grease with a solvent approved by coating manufacturer, or by steam combined with detergent. Use of gasoline,kerosene,naphtha,or carbon tetrachloride not permitted. 4. Brushing, Scraping, Grinding,and Chipping: In field work, if sandblasting is not possible, scrapers, wire brushes, and other suitable grinding or chipping tools may be used for removal of existing paint coatings prior to repainting, or for cleaning,before applying second coats. 5. Surfaces which have been cleaned but which have started to show signs of rust or dirt are to be cleaned again prior to coating at no additional expense to Owner. Surface to be coated on same day as cleaned. 3.02 APPLICATION OF PAINT AND PROTECTIVE COATINGS A. General: Use one convenient location for storing and mixing of materials, and keep fire extinguisher available in this area as long as location is used for such purpose. C3001 - 3/7 08/03/2004 Protect floors, and all other areas where work is done, with suitable drop cloths, and remove oily rags and waste from building at close of each day's work. On completion of operations, remove all spots, oil, and stain from all surfaces and leave entire project in clean condition as far as this work is concerned. Remove from premises all containers and debris resulting from this work. B. Thinners and Solvents: Use only those thinners and solvents specified in paint formulas of paint being used, and mix in proportions recommended by paint manufacturer. C. Coverage: As recommended by paint manufacturer, and sufficient to obtain minimum mil thickness specified. Do not exceed maximum thickness specified by manufacturer, if applicable. After final coat is applied, check with elecometer or Mikotest dry film thickness gauge. D. Drying Time: Between successive coats, allow drying time as specified by paint manufacturer. E. Brush Application 1. Brushes: Use first-quality hog hair or suitable synthetic bristle brushes. Use of horse hair bristle brushes not permitted. Keep brushes clean and free from accumulation of dried paint or dirt, and when brushes for oil or varnish base paints are not in use, keep them suspended in raw linseed oil bath. Clean brushes with turpentine or mineral spirits before reuse. 2. Application: Apply in uniform thickness consistent with specified coverage and with sufficient cross-brushing to ensure filling of surface irregularities. Exercise particular care in painting around bolt heads and nuts and in corners and other restricted spaces. F. Spray Application: Apply with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand agitator. Apply with width of spray not less than 12 inches or more than 18 inches, and with suitable pressure for particular type of paint being used. Make frequent checks to ensure correct spreading rate and coating,and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. Take special care to cover edges, corners,and bolt heads,without bridging over of paint film. G. Metal Surfaces 1. Shop-prime metal surfaces prior to delivery to jobsite. 2. After delivery and prior to installation, keep all coated metal surfaces clean and free from corrosion. Clean and touch up or repaint damaged areas with additional primer. 3. After erection or installation of metal work, clean and touch up all rust spots, all places where primer has been rubbed or scraped off, and all bolts and nuts. After previously applied paint has hardened, and when surfaces to C3001 - 4/7 08/03/2004 receive succeeding coats of paint have been cleaned and dried, apply finish paint in accordance with Tables 1 and 2. Allow 5 days or more as recommended by coating manufacturer for hardening of final coat for submerged surfaces. 4. Factory-Finished Equipment: After installation of factory-finished machinery and electrical equipment, check base coats carefully and touch up all damaged surface areas. Do not paint nameplates, serial number bases, chrome, or bronze trim. Clean off any excess paint that impairs convenient removal of covers on gauges, instrumentation, or other equipment fitted with doors or covers. 5. Factory-Primed Equipment: Delay fmal field coating to manufacturer's primed equipment until equipment has been installed and is in proper working order in accordance with the applicable Item. H. Provide protection for adjacent property or properties from windblown sandblasting sand, paint, and other debris. Schedule field operations to avoid settling of dust or grit on freshly painted surfaces, and adequately protect machinery or other equipment in vicinity of sandblasting work. I. Provide Engineer with necessary equipment for access to observe all areas before first coat and after each coat. J. Provide Engineer with proper safety equipment for observation. K. Provide adequate ventilation for proper curing. 3.03 SPECIAL REQUIREMENTS A. Cast iron or ductile iron piping and valves for interior and exterior installation with a factory-applied bitumastic or asphaltum varnish coating to be solvent and power brush cleaned (remove all globules of bituminous material) and coated with compatible material prior to finish system. If finish system not applied within 24 hours,surfaces to be retreated. Sandblasting is not required. B. Provide electrical flaw detection equipment such as a Tinker Rasor Holiday Detector to test areas of coatings to be submerged. Test to be performed before equipment is put into operation. 3.04 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for work of which this is a component part. C3001 - 5/7 08/03/2004 TABLE NO. 1 SYSTEM SCHEDULE Table No.2--Material Reference Type of 1st 2nd 3rd Minimum Total Surface Exposure Cleaning Primer Coat Coat Coat Mil Thickness Exterior Manufacturers Clay or Brick Spec. — 1 -- — N/A Masonary Concrete Block Exterior Spec.Manufacturers — 2 4 4 3.0 (Finish Coat) Buildings Concrete Block Interior Para 3.01 A. — 3 4 4 3.0 Walls (Finish Coat) Interior Para 3.01 A. 3.0 Concrete Walls — 3 4 4 and Ceilings (Finish Coat) Exterior Wood & Manufacturers 10 11 11 — 4.5 Interior Spec. Metal Doors. Exterior Frames and & NACE-#4 18 9 -- — 4.0 Windows Interior Structural and Misc.Steel, Exterior NACE-#2 16 18 9 — 7.0 Control Panels Structural and Misc.Steel, Interior NACE-#3 16 17 — -- 5.5 Control Panels Piping and Interior NACE-#3 16 17 -- 5.5 Valves Exterior NACE-#2 16 18 9 - 7.0 Factory Finished Exterior Machinery, & Hand 5• 8" 8"' 4.5 — Electrical and Interior Clean Motors "' Galvanized Interior Solvent Steel Cleaning 15 17 — — 2.9 Galvanized Steel and Solvent Galvanized Exterior Cleaning 15 18 9 — 4,4 Pipe Conduit Threads Wastewater Treatment Plant Equip. Submerged NACE-#2 7 13 13 — 22 Piping**** Steel Sheet Submerged NACE-#2 7 13 13 — 22 Piling Potable Water Treatment Plant Submerged NACE-#2 7 12 -- — 8.0 Equipment, Piping* Valves and Bolting on C.I. Buried — 14 14 -- 32 Pipe Wastewater Interior Para.3.01 A. 6 13 13 — 22 Wet-Well Surfaces Optional:Use manufacturer's standard primer if compatible with specified finish coats. "" Optional:Use manufacturer's standard finish coat. `"" Use coating system per equipment item specified. "*' Coating must have AWWA approval. Note: NACE -Reference to National Association of Corrosion Engineers. C3001 - 6/7 08/03/2004 TABLE No. 2 Paint,Sealer and Coating Schedule Min. Dry Mils Per Symbol Coat* Service Generic Type Brand and Manufacturer 1 NA Primary Sealer Chemical Penetrant 46-V-6 Silikote Water Repellent-Mobil 2 NA Weatherproof Primary Acrylic Emulsion 600 Emulsion—Koppers Concrete&Marsonary Sealer Filler 79-W-1 Exterior Latex Primer-Valspar Amercoat 5625-Ameron Cook Corocryl 827 Series 3 NA Primary Sealer Vinyl-Acrylic Emulsion 600 EMulsion—Koppers Concrete&Marsonary with epoxy esters Filler 79-W-8 Block Filler—Valspar Amercoat 5625- Ameron Cook Corocryl 304 Block Filler 4 1.5 Finish Coat Acrylic Emulsion Koppers-600-Koppers 79 Series Exterior Latex- Valspar Americoat 5801-Ameron Cook Corocryl 827 Series 5 1.5 Metal Primer Alkyd,Zinc Chromate Penetrating Primer No.622--Koppers 13-R-50 Chromox Primer-Valspar Amercoat 5105 Ameron Cook Co-Poly Primer 920-Y-134 Inorganic Coatings,Inc.P21 Epoxy 6 2.0 Metal Primer Polyamide-Cured Expoy 654-Epoxy Primer-Koppers 13-R-56 Epoxy Primer Resin Valspar Amercoat 71-Ameron Cook Co-Poly Primer 920-Y-134 Inorganic Coatings,Inc.P21 Epoxy 7 2.0-4.0 Metal Primer Polyamide-Cured Expoy Epoxy Coating Hi-Gard-Koppers 78-Series High (as recommended) Resin Build Epoxy with 50%Valspar 7-T-35 Valspar Amercoat 395(off White)-Ameron Cook Epicon MW 920-W-965 Inorganic Coatings,Inc.P21 Epoxy 8 1.5 Finish Coat Alkyd,Straight Long-Oil Rustarmor 500 Enamel—Koppers 12 Series Panorama Coatings-Valspar Amercoat 5401 Ameron Cook 801 Enamel 9 2.0 Finish Coat Aliphatic Urethane Inorganic Coating,Inc.P35 Urethane Dupont Imron 326 Devoe-Napko 369 Pruthane 10 1.5 Wood Primer Oil Base Thin Rustarmor 500 with 15%Koppers 400— Koppers 17-W-4 Exterior First Coater-Valspar Cook 307 11 1.5 Finish Coat Alkyd,Straight Long-Oil Rustamor 500 Enamel—Koppers 20 Series M.F. Enamel-Vaspar Cook 801 Enamel Amercoat 5401 -Ameron 12 4.0&6.0 Submerged Steel or Polyamide-Cured Epoxy Epoxy Coating Hi-Gard Koppers 78-Series High (as recommended) Iron,and Concrete Resin Build Epoxy-Valspar Amercoat 395(White) Ameron Cook Epicon MW 930-W-965 Inorganic Coatings,Inc.P29 Coal Tar Epoxy 13 10.0 Submerged Steel or Coal-tar Epoxy Two 300-M--Koppers Co.578-J-1 High Build Coal Tar Iron Componet Epoxy-Valspar Amercoat 330 Ameron Cook Coal Tar Epoxy 920-6-950 InOrganic Coatings,Inc. P29 Coal Tar Epoxy 14 16.0 Buried Steel or Iron Tar-base Pitch Bitumastiv No.50--Koppers 35-J-10 High Build Bituminous Coating Valspar 15 0.4 Galvanized metal Vinyl Wash Primer 40 Passivator—Koppers 13-Y-8 Val-Chem Vinyl primer Wash Primer-Valspar Amercoat 178 Inorganic Coatings,Inc.B11 Wash Primer Cook 900-Y-002 Vinyl Wash Primer 16 3.0 Steel Above Ground& High Ratio Silicate Inorganic Coatings,Inc.IC531 Dupont 347 WB AboveWayerline Inorganic Zinc Inorganic Zinc Devoe-Napko Zinc Prime 9z 17 2.5 Steel Interior Ployamide Cured Epoxy Inorganic Coatings Inc.P24 Epoxy Cupont Corlar Resin 823 Devoe-Napko 545 Epoxy 18 2.0 Intermediate Finish Epoxy Primer Inorganic Coatings,Inc.P21 Epoxy Dupont Coder 823 Devoe-Napko Chemfast 545 Buff * Or Manufacturer's standard,whichever is greater. Do not exceed manufacturer's maximum standard,if applicable. ** For potable water use. C3001 - 7/7 THIS PAGE BLANK INTENTIONALLY 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 vs-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-680 DATE: December, 2013 SPECIAL PROVISION NO. 1 TO ITEM NO. E1451 —Vertical Turbine Pump—Enclosed Lineshaft Construction—Water Flush Lubricated 1. SCOPE — This specification item shall include the supply of three (3) new vertical turbine pumps. One new pump will be for raw water transfer service and the other two will be for raw water service. The pumps will include the high service pumps as follows: a. Existing Pumps — TP-101, TP-102, RP-101, RP-102, and RP-103 are existing pumps. All existing pumps are 480-Volt pumps with line voltage drives. All of these pumps are currently rated at 65-hp. b. Proposed Improvements i. Furnish three (3) new vertical turbine pumps, TP-103, RP-104 and RP-105. All will be driven by 480-volt motors. ii. Existing pumps RP-101, RP-102, and RP-103 are to be rotated 180° to the new discharge manifold piping. The motor orientation shall remain the same to minimize the electrical rework requirements. c. Installation i. The three (3) new pumps are to be installed in the three(3)vacant pump spots located on the raw water pump station as indicated. The new raw water pumps shall be installed, wired, piped, and started before the existing raw water pumps are taken out of service in their current configuration. ii. After the new raw water pumps are installed and started up on the new raw water line, the existing raw water pumps are to be rotated and connected to the new raw water line. Note that the new raw water pumps cannot be started up until the new raw water line is completed and connected to (a) the existing treatment trains; or (b) the new completed and ready for operating new trains. Refer to the Scope of Work for special sequencing for this switch over. Special Provision No. 1 to Item No.E1451 — 1/2 JOB NO. CPA-680 DATE: December, 2013 2. The operating conditions for the pumps shall be as follows: OPERATING CONDITIONS TP TP RP Unit Designation -101, -103 -101, RP-104, -102 -102, -105 -103 Number of Units 2 2 2 2 Rated Total Head,ft. 12 12 30 30 Capacity at Rated Head,gpm 14,000 14,000 7,000 7,000 Minimum Reduced Speed Cap.at N/A N/A 3,500/29 3,500/29 Indicated Head,gpm/ft Max.Shutoff Head,ft N/A N/A N/A N/A Min.Shutoff Head,ft N/A N/A N/A N/A Normal Operating range,ft 10-15 10-15 20-35 20-35 Max.(Nom.)Pump Operating 700 700 90 90 Speed at Rated Head,rpm Approx.Min.Pump Operating N/A N/A 70 70 Speed,%of Max. Speed Min.NPSH Avail.At Centerline of N/A N/A N/A N/A Barrel Inlet,ft Min.Cap.at Indicated Head,gpm/ft N/A N/A N/A N/A Submergence Above Floor of Wetwell(Approx.Elev.-13.0 above sea level) Max.,feet 14.0 14.0 22.0 22.0 Min.,feet 12.0 12.0 13.0 13.0 Max.Bhp Required at Motor for 65 65 65 65 Any Point in the Operating Head Range Min.Pump Efficiency at Rated 74 74 79 79 Head,Percent Max."A"Weighted Noise Level at 87 87 87 87 3 Feet from the Equipment,dBA Pump Column Diameter Size,In. 30 30 20 20 Pump Discharge Size,Inches 30 30 20 20 Nom.Dia.of Pump Barrel,In N/A N/A N/A N/A Nom. Size of Pump Barrel Inlet N/A N/A N/A N/A Flange,Inches Min. Solids Size,Inches 3-1/4 3-1/4 2-1/4 2-1/4 Max.Length of any Component or 10 10 10 10 Subassembly,ft Vertical Distance from Wetwell 26.67 26.67 26.00 26.00 Floor to Centerline of Above Floor Discharge,feet Vertical Distance from Centerline of N/A N/A N/A N/A Pump Discharge to Pump Barrel Inlet Connection,ft Min. Shop Test Pressure on Bowl 1.5 times shutoff head Assembly Pump Setting As indicated on drawings 3. Motors Special Provision No. 1 to Item No. E1451 — 1/2 11/4/13 ITEM E1451 — VERTICAL TURBINE PUMP SPECIFICATIONS ENCLOSED LINESHAFT CONSTRUCTION—WATER FLUSH LUBRICATED PART 1 —GENERAL 1.01 SCOPE This specification provides for the supply of vertical turbine water-flush lubricated enclosed Lineshaft pump(s). Each unit shall include a bowl assembly, suction strainer, column, lineshaft, enclosed tube, discharge head, sealing assembly, and driver. 1.02 PERFORMANCE Refer to Special Condition No. 1 for Operation Conditions. 1.03 SUBMITTALS A. Manufacturer's data 1. Manufacturer's data sufficient to show compliance to the specification, operating conditions, coating information, etc. 2. Dimensional drawings showing the equipment to be furnished and all application dimensions for the project specific installation. 3. Driver information 4. Special equipment 5. Special installation instructions B. Certified Pumps Curves C. Operation and Maintenance Manual PART 2—PRODUCTS 2.01 MANUFACTURER Pump(s) shall be as manufactured by Fairbanks Nijhuis (formerly Fairbanks Morse) or Engineer approved equivalent. 2.02 PUMP CONSTRUCTION A. Impeller a. The impeller shall be of bronze construction conforming to ASTM B584, C83600. The impeller shall be of one-piece construction, single suction, enclosed, and radial E1451 — 1/7 11/4/13 flow design. The waterways through the impeller shall have extremely smooth contours, devoid of sharp corners, so as to promote maximum efficiency. b. The impeller is to be balanced and secured to the shaft by means of a stainless steel drive collet for bowl sizes 18" diameter and smaller. For bowl sizes larger than 18" impellers shall be secured to the shaft using a combination of a thrust washer, key and/or snap rings. c. Impellers shall be adjustable by means of a top shaft-adjusting nut. B. Bowls a. The bowls shall be made of close-grained cast iron conforming to ASTM A48 Class 30. Castings shall be free from blowholes, shand holes and shall be accurately machined and fitted to close dimensions. b. Bowls 14" and above shall be flanged connected. Bowls below 14"nominal diameter may use either flanged or threaded connections. c. Bowls shall be designed with smooth passages to ensure efficient operation. The interior shall be coated with Tnemec Pota-Pox Pls, or equal, for bowl sizes 21" and below. C. Impeller Shaft a. Impeller shaft shall be of stainless steel construction conforming to ASTM A582 (416 stainless steel). b. The shaft shall be supported by bronze or neoprene bearings located on both sides of each impeller. c. Impeller shaft coupling shall be of stainless steel construction conforming to ASTM A582 (416 Stainless steel). D. Wear Rings a. Wear rings shall be provided on both the impellers and bowls on bowls of nominal diameter of 8" or larger so that clearances can be maintained throughout the life of the rings and minimize the recirculation. b. Impeller wear rings shall be of the radial-type. c. Bowl wear shall be of the radial-type. d. Wear rings shall be attached to the impellers and bowls using an interference fit and Loctite. E1451 —2/7 11/4/13 e. Wear rings shall be bronze conforming to ASTM, B505 C93200. E. Column a. Total length of discharge column shall be as indicated in Special Provision No. 1 or in the plans. b. Column pipe shall be not less than the diameter and weight indicated in Special Provision No. 1 or in the plans. c. Column pipe in sizes 4" through 12" diameter shall be furnished in interchangeable sections not over ten feet in length, and shall be connected with threaded, sleeve-type couplings. Column pipe 14" diameter and larger shall be flanged and furnished in interchangeable sections not over ten feet in length. d. Threaded column sections shall be connected with threaded, sleeve-type couplings. Column joints are to be butted to insure perfect column alignment after assembly. F. Lineshafts a. Lineshafting shall be of ample size to transmit the torque and operate the pump without distortion or vibration. b. Lineshafting shall be made of carbon steel conforming to AISI 1045 and be furnished in interchangeable sections not over ten feet in length. c. Lineshafting shall be coupled with extra-strong threaded steel couplings machined from solid bar steel. d. Linshafting shall be fitted with stainless steel replaceable sleeves at each bearing and shall conform to AISI 304 material. e. Lineshaft bearings shall be of neoprene material construction. f. Lineshaft bearings shall be retained in bronze guides that are fitted into the column coupling and secured in place by the butted column pipe ends. For column sizes larger than 16"retainers shall be steel and fabricated into the column assembly. G. Discharge Head Assembly (above ground,packed box) a. The pump discharge head shall be of the above ground type of either cast iron or fabricated steel construction with an ANSI 125#or 250# discharge flange. b. The discharge head shall be of sufficient discharge to support the entire weight of the pump and driver. • c. If the application uses a variable frequency drive, the discharge head shall be E1451 —3/7 11/4/13 fabricated steel and specifically designed to elevate the discharge head natural frequency above the operating speed. d. A drive shaft of stainless steel construction conforming to ASTM A582 (416 stainless steel) shall extend through the sealing assembly of the discharge head and be coupled to a vertical hollow shaft driver. e. The shaft sealing assembly shall consist of a cast iron packing box, cast iron packing gland, bronze packing bushing, stainless steel packing gland nuts and bolts, and synthetic packing. f. Packing box for 125# discharge head shall be rated for 175 PSI. Packing box for 250#discharge head shall be rated for 400 PSI. g. The 175 PSI rated by-pass packing box (optional) and 400 PSI rated packing box shall also incorporate a Teflon water seal ring. h. Discharge head openings shall be fitted with guards to prevent access to the rotating shaft and/or coupling. H. Vibration Limitations (Field) a. The limits of vibration shall be as set forth in the standards of the Hydraulic Institute shall govern. I. Vortex Breakers a. J. Drive Units (Motors) a. 480-Volt Electrical Motors. Motors shall be a vertical, hollow shaft, induction motor with a TEFC enclosure. Each motor shall be rated 460-volt, 3 phase, 60 hertz. Motors shall be insulated with Class F insulation and designed for Class B temperature rise with a 1.15 service factor rating. Motor efficiency shall not be less than 0.93 at full load as determined by test in accordance with IEE std. 112. Routine test in accordance with NEMA MG-1-12.51 shall be performed on assembled motor. Motors operating on variable frequency drives shall be de-rated to compensate for harmonic heating effects and reduced self-cooling capability at low speed operations. The motors shall be supplied with space heaters sized to prevent condensation on the motor core and windings. Space heaters shall be isolated and located to prevent heat damage to motor components and adjacent painted surfaces. Space heaters shall be suitable for 120 volt AC single phase power supply and supplied with an electrical disconnect. E1451 —4/7 11/4/13 Motors shall be supplied with six 100-Ohm platinum (2 per phase) resistance type stator winding temperature detectors embedded in the winding slots or at equally spaced locations of highest expected winding temperature and wired and connected as indicated on the drawings. Terminal boxes shall be provided with sufficient space for motor leads and space heater leads. A separate terminal box shall be provided for terminating RTD leads. Terminal boxes shall have terminals and conduit hubs sized for the conduit and cables indicated on the drawings. Bearings shall be effectively protected from contamination and dirt. Grease lubricated bearings shall be provided with relief facilities positively preventing overgreasing. Oil lubricating bearings shall be provided with clearly marked level reference for both running and at rest conditions. Motor bearings shall be antifriction type with an AFBMA L10 Lift Rating of 40,000 hours. Motors shall have nameplate engraved with bearing and lubricant identity. Motor shaft bearings shall be antifriction type. Thrust bearings shall be plate for antifriction type and capable of extended operation at any upward and downward thrust loads imposed by the driven equipment throughout the operating range, including restarting and stopping conditions. Antifriction bearings shall be designed and fabricated in accordance with AFBMA standards to have a minimum L10 Lift Rating of 40,000 hours when operating under rated load conditions. Hand reset bearing temperature relays with two normally open contacts rated 3A at 120 volt AC wired to a terminal box shall be furnished on oil lubricated bearings. The contacts shall close upon high bearing temperature. Motors shall be provided with suitable lifting eyes or lugs. If the motor is not shop tested with the pump, certified motor efficiency data shall be furnished to the pump supplier based on tests conducted on the motor or an identical motor. b. 4160-Volt Electric Motors. Motors shall be vertical, hollow shaft, induction motor with a TEFC enclosure. Each motor shall be rated 4000-volts, 3 phase, 60 hertz. Motors shall be insulated with Class F insulation and designed for Class B temperature rise with a 1.15 service factor rating. Motor efficiency shall not be less than 0.93 at full load as determined by test in accordance with IEE std. 112. Routine test in accordance with NEMA MG-1-12.51 shall be performed on assembled motor. Motor shaft bearings shall be antifriction type. Thrust bearings shall be plate for antifriction • type and capable of extended operation at any upward and downward thrust loads imposed by the driven equipment throughout the operating range, including restarting and stopping conditions. Antifriction bearings shall be designed and fabricated in accordance with AFBMA standards to have a minimum L10 Lift Rating of 40,000 hours when operating under E1451 —5/7 11/4/13 rated load conditions. Hand reset bearing temperature relays with two normally open contacts rated 3A at 120 volt AC wired to a terminal box shall be furnished on oil lubricated bearings. The contacts shall close upon high bearing temperature. The motors shall be supplied with space heaters sized to prevent condensation on the motor core and windings. Space heaters shall be isolated and located to prevent heat damage to motor components and adjacent painted surfaces. Space heaters shall be suitable for 120 volt AC single phase power supply and supplied with an electrical disconnect. Motors shall be supplied with six 100-Ohm platinum (2 per phase) resistance type stator winding temperature detectors embedded in the winding slots or at equally spaced locations of highest expected winding temperature and wired and connected as indicated on the drawings. Terminal boxes shall be provided with sufficient space for motor leads and space heater leads. A separate terminal box shall be provided for terminating RTD leads and bearing temperature relays. The high voltage terminal box shall have sufficient space for stress cones and bending radius of 8 kV shielded cable. Terminal boxes shall have terminals and conduit hubs sized for the conduit and cables indicated on the drawings. The pump supplier shall be responsible for coordinating with motor manufacturer and control equipment manufacturers and shall be responsible for ensuring a complete and properly functioning system over the full operating range as specified. K. Testing a. A certified factory hydrostatic and performance test shall be performed on each bowl assembly in accordance with the Hydraulic Institute Standards, latest edition. Tests shall be sufficient to determine the curves of head, input horsepower, and efficiency relative to capacity from shutoff to 150% of design flow. A minimum of six points, including shutoff, shall be taken for each test. At least one point of the six shall be taken as near as possible to each specified condition. b. Results of the performance test shall be certified by a Registered Professional Engineer and submitted for approval before final shipment. c. The casing shall be hydrostatically tested to 1.5 times the design head or 1.25 times the shutoff head,whichever is greater. PART 3—EXECUTION 3.01 INSTALLATION Each pump shall be aligned and connected to the discharge piping. The subbase shall then be grouted in place using nonshrink grout. E1451 —6/7 11/4/13 3.02 WARRANTY The manufacturer shall warrant the work described herein shall be free from defects, workmanship and material for one (1) year from the date of the project completion. The • manufacturer shall replace or repair the pump(s), motor(s), and/or components furnished by it that are reported within one (1) year from the date of completion of the project. 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. E1451 —7/7 THIS PAGE BLANK INTENTIONALLY 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 ANSI/AWWA C151/A2151. 2. Thickness Class As shown on PLANS and minimum for flanged pipe per ANSI/AWWA C150/A21.50. C. Fittings, Flanges, and Joint Material 1. Fittings: Per ANSI/AWWA C 110/A21.10. 2. Flanges: ANSI/AWWA 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 ANSI/AWWA 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 ANSUAWWA 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 ANSI/AWWA 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 ANSI/AWWA 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 THIS PAGE BLANK INTENTIONALLY 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 11/5/13 ITEM H1201 —RUBBER-SEATED BUTTERFLY VALVES, AWWA PART 1 —GENERAL 1.01 General This specification applies to rubber-seated butterfly 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. PART 2—MATERIALS 2.01 Manufacturer Valves furnished under these specifications shall be Pratt MKII; DeZurik BRS Series; or approved equivalent. 2.02 Valve Construction Butterfly valves shall strictly conform to the requirements of the latest revisions of the American Water Works Association (AWWA) Standard C504 in addition to changes and additions specifically stated in these specifications. Butterfly valves shall have wafer-type or flanged bodies as indicated on the plans or in the valve schedule and shall be one-piece disc, "through-shaft" constructed with resilient seats according to ASTM A-126, Class B or ASTM A-48, Class 40. Wafer valves shall be constructed for mounting between two bolted flanges without the need for gaskets. Body wall thicknesses shall meet AWWA C504-150B. The disc shall be ductile iron conforming to the latest revision of ASTM A-395. Coated or plated disks are not acceptable. Valve shafts shall be one-piece Type 316 stainless steel and supported on Teflon coated stainless steel or inert nylon bearings. Seats shall be EPDM or Buna N material. The wafer-type valves shall be operated with a minimum 10-position lever while the flanged butterfly valves shall have an operating nut with a removable handle. PART 3 —PAYMENT 3.01 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. H1201 - 1/ 1 THIS PAGE BLANK INTENTIONALLY 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. J1002J1002 - 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 1 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 THIS PAGE BLANK INTENTIONALLY 10/13/2005 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. J2001 - 1/7 10/13/2005 PART 2 -EXECUTION 2.01 EXCAVATION AND TRENCH PREPARATION A. General: Excavate trench to alignment and depth required. Brace trench and drain as 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. J2001 -2/7 10/13/2005 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 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 J2001 - 3/7 10/13/2005 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. 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 J2001 -4/7 10/13/2005 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. 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. J2001 - 5/7 10/13/2005 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 clean up is further behind than 500 feet. 2.09 MEASUREMENT AND PAYMENT A. 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. B. 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. C. Concrete Blocking: No separate payment for concrete used for blocking, backing, encasement, or embedding. D. Rock Excavation: No separate payment for rock excavation when rock is encountered in trenching operation. E. 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. F. Street and Driveway Surfacing: As per applicable Item of TECHNICAL SPECIFICATIONS or PLANS. J2001 - 6/7 10/13/2005 G. Restoration of Other Surfaces: No compensation for restoration of surfaces, other than those specifically shown above. H. Bedding and Backfill: No separate payment for bedding and backfill called for under Paragraph 2.06. I. 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 THIS PAGE BLANK INTENTIONALLY Std. 10/13/2005 ITEM NO. J2002 - WELL POINT SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish, install, operate and maintain well point system to control groundwater in excavations when requested by Contractor and approved by Engineer. B. Related Work Specified Elsewhere: Per Item A2003 "Structural Excavation and Backfill"or Item J2001 "Construction of Underground Lines." PART 2 - PRODUCTS Not required for this Item. PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS. A. Install well point system parallel to trench line. B. Operate well point system in advance of and during excavation. Continue operation until backfilling is completed. C. Discharge pumped water into storm sewer system or drainage swale away from excavation. D. Upon removal of well point system, backfill holes with select backfill or sand. 3.02 MEASUREMENT AND PAYMENT A. Measurement: "Well Point System" per linear foot parallel to trench line, regardless of whether one or more well point system(s) are used. B. Payment: Pay for"Well Point System" measured as stated above, at Contract unit price bid. C. No payment for"Well Point System" which does not successfully dewater trench. No separate payment for dewatering trench due to rainfall during construction. J2002 - 1/1 THIS PAGE BLANK INTENTIONALLY 11/5/2013 ITEM-NO. J2003 -HYDROSTATIC TESTING 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: LD-11 fir 10 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 JOB NO. CPA-680 DATE: December. 2013 SPECIAL PROVISION NO. 1 TO ITEM NO. J2004—Hydrostatic Testing of Structures 1. The following structures shall be hydrostatically tested: Unit Description Source Water for Testing Rapid Mix Basin Raw Water Reservoir Solids Contact Clarifiers Raw Water Reservoir Chlorine Dioxide Contact Basin Filtered Water(Clearwell) Dual Media Filters, Influent Flume, Washwater Gullets&Flume' Filtered Water(Clearwell) Filter Flow Control Structure Filtered Water(Clearwell) New Clearwell2 Filtered Water(Clearwell) 1. The filter washwater gullets shall be tested prior to the placing of the filter underdrains. 2. The new clearwell shall be filled over a 72-hour period to minimize impact on existing clearwell level and plant production. 2. The structures shall be tested when filled with water to the following elevations: Unit Description Water Level Elevation Rapid Mix Basin 28.75 Solids Contact Clarifiers 25.50 Solids Contact Clarifier Vacuum Chamber(max) 28.50 Chlorine Dioxide Contact Basin 23.25 Dual Media Filters, Influent Flume, Washwater Gullets&Flume 21.50 Filter Flow Control Structure 11.50 New Clearwell 9.00 Special Provision No. 1 to Item No. J2004 - 1/l THIS PAGE BLANK INTENTIONALLY 11/5/13 ITEM J2004—HYDROSTATIC TESTING OF STRUCTURES PART 1 —GENERAL 1.01 SCOPE This specification covers hydrostatic testing of concrete structures for watertightness. All concrete structures shall be hydrostatically tested for watertightness unless directed otherwise by the Engineer. 1.02 GENERAL The hydrostatic testing of concrete structure shall be completed prior to cleaning and disinfection, prior to backfilling around exterior walls, and prior to the installation of any equipment or the application of any paint or dampproofing. Adjacent structures having common walls shall be tested individually at different times to permit examination of the dividing walls. The sequence of testing of the various structures shall be subject to the approval of the Engineer. Piping connections and/or openings to the structure to be tested, if not provided with valves, gates, or other means of isolation, shall be temporarily plugged during the testing operation. Water for testing shall be provided by the Owner. The Contractor shall coordinate with the Owner for filling of the structure such that the normal operations of the facilities are not impacted by the filling operation. Water used for testing shall be wasted and disposed of in a manner as approved by the Engineering and Owner. Unless allowed by the Engineer and/or Owner, the testing water may not enter the other parts of the system. 1.03 STRUCTURES TO BE TESTED Refer to Special Provision No. 1 for structures to be tested and source of water for testing. PART 2—EXECUTION 2.01 TESTING Each structure to be tested shall be filled with water to the elevation of depth specified and allowed to stand full for a period of not less than 48 hours. At the end of this time, measurements of water level shall be made over a period of 48 hours. If the leakage (drop in water level) exceeds 1 percent of the water volume in 24 hours (as a minimum) plus the evaporation loss over the same time, the structures shall be drained and repaired. Any leaking structure shall, after repair,be retested to the satisfaction of the Engineer. J2004— 1/2 11/5/13 A temporary stilling well shall be set in the larger open structures subject to the influence from winds, to allow for accurate reading of levels. The temporary stilling well shall be removed upon completion of the hydrostatic test. An ultrasonic, radar, pressure, or other level transducer devices may be used for monitoring level. During the filling and monitoring periods, the entire structure shall be visually inspected for signs of leakage. Any leaks found during the visual inspection shall be repaired regardless of the results of the hydrostatic test. 2.02 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 J2004—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 3/8-inch sieve 0% Retained on 1/4-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 - EXECUTION 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 ITEM NO. J3007—REMOVAL AND REPLACEMENT OF STREET BASE AND SURFACE PART 1 —GENERAL 1.01 DESCRIPTION Extent of Work: this Item governs for the removal and subsequent replacement of street base and surface required for installation of sewer, storm sewer, or waterlines. 1.02 WORK SPECIFIED ELSEWHERE Compaction requirements for trench backfill, to base or subgrade, to be in accordance with applicable Item. PART 2—PRODUCTS 2.01 MATERIALS A. Flexible Base 1. Calcareous (Caliche): Obtained from approved source consisting of argillaceous limestone, calcareous, or calcareous clay particles, with or without stone, conglomerate, gravel, sand, or other granular materials. When properly slaked and tested, material to meet the following requirements: Passing 1-3/4 -inch sieve 100 percent Retained on 40 mesh sieve 50 to 85 percent Material passing 40 mesh sieve to have following properties: Liquid limit not exceeding 40 Plasticity Index not exceeding 12 2. Gravel: Obtained from approved source, consisting of durable particles of stone or gravel mixed with acceptable binder and free from thin or elongated pieces, lumps of clay, soil, loam, or other vegetable matter. When properly slaked and tested, material to meet following requirements: Retained on 1 -3/4- inch sieve 0 to 5 percent Retained on No. 4 sieve 30 to 75 percent Retained o No.40 sieve 60 to 85 percent J3007 - 1/7 Material passing 1/4 - inch screen known as binder; that portion of binder material passing 40 mesh sieve known as soil binder and conform to following requirements: Liquid limit not exceeding 35 Plasticity Index not exceeding 10 3. Cement- Stabilized Shell a. Aggregate: Use oyster shell with its natural binder or other approved fine aggregate. Gradation as follows: Retained on 3-inch sieve 0 percent Retained on 3/4-inch sieve 12 to 37 percent Retained on No. 4 sieve 95 to 100 percent Passing on No. 200 sieve 0 to 6 percent b. Cement: ASTM C150-78, Type III. c. Water: As required by ASTM C94-78. d. Proportioning: Proportion material within following limit subject to change, if necessary,to obtain satisfactory mix. Cement by weight (based on dry weight of cement shell and sand mixture) 7- 1/2 percent Maintain moisture content between optimum moisture and 3 percentage points above optimum moisture. If necessary, use sand having Plasticity Index not greater than 7 as binder to obtain satisfactory proportioning. Fine aggregate not to exceed 20 percent of batch by weight. 4. Iron Ore: Obtained from approved source, consisting of hematite, or limonite ore, occurring with or without sand, as found at or near surface and containing not more than 10 percent gravel by weight. Excessive amounts of free clay prohibited. Remove grass, weeds, tree, stumps, roots, overburden, rubbish, and other objectionable materials. Use material meeting following requirements when tested by applicable procedures: Retained on 2-1/2-inch sieve 0 percent Retained on No. 40 sieve 50 to 85 percent Material passing 40 mesh sieve to conform to following: Liquid limit not exceeding 35 Plasticity Index not exceeding 12 J3007-2/7 5. Other Types Not Listed: In event other types of flexible base are encountered such as "shell with sand admixture," "crushed stone," etc., materials furnished for replacement of flexible base removed to be in accordance with applicable provisions of Department of Highways and Public Transportation Specifications for Construction of Highways, streets, and bridges, 1972 edition. B. SURFACING 1. Concrete a. Cement per ASTM C 150-78 also meeting the requirements for weight variations and length of storage. Use no caked cement. Deliver in bags for site-mixed concrete. b. Water per ASTM C94-78. c. Coarse Aggregate: Per ASTM C33-79. Not larger than one-fifth of narrowest dimensions between sides of forms, nor larger than three-fourths of minimum clear spacing between reinforcing bars, or between reinforcing bars and forms, nor more than 1-1/2-inch in size. d. Fine Aggregate: Per ASTM C33-79. e. Concrete Admixtures: Air-entraining agent or other approved admixture. Use between 3 and 5 percent as determined by ASTM C138-77 or C173-78. f. Proportioning (1) Minimum 28-day compressive strength - 3,000 lbs./sq.in. (2) Maximum water content per bag of cement- 6-1/4 gallons. (3) Minimum cement- 5 bags/cu.yd. (4) Consistency range in slump - 1 to 3 inches. (5) Minimum 7-day flexural strength- 600 lbs./sq.in. 2. Asphalts: Materials furnished,proportioning, and mixing to be in accordance with applicable provisions of Department of Highways, Streets, and Bridges, 1972 edition. Use of one of the following types and identical to existing adjacent undisturbed surface. a. One Course Surface Treatment b. Two Course Surface Treatment c. Three Course Surface d. Cold-Mix Limestone Rock Asphalt Pavement(Class A) e. Hot-Mix Asphaltic Concrete Pavement(Class A) f. Hot-Mix Cold-Laid Asphaltic Concrete Pavement(Class A) 3. Road Shell: Durable particles of oyster shell and approved binding material. When properly slaked and tested by laboratory methods, material to meet following requirements: J3007 - 3/7 Retained on 2-1/2-inch sieve 0 to 8 percent Retained on 1-inch sieve 12 to 40 percent Retained on '/o-inch sieve 50 to 80 percent Material passing 40 mesh sieve to have following properties: Liquid limit not exceeding 45 Plasticity Index not exceeding 20 PART 3 -EXECUTION 3.01 CONSTRUCTION A. General: Where installation of pipe involves excavation of trench through any type of permanent surfacing, either asphalt or concrete or combination thereof, widen each side of trench 12 inches for depth shown. Where installation of pipe involves excavation through gravel, iron ore, or shell surfacing, widening of trench at top is prohibited. During time lapse between installation of pipe and replacement of surfacing, maintain all crossings, both public and private, by filling ruts,pot-holes, ect. with flexible base material. B. Removal of Existing Surfaces and Bases 1. Concrete Surface or Base: Use power driven concrete saw to cut existing concrete in a neat straight lien on each side of widened section. Width of concrete to be removed between sawed lines, equal to normal trench width plus 12 inches on each side of trench. Depth of sawed cut to be minimum of 1-1/2 inches. Use appropriate wrecking ball,jackhammer, ect, to break concrete being removed into convenient sized pieces for handling. Protect all underground utilities. Remove and dispose of concrete removed. No concrete resulting from removal operations to be left on public right-of-way or on private property without consent of property owner. When shown on PLANS, concrete removed to be used for riprap. Cut existing longitudinal reinforcing steel on centerline of trench and bend bars back sufficiently to provide clearance for ditch excavation. 2. Asphalt surfacing on Flexible Base: Use power driven concrete saw to cut existing concrete in a neat straight line on each side of widened section. Width of asphalt surface to be removed between neatly cut lines, equal to normal trench width plus 12 inches on each side of trench. Contractor to remove and dispose of asphalt surfacing removed. No asphalt surfacing resulting from removal operation to be left on public rights-of-way or on private property without consent of property owner, 3. Flexible Base Surfaces: Flexible base other than cement stabilized shell may be removed ahead of trenching operation; stockpiled and subsequently reused. If J3007-4/7 Contractor elects to salvage existing flexible base for subsequent reuse, exercise care in removing flexible base so that base materials (weeds, sticks, dirt, ect.). Flexible base material which becomes mixed with foreign materials, prohibited from being reused. 4. Shell Iron Ore, Gravel, Etc. Surfaces: Surfaces constructed of shell, iron ore, gravel, etc. may be removed ahead of trenching operation; stockpiled and subsequently reused. Requirements as to removal, handling, stockpiling, and subsequent reuse are same as those specified for 3., Flexible Base. C. Replacement of Surfaces and Bases: Do not replace permanent surfacing until line has been tested. During time interval between laying of pipe and testing, maintain all crossings, either public or private, by filling pot-holes, ruts, etc. with flexible base material. Repair all surfaces damaged or removed. 1. Concrete Surface or Base: After completion of testing of line, remove temporary flexible base from area to be resurfaced; fine grade subgrade on which concrete slab section to be a minimum of 2 inches greater than adjacent existing concrete. Bend longitudinal bars back to original position and splice each cut bar with bar of same diameter. Replace transverse bars in accordance with table shown on attached detail drawing. After reinforcement mat is complete, place concrete proportioned as set forth above and shape to conform to adjacent pavement section. Mix, place, and cure in accordance with acceptable practices. Replace one-half of cut pavement section, cure, and open to traffic before replacing other half. When pavement to traffic before replacing other half. When pavement consists of concrete base with asphaltic surfacing, surface new concrete base with asphalt pavement equal in every respect to existing adjacent undisturbed asphalt surfacing. Place asphalt surfacing in accordance with applicable provisions of Department of Highways, Streets, and Bridges, 1972 edition. 2. Asphalt Surfacing on Flexible Base: Place base material, maximum of 4-inch lifts, to depth indicated. Thoroughly compact each layer to optimum moisture content of 95 percent ASTM D698-70, by rolling or mechanically tamping. Sprinkle and shape to conform to adjacent road section. If existing base material was salvaged and reused, provide such additional quantity of new base material, similar in quantity to reused material, as need to construct proper shaped section. If base material is cement-stabilized shell or new flexible base is to be used, material to conform to applicable parts of this Item and be of similar to existing 3. Shell, Iron Ore, Gravel, and Other Types of Surfaces: Terminate compacted backfill at a point 8 inches below surface, and backfill final 8 inches with material of same type as existing adjacent undisturbed material. J3007 - 5/7 3.02 MEASUREMENT AND PAYMENT No separate measurement and payment for work performed under this Item. Including soil sampling if requested, except as indicated below. Include cost of same in Contract unit prices bid for work of which this is a component part. J3007 - 6/7 CONCRETE SECTION -- ASPHALT SECTION SYMMETRICAL ABOUT OF TRENCH WHERE REINFORCEMENT EXISTS IT WILL BE BENT BACK AS SHOWN CUT BASE BACK 12" --0112", I -.12"H FROM EDGE OF TRENCH I 2 COURSE dimiumin 11111111111111L.- FLEXIBLE BASE vwwvv i`v`vvir•!��!�!��!�.!i.!i/j TeOr/'O'q'p'o'q'p'vwwww�-N4. EXISTING SUBGRADE TABLE OF SLAB DEPTHS & REINF. �_ EDGE OF TRENCH wg OO pm Z ?Q WIDTH VARIABLE ov) SZ wQ U (.om z�` oir Nm a wo VARIABLE PIPE DIAMETER ZO (7) N 8" 18" 4 9" 40" 8" 24" 4 8" 46" 8" 30" 4 7" 52" 8" 36" 4 6" 58" 10" 42" 4 8 %" 64" SECTION SHOWING METHOD OF CUTTING 10" 48" 4 7 %" 70" 10" 54" 4 7" 76" 10" 60" 4 6 %2" 82" 10" 66" 5 9' 88" 10" 72" 6 8 %" 94" 10" 78" 6 8" 100" REPLACE CONCRETE OR BITUMINOUS WEARING SURFACE 10" 84" 6 7 Y2"106" AFTER BASE HAS BEEN THOROUGHLY BEND STEEL BACK TO ORIGINAL COMPACTED, ASPHALT MAY BE APPLIED POSITION AND SPLICE • i/'!/`!/'!/'%'%'%'%v'i i iw i-i•ice FOR SIZE AND SPACING OFBASE REPAIR SHALL BE MADE WITH FLEXIBLE TRANSVERSE REINFORCING SEE BASE MATERIAL AS PER THIS SPEC. ITEM. "TABLE OF SLAB DEPTHS ETC." 2" BELOW ORIGINAL SUBGRADE VARIABLE PIPE DIAMETER BACKFILL ABOVE PIPE ZONE '' BACKFILL IN PIPE ZONE IN ACCORDANCE WITH PAR. 2.06C IN ACCORDANCE WITH PAR. OF ITEM "CONSTRUCTION OF UNDERGROUND LINES." 2.060 OF ITEM "CONSTRUCTION UNDERGROUND LINES." SECTION SHOWING METHOD OF CUTTING CONCRETE & ASPHALT PAVEMENT CUTTING AND REPAIRING DETAILS N.T.S. END OF ITEM i3007 - 7/7 THIS PAGE BLANK INTENTIONALLY 10/13/2005 ITEM NO. J3009 -DISINFECTION OF WATERLINE PART 1 - GENERAL 1.01 SCOPE Disinfection: Disinfection of new waterlines on initial fill of pipe, including connections to existing sections of work where required. 1.02 QUALITY ASSURANCE A. Standard Specifications: AWWA C-651 shall be utilized for the controlling specifications for disinfections of the water system. B. Bacterial Analysis 1. The City having jurisdictional authority shall be given the opportunity to have a representative present when the samples are taken for bacteriological analysis. Twenty-four hours notice shall be given to the City's Water and Sewer Department prior to taking samples. 2. Following disinfections and flushing, make bacteriological analysis to check effectiveness of disinfections. Methods of bacteriological analysis are as specified in the Standard Methods for Examination of Water and Wastewater by the American Public Health Association latest edition. No main placed in service or accepted until water samples approved by Texas or accepted until water samples approved by Texas Department of Health. The owner shall have a representative present when the samples are taken for bacteriological analysis. Twenty-four hours notice shall be given to the Owner prior to taking samples. PART 2 - PRODUCTS Chlorination agents to be chlorine gas-water mixture or calcium hypo chlorite in water per AWWA C651. J3009 - 1/2 Std. 11/18/03 PART 3 -EXECUTION 3.01 APPLICATION A. General: Furnish pump, pipe connections, and necessary apparatus, gauges, and meters. Furnish necessary labor, assistance, and chlorinating agent for disinfection. B. Application Procedure: Apply chlorinating agent in water through suitable solution feed device. Place solution feed device at or near beginning point from which line is being filled. Inject through corporation cock tapped in horizontal axis pf newly laid pipe. Slowly fill section to be sterilized, and proportion rate of application of chlorinating agent to rate of water entering lien so that chlorine dose applied to water is at least 50 mg/1. Retain chlorine treated water in line until completion of hydrostatic testing but not less than 24 hours. Following chlorination, flush treated water from lines until replacement water has chlorine content not more than 0.1 mg/1 in excess of residual water from supplying line, and in any event not more than 0.2 mg/1 total. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract unit price for other items of which this work is a component. J3009 - 2/2 03/04/2009 ITEM NO. J3010 - SEWER LINE SPECIALS PART 1 -GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnishing all plant, labor, material, equipment, supplies, supervision, and tools, and performing all operations in connection with the furnishing and installation of sewer line specials. PART 2-PRODUCTS 2.01 PERFORMANCE AND DESIGN REQUIREMENTS A. Materials 1. Pipe "Wye" and "Tee" Fittings. As specified under applicable Item of TECHNICAL SPECIFICATIONS. 2. Pipe "Saddle" to be epoxy coated bronze with double stainless steel straps; "Certainteed"Tee Saddle(Rubber gasket or equal)Catalog No. 58254-58260 Series or Equal. 3. Cast Iron for Castings. Conform to ASTM A48, Class No.20 gray cast iron. 4. Concrete for Blocking and Encasing. "Class C," as specified in applicable Item of TECHNICAL SPECIFICATIONS. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. General. Unless otherwise directed, install four or six-inch branches terminating in hub. The run of pipe to be the same type as used in sewer construction. Correct omission required special during construction of sewer at no extra cost to Owner. Leave specials uncovered until their locations have been recorded by the Engineer. Permanent plugs not to be installed in the ends of the branch openings until satisfactory exfiltration test or air test is performed as described under appropriate Items. B. Installation of"Wyes." Where ordered, place "Wyes" in pipe sewer at time pipe is laid. Plug branch openings of"Wyes" with standard pipe plug. Install plug in such manner that will facilitate its future removal without damage to bell. C. Service Line Assemblies. Install service line assemblies at locations indicated in conformity with details shown. Top of pipe shall be plugged level with the finished J3010 - 1/2 03/04/2009 grade elevation. End of pipe shall be marked by a 2"x 4" stake, 4 feet long,painted "red", and driven to a depth to allow 30 inches of exposure. Do not cover installations until their locations have been recorded by the Engineer. D. Cleanout. Install cleanouts at locations indicated and in conformity with details shown 3.02 MEASUREMENT AND PAYMENT A. Measurement 1. Pay for "Service Line Assemblies" at Contract unit price indicated for each "Service Line Connection"of size and type measured. 2. No separate payment for concrete blocking or encasement. Include cost of same in item of which it is a component. J3010 - 2/2 Std. 10/13/2005 ITEM NO. J3022 - RESILIENT SEATED GATE VALVES - 4-INCH THROUGH 12- INCH FOR WATER DISTRIBUTION SYSTEMS PART 1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install iron-body, bronze-mounted, nonrising stem gate valves which are intended for use in approximate level setting on 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 ANSI/AWWA C509 unless otherwise specified hereinafter. B. Valve shall be seat tested at the rated working pressure of 200 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 various ends designed for connection to piping specified. Mechanical joints are to be per ANSI/AWWA C111/A21.11 and include MJ accessories. 1.03 PRODUCT DELIVERY STORAGE AND HANDLING In accordance with AWWA C500, Section 31. 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. J3022 - 1/3 Std. 04/26/2005 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 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. D. Height: Provide extension section, if required, so that lid of valve box if flush with surrounding surface. E. Lid: Cast with word"WATER." 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: J3022 - 2/3 Std. 04/26/2005 1. Place valves at locations shown on PLANS. Install valves and valve boxes plumb,with valve boxes directly over valve stems. 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. Do not backfill valves until tested with lines. Adjust glands with pressure on valve. 3. Install valves on 6-inch thick x 18-inch square precast concrete base. 4. Bolts, nuts, and washers on buried flanged valves to be epoxy coated. 5. Wrap all valves with polyethylene film in accordance with AWWA C105/A21.5. 3.02 MEASUREMENT AND PAYMENT A. Measurement: Measure gate valves with valve boxes ("Gate Valve and Box") and support blocking per each, for each size valve furnished and installed. B. Payment: Pay for gate valves with valve boxes and support blocking, measured as stated, at Contract unit price bid for respective sizes. J3022 - 3/3 THIS PAGE BLANK INTENTIONALLY 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 THIS PAGE BLANK INTENTIONALLY Std. 07/22/2014 ITEM NO. J3025 — RESILIENT WEDGE GATE VALVES 14-INCH THROUGH 48-INCH FOR WATER DISTRIBUTION SYSTEMS PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish and install iron-body, bronze-mounted, nonrising stem gate valves which are intended for use in approximate level setting on 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 AWWA C500 and AWWA C509, unless otherwise specified hereinafter. B. Valve shall be seat tested at the rated working pressure of 200 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 various ends designed for connection to piping specified. Mechanical joints are to be per ANSI/AWWA C111/A21.11 and include mechanical joint accessories. D. Valves shall be certified to NSF 61-G. 1.03 PROJECT DELIVERY STORAGE AND HANDLING In accordance with AWWA C500, Section 31. 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. J3025 - 1/3 Std. 07/22/2014 B. The stem shall be nonrising and furnished with triple o-ring stem seals. C. Furnish valves with bevel gearing when depth of cover prohibits vertical stem location. D. All valves 18-inch and large shall be furnished with gears. E. 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 areas, including bolt holes and flange face surfaces, will be covered. Grades II, III, IV, and XI bronze not permitted where subject to contact by water. F. Inside screw valves may be fitted with bonnet flange for mounting indicator post if desired. Bonnet bolts and glands to be cadmium plated. G. 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 noted 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. D. Height: Provide extension section, if required, so that lid of valve box is flush with surrounding surface. E. Lid: Cast with word"WATER". 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. Install valves and valve boxes plumb, with valve boxes directly over valve stems. J3025 - 2/3 Std. 07/22/2014 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. Do not backfill valves until tested with lines. Adjust glands with pressure on valve. 3. Install valves on minimum 6 inch thick X 30 inch square concrete precast or cast in place base unless listed and/or shown otherwise on plans. 4. Bolts, nuts, and washers on buried flanged valves to be epoxy coated. 5. Wrap all valves with polyethylene film in accordance with AWWA C105/A21.5. 3.02 MEASUREMENT AND PAYMENT A. Unit Price (where applicable) 1. Measurement: Measure gate valves with valve boxes ("Gate Valve and Box") and support blocking per each, for each size valve furnished and installed. 2. Pay for gate valves with valve boxes and support blocking, measured as stated, at Contract unit price bid for respective sizes. B. Lump Sum (where applicable) No separate payment for work performed under this Item. Include cost of same in Contract unit price for other items of which this work is a component. J3025 - 3/3 THIS PAGE BLANK INTENTIONALLY 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 THIS PAGE BLANK INTENTIONALLY 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 I GRADE 2 GRADE 3 Triaxial Class 1: Min. Triaxial Class 1 to 2.3: Triaxial Class- compressive strength, Min.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 GRADE5 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: 1. 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 C 150, 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 %2-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 THIS PAGE BLANK INTENTIONALLY Std. 10/13/2005 ITEM NO. K3003 - LIME-STABILIZED SUBGRADE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Preparation and treatment of subgrade by addition of hydrated lime or lime slurry when plasticity index exceeds 20, mixing and compacting to required lines, grades, and typical sections. Treatment applies to natural ground, cut sections, embankments, or existing subgrade. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 DELIVERY, STORAGE,AND HANDLING A. Store and handle lime in weatherproof containers, bins, or buildings. Protect lime from any dampness or moisture until distribution on subgrade. B. Weigh lime furnished in trucks on approved scales. C. Lime furnished in bags to bear manufacturer's certified weight. Bags varying more than±5 percent from average bag weight may be rejected. PART 2—PRODUCTS 2.01 MATERIALS A. Hydrated Lime: Conforming to requirements of Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004 Edition, Item"Lime Treatment(Road-Mixed)". B. Commercial Lime Slurry: Conforming to requirements of Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004 Edition, Item"Lime Treatment(Road-Mixed)". K3003 - 1/3 Std. 10/13/2005 PART 3—EXECUTION 3.01 CONSTRUCTION METHODS A. Preparation: Prior to placing lime treatment, shape subgrade to elevations indicated on PLANS by scarifying or excavating soil with proper machinery. Correct unstable or loose material at given cross-section depths by removal of such material. Backfill voids with approved select material and compact to indicated grades. B. Placing: Place lime only on areas where mixing operations can be completed in same workday. Spread lime uniformly over subgrade by "dry placing" or "slurry placing" methods described herein. 1. Dry Placing: Spread lime with approved spreader or by bag distribution. Do not spread with maintainer or motor grader. Do not spread lime during windy or other adverse weather conditions. 2. Slurry Placing: Mix lime with water in trucks and place mixture or slurry using approved distributor. Make successive passes over measured section of roadway until proper lime content has been secured. Furnish truck with approved agitator which will keep lime and water uniformly mixed. Do not change grade of slurry without prior approval. C. Mixing: Mixing procedure to be same for either "dry placing" or "slurry placing". Obtain uniform mixture and moisture content. 1. First Mixing: Thoroughly mix soil and lime to required depth, using approved pulver-type road mixer. Mix until homogeneous, friable mixture of lime and soil is obtained, free of clods or lumps. Add water by sprinkling until proper moisture content is obtained, then cure from 1 to 2 days as required. Keep moist during curing period prior to final mix. 2. Final Mixing: Uniformly mix, after proper curing, using approved pulver-type road mixer. Reduce all clods and lumps by pulverization methods such that, when all non-slaking aggregates (sound or firm particles) retained on 3/4-inch sieve are removed, remainder of material meets following requirements when tested dry by laboratory sieves: Percent Minimum Passing 13/4-inch Sieve 100 Minimum Passing 3/4-inch Sieve 85 Hydrated lime exposed to open air for period of 6 hours or more, or to excessive loss due to washing or blowing between time of application and mixing, will not be accepted for payment. 3. Required amount of water necessary to provide optimum moisture to be added uniformly and mixed thoroughly with lime and soil. K3003 -2/3 Std. 10/13/2005 D. Compaction: Begin compaction immediately after final mixing. Maintain moisture content at or near optimum to achieve compaction. Where total compacted thickness is to be greater than 8 inches, spread and compact material in two or more approximately equal layers. Uniformly compact for entire required depth using approved tamping rollers. Compact treated material in such manner that it will not be mixed with underlying subgrade material. Correct all irregularities or weak spots immediately by replacing material and recompacting. Maintain surface in smooth condition until base course is placed. Acquire density of at least 95 percent as determined by AASHTO Standard Method T-99-81. Use pneumatic-type roller for final surface rolling. Moist-cure completed subgrade section for minimum of 4 days before placing pavement. 3.02 MEASUREMENT AND PAYMENT A. Measurement 1. Measure "Compacted Subgrade" of depth specified when stabilized with lime by the square yard of surface area to a point 2 feet beyond back of curb or edge of pavement. 2. Measure manipulation of lime during stabilization of subgrade by the square yard of subgrade actually stabilized. 3. Measure lime as follows: a. Hydrated Lime: Measure by ton of 2,000 pounds, dry weight. b. Commercial Lime Slurry: Measure by ton of 2,000 pounds of lime "dry solids" in slurry. Calculate quantity of lime from required minimum percent solids for grade used. 1) Grade 1: At least 31 percent by weight of slurry and calculate quantity of lime by ton of 2,000 pounds, based on 31 percent lime content. 2) Grade 2: At least 35 percent by weight of slurry and calculate quantity of lime by ton of 2,000 pounds, based on 35 percent lime content. B. Payment 1. Pay for "Compacted Subgrade" at Contract unit price per square yard of compacted subgrade of depth specified. 2. Pay for"Manipulation of Lime for Stabilized Subgrade" at Contract unit price per square yard of manipulation of lime for stabilized subgrade. 3. Pay for "Lime" at Contract unit price per ton of lime used for stabilizing subgrade. 4. In the event that completion of subgrade is delayed or postponed by adverse weather or wet soil conditions, no separate pay will be made to the Contractor to make the subgrade meet specifications. K3003 - 3/3 THIS PAGE BLANK INTENTIONALLY 08/03/2004 } ITEM NO. K3007 -REMOVAL OF EXISTING PAVEMENTS AND CURBS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Remove existing concrete and/or asphalt pavement and concrete curbs as indicated on PLANS. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2—PRODUCTS Not applicable to this Item. PART 3 —EXECUTION 3.01 METHOD OF REMOVAL A. Remove pavements and curbs by methods that will not damage existing underground utilities or existing surface facilities that will remain in service adjacent to work area. In areas where only a portion of existing concrete is to be removed, special care is to be exercised to avoid damage to portions of concrete remaining in place. B. Existing concrete to be cut to the neat lines as shown on PLANS. Existing concrete beyond the established neat lines, which is damaged or destroyed by these removal operations to be replaced at Contractor's expense. C. Provide clean break from existing pavement that will remain in place with a sawed joint. Saw joint along break line with a power driven concrete pavement saw. Cut groove to a minimum depth of 2 inches on concrete surface or 3/4 inch on asphalt surfaces. Break and remove all unwanted pavement and curb. Cut exposed pavement reinforcement to remain in place, as necessary, to provide sufficient length as dowel bars. D. Unless shown on PLANS, excavations for the removal of pavement or curbs to be backfilled to grade with excavated material compacted to a density equal to density of material inside of trench. E. Unless shown on PLANS, all materials removed except inlet frames and grates, manhole frames and covers, and salvageable utility pipe and fittings to become K3007- 1/2 08/03/2004 property of Contractor. Remove and dispose material at locations off jobsite in such a manner so as not to cause damage to Owner or any individual. 3.02 MEASUREMENT AND PAYMENT A. Unless otherwise indicated, no separate payment for work performed under this Item if noted as such in PLANS. Include cost of same in Contract price for work of which this is a component part. B. When indicated in the PROPOSAL, measure removal of existing pavement and/ or curbs or curbs and gutters as indicated below. Pavement to be made at Contract price bid for the following items as applicable. Such payment to be full compensation for all work described herein, including removal of curbs and/or gutters. 1. Pay for"Removal of Existing Concrete Pavement"at contract price bid per square yard. 2. Pay for "Removal of "Existing Asphalt Pavement" at contract price bid per square yard. 3. Pay for "Removal of Existing Concrete Pavement with Asphalt Overlay" at contract price bid per square yard. 4. Pay for"Removal of Existing Concrete Curb" at contract price bid per linear foot. K3007 -2/2 10/13/2005 ITEM NO. K3101 - CONCRETE PAVEMENT PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work: This Item governs for construction of concrete pavement for roadways, driveways, turnouts, and concrete curbing. Unless specified otherwise in preceding Special Provision or on PLANS, pavement to conform to residential requirements. 1.02 WORK SPECIFIED ELSEWHERE A. Roadway Preparation: Item No. K3203 "Roadway Excavation" or Item No. K3203 "Roadway Excavation and/or Embankment(Station Grading)" B. Concrete: Item No. B1001 "Concrete." C. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." 1.03 QUALITY ASSURANCE A. Submittals: For samples, mix designs, tests, and reports, see Item No. B1001 "Concrete." B. Standard Beam Test: See Item No. B1001 "Concrete." C. Core Samples: One core to be taken for each 1,000 square yards of finished pavement (minimum one core per street). Each core to be tested for thickness and compressive strength. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Item No. B1001 "Concrete." Thickness as shown on PLANS or in Proposal. B. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." Bar size and type as shown on PLANS. C. Expansion Joint Material: To be in accordance with section and location as shown on PLANS. K3101 - 1/10 10/13/2005 1. Fillers a. Premolded 1) Asphalt filler board per ASTM D994-71. 2) Premolded joint material per ASTM D 1751-73. b. Wood 1) Redwood: Heart, clear; maximum weight per cubic foot when oven dried to constant weight to be 30 pounds. 2) Other materials may be used with prior approval or Engineer. c. Hot poured: Per ASTM D1190-74. Also to be used in other type of joints as required. Other materials may be used with prior approval of Engineer or as directed on the PLANS. 2. Load Transmission Devices: To be of type and size shown on PLANS. D. Forms 1. Pavement a. Wood Forms: (Used only in residential construction) to be 2X material, free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Use precautionary methods to prevent leakage of mortar through of under side forms. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of completed pavement. b. Metal Forms: Use metal forms approved shape and section. Preferred depth of form to be equal to required edge thickness of pavement. Forms with depths greater or less than 1 inch of pavement thickness, may be used. Forms with less depth than pavement thickness to be brought to required depth by securely attaching wooden planks of approved section and size to bottom of form. Use forms section at least 10 feet in length, and provide for staking in position with not less than 3 pins. Use forms of adequate strength to withstand machine loads without visible springing or settlement. Use forms free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of the completed pavement. Use flexible or curved forms of wood or metal of proper radius for curves of 200-foot radius or less. 2. Curbs a. Wood or Metal: Wood or metal curb forms to be of approved section, straight and free of warp. Outside curb forms to have a depth at least %-inch K3101 - 2/10 10/13/2005 greater than height of curb. Rigidly attach inside curb forms (if required) to outside forms. b. Machine Laid: Equipment to conform to the requirements as specified under Paragraph 3.01 CONSTRUCTION. Use flexible or curved forms of wood or metal of proper radius for curves but not to exceed radius recommended by curb machine manufacturer. E. Metal or Plastic Supports: Supports for reinforcing steel to be either metal or plastic of approved shape and size, and spacing to conform to details shown on PLANS. F. Materials for Curing 1. Burlap: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 2. Cotton Mats: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 3. Waterproof Paper: Per ASTM C 171-69. 4. Membrane Curing Compounds: Conform to ASTM C309-74. 5. White or clear Polyethylene Sheeting: Sheet having thickness not less than 4 mils(.004 inch). G. Grouting 1. Material and mixtures for grouting curb dowels. a. Proportion by weight. b. One part Portland cement, Type I or Type II. c. One part clean, sharp sand. d. Seven-tenths part nonshrinking grout aggregate. e. No more than 5-1/2 gals. water per sack cement. 2. Other: Use mixture by weight of one part Portland cement and two parts sand for general purposes. If space to be grouted is less than one inch and is impossible to tamp grout use one-to-one mix. Where space to be filled with grout is large, use original concrete mixture. Use stiff mixture for grout to be tamped, produced by prolonged mixing. To obtain stiff grout, mix mortar using amount of water required to thoroughly mix ingredients, then continue mixing without additional water until grout is stiff enough to be compacted by tamping when placed. For grouting block outs for embedded pipes and similar items, use grout K3101 -3/10 10/13/2005 to which 5 pounds of nonshrinking grout aggregate per sack of cement has been added. PART 3 -EXECUTION 3.01 CONSTRUCTION A. Subgrade: Excavate, shape, and compact subgrade to grades, sections and densities shown on PLANS. Maintain drainage of subgrade at all times. Test subgrade section with an approved template, operated and maintained by Contractor. Wet down subgrade sufficiently in advance of placing pavement. No pavers, batch trucks, or other equipment to be permitted between forms during paving operations. B. Wood and Steel Forms 1. Setting: Set forms on compacted subgrade, cut true to grade so that entire form section is supported by subgrade. Stake metal form sections with at least 3 pins per section, with a pin on each side of every joint. Adequately stake wood form sections to prevent bows in form and to keep form sections to grade. Join form sections to prevent displacement. Clean and oil forms with form oil each time they are used. Set forms to line and grade for at least 200 feet ahead of mixer. Check conformity of alignment and grade immediately prior to placing concrete. 2. Removal: Leave forms in place for at least 12 hours. Remove forms without injury to concrete. Immediately repair damage resulting from form removal. Point up all exposed honeycomb areas with approved mortar. As soon as curb forms are removed, backfill behind curbs with approved material and compact to 90 percent Standard Proctor density. C. Slip Forms: Equipment to be provided with traveling side forms of sufficient dimensions, shape and strength to support concrete laterally for sufficient length of time during placement to produce pavement of required cross-section. Concrete to be distributed uniformly into final position by slip form paver, and horizontal deviation in alignment of edges not to exceed 1-1/4 inches form established alignment. D. Concrete Placing and Handling 1. Wood and Steel Forms a. Deposit concrete on subgrade in such manner as to require as little rehandling as possible. Use shovels for hand spreading of concrete. Use of rakes will not be permitted. Place concrete in a rapid, continuous operation. b. Consolidate all concrete placed for pavement by an approved mechanical vibratory unit designed to vibrate the concrete internally. Use vibratory K3101 - 4/10 10/13/2005 member equipped with synchronized vibratory units to extend across pavement practically to, but not to come in contact with side forms. Space separate vibratory units at sufficiently close intervals to provide uniform vibration and consolidation to entire width of pavement. Mount mechanically operated vibrators in such manner as not to come in contact with forms or reinforcement, and not to interfere with transverse or longitudinal joints. c. Furnish hand-manipulated mechanical vibrators in number of required for proper consolidation of concrete along forms, at joints, an in areas not covered by mechanically controlled vibrators. 2. Slip Forms a. Concrete, for full paving width, to be effectively consolidated by internal vibration, with transverse vibrating units or with a series of longitudinal vibrating units. Internal vibration to mean vibration by means of vibrating units loaded within the specified thickness of pavements section and at a minimum distance ahead of screed equal to pavement thickness. b. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavements to be equipped with protective pads on crawler tracks or rubber-tired wheels, offset to run a sufficient distance from edge of pavement to avoid breaking or cracking pavement edge. c. After concrete has been given a preliminary finish by finishing devices incorporated in the slip-form paving equipment, surface of the fresh concrete to be checked with a straightedge to tolerances and finish required. 3. Wood or Metal Formed Curb: Curbing may be poured monolithic with pavement or may be added to pavement surface at a latter time. Place curb dowel bars while pavement is plastic. Provide expansion joint or contraction joint in curb opposite each expansion joint or contraction joint in pavement and at each curb inlet. Use same expansion joint material as used in pavement. Cut weakened plane joints with an approved grooving tool opposite each joint in pavement, as required. Apply finish coat of mortar on exposed surfaces of curb. Mortar is composed of one part Portland cement and two parts sand. Apply mortar with a template or "mule" conforming to plan curb dimensions. Steel trowel finish all exposed surfaces of curb and brush to a smooth,uniform surface. 4. Machine-Laid Curb a. Lay curbs by an extrusion-type machine. Immediately prior to placing of the curb, thoroughly clean the previously approved foundation. b. Grade and alignment for top of curb to be as shown on PLANS. The forming tube of the extrusion machine to be readily adjustable vertically K3101 - 5/10 10/13/2005 during the forward motion of the machine, to provide required variable motion of the machine, to provide required variable height of curb necessary to conform to the established grade line. c. Feed concrete into machine in such a manner and at such consistency that the finished curb will present a well-compacted mass with a surface free from voids and honeycomb and true to established shape, line, and grade. d. Perform any additional surface finishing's specified and/or required immediately after extrusion. Construct joints as specified or as shown on PLANS. 5. Placing Concrete in Cold Weather: Minimum ambient air temperature at time of concrete placement to be not less than 50 deg. F. a. Maintain temperature of concrete placed on or in the ground above 40 deg. F. for a period of 72 hours from time of placement. b. Protect concrete against freezing during curing period in accordance with Portland Cement Association"Design and Control of Concrete Mixtures." c. Protect concrete from temperatures below 40 deg. F. until it has cured for a minimum of three days at 70 deg. F. or five days at 50 deg. F. Remove and replace at Contractor's expense, all concrete not meeting this requirement. d. Protection may consist of additional covering, insulated forms, artificial heating, or other means approved by Engineer. 6. Placing Concrete in Hot Weather: When air temperature is above 90 deg. F. use approved retarding agent in all exposed concrete. a. Reinforcing steel and other surfaces in contact with concrete, to be cooled to below 90 deg. F. by means of water spray or other approved methods. b. Concrete temperature prior to placement not to exceed 85 deg. F., plus a maximum tolerance of 5 deg. F. Concrete above this maximum will be rejected. c. Reduce concrete temperature at time of placement to satisfy maximum allowable temperature by one or more of the following: (1) Addition of cold water with a subsequent addition of cement to maintain proper water-cement ratio. Tanks or trucks used for storing or transporting water to be insulated or painted white. Mechanical refrigeration may be used to reduce water temperatures. K3101 - 6/10 10/13/2005 (2) Addition of crushed, shaved, or shipped ice directly into the mixer with a subsequent addition of cement to maintain proper water- cement ratio. Continue mixing until ice is completely melted. (3) Other approved methods. E. Finishing 1. Nonresidential Pavements: Finish concrete pavement by power-driven transverse finishing machines and longitudinal finishing machines. Provide transverse finishing machine with two screeds accurately adjusted to crown of pavement. Ride transverse finishing machine on forms, so designed and operated as to strike off and consolidate concrete. Make at least two trips over each area, or more if necessary. Provide longitudinal finishing machine with a longitudinal float not less than 10 feet in length, adjusted to a true plane. Ride longitudinal finishing on forms, so designed and operated as to finish pavement to required grade. Equip finishing machines with rubber tires to roll on concrete pavement. Just before concrete becomes nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt of two- or four-ply construction, not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 2. Residential Pavements: Concrete pavement may be finished by machine or by hand. If by machine, see Paragraph E.1. above. If finished by hand, thoroughly vibrate concrete around reinforcement and embedded fixtures. Tamp concrete with a tamping template make of 4-inch by 10-inch lumber, or equivalent metal section, at least 2 feet longer than width of pavement,to conform to crown section of pavement. If wood-tamping template is used, it is to have a steel face not less 3/8 inch in thickness. Strike off concrete with a strike-off screed made of 4-inch by 10-inch lumber or equivalent metal section at least 2 feet longer than width of pavement and conforming to crown section of pavement. Move strike-off screed forward with combined transverse and longitudinal motion in direction work is progressing, maintaining screed in contact with forms, and maintaining slight excess of materials in front of cutting edge. Use a longitudinal float not less than 10 feet in length to level surface. Prior to concrete becoming nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt or two- or four-ply construction not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 3. Slip Form: If this method of construction is used, all requirements of this TECHNICAL SPECIFICATION in regard to subgrade and pavement depth, alignment, consolidation, finishing, workmanship, etc. to be met. Equip "slip form paver"with longitudinal transangular finishing float adjustable to crown and K3101 - 7/10 10/13/2005 grade. Extend float across the pavement almost to the side form and/or the edge of slab. F. Surface Tests 1. Test entire surface before initial set and correct irregularities or undulations to bring surface within requirements of following test,then finish. 2. Place approved 10-foot straight edge parallel to center of roadway so as to bridge any depressions and touch all high spots. Ordinates measured from face of straight edge to surface of pavement not to exceed 1/16 inch per foot from nearest point of contact, and in any case maximum ordinate to 10-foot straight edge to be no greater than 1/8 inch. G. Joints: Place joints of types shown on PLANS at required locations and at spacing shown. 1. Construction Joints: Place transverse construction joint when necessary to stop concrete placement for period of more than 30 minutes. Length of slab to be not less than 10 feet from nearest joint of complete slab. If closer than 10 feet from nearest joint of complete slab. If closer than 10 feet, Contractor to remove concrete from between forms back to nearest normal join and place construction joint bulkhead. Use longitudinal keyed construction joints at pavement edges where required. 2. Expansion Joints: Place expansion joint at radius points of curb returns for cross-street intersections, or as shown on PLANS. Do not use boards less than 6 feet in length. When pavements are 24 feet or less in width, use not more than two lengths of board. Secure pieces to form straight joint. Shape board filler accurately to cross-section of concrete slab. Use premolded joint filler, accurately shaped, in curb section. Load transmission devices to be of type and size shown on PLANS. Use joint sealing compound as required. 3. Contraction Joints: Make straight and place at spacing shown on PLANS. Place asphalt-coated smooth dowels accurately and normal to joint. Tool edges of groove and seal with joint sealing compound. 4. Longitudinal Weakened Plane Joints: Form longitudinal weakened plane joint by an approved continuous metal shield or asphalt impregnated felt strip placed continuously behind longitudinal float by a machine of the flex plane type. H. Protection and Curing: Following requirements apply on alternate methods of curing. Cover concrete with burlap or cotton mats, when concrete has hardened sufficiently to prevent marring of surfaces, and keep wet continuously for 72 hours. Apply curing compound immediately after free water has disappeared and at rate specified. Keep polyethylene sheets or membrane curing film in place and intact for five days, in lieu of 72 hours wet curing. Cure concrete curbs and gutters to prevent checking while setting. After each day's run, barricade street. No wheeling will be K3101 - 8/10 10/13/2005 allowed on concrete during curing period. Do not open pavement to traffic until concrete is at least 10 days old. Clean off pavement and seal joints before opening pavement to any traffic. Polyethylene sheeting will be kept on the job site at all times to cover and protect pavement during adverse weather conditions. Concrete surface, which is still in a plastic state, shall be protected from adverse rainfall conditions so as not to impair the quality of the pavement surface. Removal and replacement of Deficient Concrete: REMOVE AND REPLACE with pavement of specified thickness. Length of pavement to be removed shall be to the nearest existing joint (Type A, C, or E) in both directions. Width of pavement to be removed shall be from the centerline of pavement to edge of pavement. Contractor shall saw completely through existing reinforcing steel at said joints, except at expansion joints. Prior to replacement of deficient concrete pavement, Contractor shall drill and dowel concrete pavement for 5/8-inch diameter reinforcing rods 30 inches long on 24 inch centers as shown on plans for TYPE E construction joint. 3.02 MEASUREMENT AND PAYMENT A. Measurement: "Concrete Pavement to be measured by square yard of surface area of completed and accepted pavement of thickness designated. Measurement to be made from back to back of curb. "Monolithic Concrete Curb and Gutter," "Concrete Curb," "Temporary Concrete Curb," and "Mountable Concrete Curb" of height designated will be measured by linear foot. "Driveway Turnout" will be measured by the square yard of surface area of completed and accepted turnout. B. Payment 1. Adjustment of payment for acceptable pavement and replacement of faulty pavement to be in accordance with the following: a. Thickness of pavement to be determined by measurement of cores taken prior to final acceptance, at such points as Engineer may select. 6-inch diameter cores taken at rate of at least one core per each 1,000 square yards of pavement. These initial cores to be paid for by owner. b. Pavement of thickness within 1/4-inch of designated thickness to be considered of satisfactory thickness, and to be paid for at Contract unit price. c. Pavement of thickness less than thickness designated by more than 1/4-inch, but less than 1/2-inch, to be considered of deficient thickness, and adjusted unit price to be used in payment. This price shall be one-half of the Contract unit price. Length of area of such deficient thickness to be determined by additional cores in each direction until cores are obtained which measure designated thickness. Width of such area to be entire width of pavement within length thus determined. 2. Payment will not be made for pavement which is deficient in thickness by 1/2-inch or more. Length of area of such unsatisfactory thickness to be determined by additional cores taken at intervals of 10 feet along length of pavement in each direction until cores are obtained which have designated thickness less 1/2-inch. Width of such area to be entire width of pavement within length of such area to be K3101 - 9/10 10/13/2005 determined. If deficiency in thickness is not more than 3/4-inch, Contractor may leave such pavement in place, relinquishing thereby any claim for compensation incurred in its construction. If deficiency in thickness is 3/4-inch or more remove, dispose and replace with pavement of specified thickness as described in paragraph 3.01. 3. No additional payment over Contract unit price to be made for pavement of thickness exceeding that required by PLANS. 4. Additional 6-inch diameter cores required determining areas of deficient thickness to be paid for by Contractor. 5. "Concrete Curb"to be paid for at Contract unit price. K3101 - 10/10 APPENDIX "A" FORM FOR REQUEST FOR TIME EXTENSION THIS PAGE BLANK INTENTIONALLY 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: John Tomplait Assistant 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 THIS PAGE BLANK INTENTIONALLY APP 4 QUALIFICATION;STA IME THIS PAGE BLANK INTENTIONALLY 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 GEOTEC#INICAL REPORTS THIS PAGE BLANK INTENTIONALLY _ . _ hTolunav-Wong - .- � , 111 _11, al Engineers , Inc. _ •- _ :._,__\---_--- , - _ _,,,,---„__ ____ _i______„___ . . ,,,, _ „-,:___\...,/ ,‘„. .. _ . .... _ .:__ ,_ ,,,,- ____ ... / GEOTECHNICAL ENGINEERING STUDY WATER TREATMENT PLANT IMPROVEMENTS ,- CITY OF PORT ARTHUR PORT ARTHUR, TEXAS , Prepared for: __ A-_,...,:---V"'''' Arceneaux & Gates, Inc. '=.� ` ti;\\\ pW a. .. _; 2901 Turtle Creek Drive, Suite 320 Port Arthur, Texas Prepared by: 11111 r '..�- 1 Ant Tolunay-Wong Engineers, Inc. _ A 2455 West Cardinal Drive, Suite A 111° 11` Beaumont, Texas 77705 tib, fr August 5,2013 Project No. 13.23.155/Report No. 60459 * 1 - I s-'-'4'--it. lir' t Geotechnical Encineering EnvironT ental Consultinc CP r Construction Materials Testing an Deep Founcations Testing 95, Tolunay-WongOp Engineers, Inc. 2455 West Cardinal Drive,Suite A • Beaumont,Texas 77705 • Phone(409)840-4214 • Fax (409)840-4259 August 5, 2013 Arceneaux & Gates,Inc. 2901 Turtle Creek Drive, Suite 320 Port Arthur, Texas Attn: Mr. Paul M. White, P.E. Paul.White @burrowglobal.com Ref: Geotechnical Engineering Study Water Treatment Plant Improvements City of Port Arthur Port Arthur, Texas TWE Project No. 13.23.155 /Report No. 60459 Dear Mr. White, Tolunay-Wong Engineers, Inc. (TWE) is pleased to submit this report of our geotechnical engineering study for the above referenced project. This report contains a detailed description of the field program and laboratory services performed for this geotechnical engineering study as well as soil boring logs including tabulated laboratory test results. Also included in this report are our geotechnical recommendations for the new structures at the City of Port Arthur Water Treatment Plant in Port Arthur,Texas. We appreciate the opportunity to work with you on this phase of the project and look forward to the opportunity of providing additional services as the project progresses. If you have any questions or comments regarding this report or if we can be of further assistance,please contact us. Sincerely, TOLUNAY-WONG ENGINEERS,INC. Texas Board of Professional Engineers Firm Registration No. F-000124 �.,,%� • • • * (...r)//._.,----;t1-7,ej/-4. 6a pf ......--lar- (7/z--:--261--- II._~ Armando Gomez, Jr. I.T. Patrick J. Kenney, P.E. if .' Staff Professional '<i •,-,, Vice President-Southea� ,-�+ ._ Beaumont, Texas Engineering Services -13 TABLE OF CONTENTS INTRODUCTION AND PROJECT DESCRIPTION 1-1 1.1 Introduction 1-1 1.2 Project Description 1-1 2 PURPOSE AND SCOPE OF SERVICES 2-1 3 FIELD PROGRAM 3-1 3.1 Soil Borings 3-1 3.2 Drilling Methods 3-1 3.3 Soil Sampling 3-2 3.4 Boring Logs 3-2 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 4.1 Laboratory Testing Program 4.1 5 SITE CONDITIONS 5-1 5.1 General 5-1 5.2 Site Description and Surface Conditions 5-1 5.3 Subsurface Soil Stratigraphy 5-1 5.4 Subsurface Soil Properties 5-1 5.5 Shrink/Swell Potential 5-2 5.6 Groundwater Observations 5-2 6 DISCUSSION 6-1 6.1 General 6-1 6.2 Shallow Foundations 6-1 6.3 Deep Foundations 6-1 6.4 Below Grade Structures 6-2 6.5 Underground Utilites/Piping 6-2 6.6 Pavement Recommendations 6-2 7 SHALLOW FOUNDATION RECOMMENDATIONS 7-1 7.1 General 7-1 7.2 Allowable Bearing Pressure 7-1 7.2.1 Coefficient of Subgrade Reaction 7-1 7.3 Shallow Foundation Construction 7-2 8 DEEP FOUNDATION DESIGN 8-1 8.1 General 8-1 8.2 Axial Capacity 8-1 8.2.1 Axial Group Effects 8-1 8.3 Lateral Capacity 8-2 8.3.1 Pile Groups 8-2 9 BELOW GRADE STRUCTURES 9-1 9.1 General 9-1 9.2 Open Cut Method 9-1 9.2.1 Sideslope Stability 9-1 TWE Project No. 13.23.155 1-1 Report No. 60459 9.2.2 Dewatering 9-1 9.2.3 Bottom Stability 9-2 9.2.4 Lateral Earth Pressures 9-2 9.2.5 Uplift 9-3 10 UNDERGROUND UTILITIES/PIPING 10-1 10.1 Subsurface Conditions 10-1 10.2 General 10-1 10.3 Trench Excavations 10-1 10.3.1 Sloped Excavations 10-1 10.3.2 Vertical Excavations 10-1 10.4 Groundwater Control 10-2 10.5 Construction Monitoring 10-2 10.6 Bedding and Backfilling 10-2 11 PAVEMENT RECOMMENDATIONS 11-1 11.1 Discussion 11-1 11.2 Rigid Pavement Design 11-1 11.3 Roadway Section Materials 11-3 11.3.1 Reinforced Concrete 11-3 11.3.2 Cement-Treated Crushed Aggregate 11-3 11.3.3 Lime-Stabilized Clay 11-4 11.4 Pavement Maintenance 11-5 12 CONSTRUCTION CONSIDERATIONS 12-1 12.1 Subgrade Preparation and Structural Select Fill 12-1 12.2 Drainage 12-2 12.3 Open Excavations 12-2 12.4 Shallow Foundation Construction 12-2 12.4.1 Mat Foundations 12-2 12.5 Deep Foundation Installation 12-3 12.5.1 Driven Pile Installation 12-3 13 LIMITATIONS AND DESIGN REVIEW 13-1 13.1 Limitations 13-1 13.2 Design Review 13-1 13.3 Construction Monitoring 13-1 13.4 Closing Remarks 13-1 TWE Project No. 13.23.155 1-2 Report No.60459 TABLES, APPENDICES AND FIGURES TABLES Table 3-1 Geotechnical Field Program 3-1 Table 4-1 Laboratory Testing Program 4-1 Table 5-1 General Relationship Between P.I. and Shrink/Swell Potential 7-2 Table 5-2 Groundwater Level Measurements 7-3 Table 7-1 Typical Subgrade Modulus Values (k1) 7-1 Table 8-1 Lateral Analysis Soil Design Parameters 8-2 Table 8-2 Static Lateral Group Efficiency Factors 8-4 Table 11-1 Pavement Design Parameters 11-2 Table 11-2 Recommended Pavement Material Thicknesses 11-2 Table 12-1 Compaction Equipment and Maximum Lift Thickness 12-1 APPENDICES Appendix A: Project Drawings—Existing Structures Appendix B: Soil Boring Location Plans TWE Drawing No. 13.23.155-1 Appendix C: TWE Logs of Borings B-1 through B-9 and a Key to Terms and Symbols used on Boring Logs Appendix D: Allowable Unit Friction and End Bearing Curves and Pile Capacity Tables Driven Concrete Piles TWE Project No. 13.23.155 1-3 Report No.60459 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our geotechnical engineering study performed for the new structures at the City of Port Arthur Water Treatment Plant. Our geotechnical engineering study was conducted in accordance with TWE Proposal No. P13-B116 dated June 11, 2013 and authorized by Paul White of Arceneaux&Gates, Inc. on June 11, 2013. 1.2 Project Description The project consists of installing new structures at the City of Port Arthur Water Treatment Plant in Port Arthur, Texas. The new structures include a 4,000,000-GAL ground storage tank, flow splitter basin, rapid mix basin, chloride dioxide contact basin, filter complex, thickener and electrical building. We understand that the new structures will be installed in two (2) phases. Phase 1 will include the new 200-ft diameter ground storage tank and flow splitter basin. Phase 2 will include the rapid mix basin, chlorine dioxide contact basin, filter complex, thickener and electrical building. We understand that a rigid concrete roadway will also be constructed at the project site. The new structures planned for this project are similar to the existing structures at this facility. It is our understanding that all of the existing structures are supported on reinforced concrete slabs or mat foundations at or below existing grade with the exception of the Rapid Mix Basin. The existing rapid mix basin is an elevated structure supported on driven concrete piles that extend above grade. Selected Project Drawings for the existing structures are provided in Appendix A. TWE Project No. 13.23.155 1-1 Report No.60459 2 PURPOSE AND SCOPE OF SERVICES The purposes of our geotechnical engineering study were to investigate the soil and groundwater conditions within the project site and to provide geotechnical design recommendations for suitable foundation systems to support the new structures associated with the City of Port Arthur Water Treatment Plant improvements. Our scope of additional services performed for the project consisted of: 1. Drilling nine(9) soil borings to depths of 50-ft within the project site to evaluate subsurface • stratigraphy and groundwater conditions; 2. Performing geotechnical laboratory tests on recovered soil samples to evaluate the physical and engineering properties of the strata encountered; and, 3. Preparing a geotechnical report containing recommendations for: a. Design and construction of both shallow and deep foundations including foundation capacity and settlement considerations; b. Design and construction recommendations for below grade structures; c. Design and construction of underground utilities/piping; d. Design and construction of rigid pavement sections including materials and thicknesses; and, e. Providing geotechnical construction recommendations including site and subgrade preparation, excavation considerations, fill and backfill requirements, compaction requirements, foundation installation and overall quality control monitoring,testing and inspection services. Our scope of services did not include any environmental assessments for the presence or absence of wetlands or of hazardous or toxic materials within or on the soil, air or water within this project site. Any statements in this report or on the boring logs regarding odors, colors or unusual or suspicious items or conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our services associated with this geotechnical engineering study. TWE Project No.13.23.155 2-1 Report No.60459 3 FIELD PROGRAM 3.1 Soil Borings TWE conducted an exploration of subsurface soil and groundwater conditions at the project site from June 5, 2013 to June 19, 2013. The table below shows the locations of the borings in reference to the structures associated with the project. Table 3-1 Geotechnical Field Program Project Site Location Soil Boring No. Depth B-1 50-ft 4-MG Storage Tank B-2 50-ft B-3 50-ft Flow Splitter Basin B-4 50-ft Filter Complex B-5 50-ft Chloride Dioxide Contact Basin B-6 50-ft Thickener B-7 50-ft Clarifier B-8 50-ft Rapid Mix Basin B-9 50-ft Total Soil Boring Footage 400-ft The boring locations are presented on drawings provided in Appendix B of this report. Drilling, sampling and grouting of the soil borings was performed using buggy-mounted drilling equipment. Our field personnel coordinated the field activities and logged the boreholes. 3.2 Drilling Methods Field operations were performed in general accordance with Standard Practice for Soil Investigation and Sampling by Auger Borings [American Society for Testing and Materials (ASTM)D 1452]. The soil borings were drilled using a truck-mounted drilling rig equipped with a rotary head. The boreholes were advanced using dry-auger and wash-rotary drilling methods. Typically, borings are dry-augered using a flight auger to advance the boreholes until groundwater is encountered or until the boreholes become unstable and/or collapse. At that point, the soil borings are completed using wash-rotary drilling techniques. Samples were obtained continuously at intervals of 2-ft from existing ground surface to a depth of 12-ft, at the 13-ft to 15-ft depth interval and at intervals of 5-ft thereafter until the boring completion depth of 50-ft was reached. TWE Project No.13.23.155 3-1 Report No.60459 3.3 Soil Sampling Fine-grained, cohesive soil samples were recovered from the soil borings by hydraulically pushing a 3-in diameter, thin-walled Shelby tubes a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils (ASTM D 1587). Our geotechnician visually classified the recovered soils and obtained field strength measurements using a pocket penetrometer. A factor of 0.67 is typically applied to the penetrometer measurement to estimate the undrained shear strength of the Gulf Coast cohesive soils. The samples were extruded in the field, wrapped in foil, placed in moisture sealed containers and protected from disturbance prior to transport to the laboratory. Coarse-grained, cohesionless and semi-cohesionless soil samples were collected with the standard penetration test (SPT) sampler driven 18-in by blows from a 140-lb hammer falling 30- in in accordance with the Standard Test Method for Standard Penetration Test (SPT) and Spilt- Barrel Sampling of Soils (ASTM D 1586). The number of blows required to advance the sampler three (3) consecutive 6-in depths are recorded for each corresponding sample on the boring log. The N-value, in blows per foot, is obtained from SPTs by adding the last two (2) blow count numbers. The compactness of cohesionless and semi-cohesionless samples and the consistency of cohesive samples are inferred from the N-value. The samples obtained from the split-barrel sampler were visually classified, placed in moisture sealed containers and transported to our laboratory. The recovered soil sample depths with corresponding pocket penetrometer measurements are presented on the boring logs in Appendix C. SPT sampling intervals and blow counts are also presented at their respective sample depths on the boring logs in Appendix C. 3.4 Boring Logs Our interpretations of general subsurface soil and groundwater conditions at the soil boring locations are included on the boring logs. Our interpretations of the soil types throughout the boring depths and the locations of strata changes were based on visual classifications during field sampling and laboratory testing in accordance with Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) (ASTM D 2487) and Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) (ASTM D 2488). The boring logs include the type and interval depth for each sample along with their corresponding pocket penetrometer measurements and blow count values. The boring logs for B- - 1 through B-9 and a key to terms and symbols used on boring logs are presented in Appendix C. 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during dry-auger drilling. Water level readings were attempted in the open boreholes when groundwater was first encountered and at five (5) minute intervals over a fifteen (15) minute time period. The groundwater observations are summarized in Section 5.6 of this report entitled "Groundwater Observations. " TWE Project No. 13.23.155 3-2 Report No.60459 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification of the soils encountered within the project borings and to evaluate the physical and engineering properties of the strata encountered within the project site. 4.1 Laboratory Testing Program Laboratory tests were performed in general accordance with ASTM International standards. The types and brief descriptions of the laboratory tests performed are presented in Table 4-1 below. 4- " Laboratory Testing Program Test Description Test Method Amount of Material in Soils Finer than No. 200 Sieve ASTM D 1140 Unconfined Compressive Strength of Cohesive Soil ASTM D 2166 Water(Moisture) Content of Soil ASTM D 2216 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils ASTM D 2850 Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D 4318 Dry Unit Weight -- Amount of Materials in Soils Finer than No. 200 (75-um) Sieve (ASTM D 1140) This test method determines the amount of materials in soils finer than the No. 200 (75-µm) sieve by washing. The loss in weight resulting from the wash treatment is presented as a percentage of the original sample and is reported as the percentage of silt and clay particles in the sample. Unconfined Compressive Strength of Cohesive Soil(ASTM D 2166) This test method determines the unconfined compressive strength of cohesive soil in the undisturbed or remolded condition using strain-controlled application of an axial load. This test method provides an approximate value of the strength of cohesive materials in terms of total stresses. The undrained shear strength of a cohesive soil sample is typically one-half(1/2) the unconfined compressive strength. Water(Moisture) Content of Soil by Mass (ASTM D 2216) This test method determines water (moisture) content by mass of soil where the reduction in mass by drying is due to loss of water. The water (moisture) content of soil, expressed as a percentage, is defined as the ratio of the mass of water to the mass of soil solids. Moisture content may provide an indication of cohesive soil shear strength and compressibility when compared to Atterberg Limits. TWE Project No. 13.23.155 4-1 Report No.60459 Undrained-Unconsolidated Triaxial Compression (UU) Test for Cohesive Soils (ASTM D 2850) This test method covers determination of the strength and stress-strain relationships of a cylindrical specimen of either undisturbed or remolded cohesive soil. Specimens are subjected to a confining fluid pressure in a triaxial chamber. No drainage of the specimen is permitted during the test. The specimen is sheared in compression without drainage at a constant rate of axial deformation (strain controlled). Liquid Limit, Plastic Limit and Plasticity Index of Soils (ASTM D 4318) This test method determines the liquid limit, plastic limit and the plasticity index of soils. These tests, also known as Atterberg limits, are used for soil classification purposes. They also provide an indication of the volume change potential of a soil when considered in conjunction with the natural moisture content. The liquid limit and plastic limit establish boundaries of consistency for plastic soils. The plasticity index is the difference between the liquid limit and plastic limit. Dry Unit Weight of Soils This test method determines the weight per unit volume of soil, excluding water. Dry unit weight is used to relate the compactness of soils to volume change and stress-strain tendencies of soils when subjected to external loadings. Typical laboratory test results are presented on the boring logs in Appendix C. TWE Project No.13.23.155 4-2 Report No.60459 5 SITE CONDITIONS 5.1 General Our interpretations of soil and groundwater conditions within the project site are based on information obtained at the soil boring locations only. This information has been used as the basis for our conclusions and recommendations included in this report. Subsurface conditions may vary at areas not explored by the soil borings. Significant variations at areas not explored by the soil borings will require reassessment of our recommendations. 5.2 Site Description and Surface Conditions The project site is located at the City of Port Arthur Treatment Plant in Port Arthur, Texas. An aerial and project location is presented on Drawing No. 13.23.155-1 in Appendix B. The project site was generally flat with grass cover during the time of our field program. Drainage seemed to be adequate. 5.3 Subsurface Soil Stratigraphy The generalized soil profile encountered in the project borings consisted of primarily firm to stiff cohesive clay from existing ground to the completion depth of 50-ft. A loose to medium dense sand was encountered within borings B-2, B-3 and B-6 through B-8 from approximately 18-ft to 28-ft below existing grade. Detailed descriptions of the soils encountered at the boring locations are presented on the boring logs in Appendix C. 5.4 Subsurface Soil Properties Results of Atterberg limit tests on selected cohesive soil samples indicated liquid limits ranging from 45 to 110 with corresponding plasticity indices ranging from 32 to 85. The amount of materials finer than the No. 200 sieve ranged from 50% to 100% within selected cohesive soil samples tested for grain size distribution. Undrained shear strengths estimated from pocket penetrometer measurements taken on recovered cohesive soil samples ranged from 0.25-tsf to 1.50-tsf. Undrained shear strengths determined from laboratory UC and UU testing performed ranged from 0.20-tsf to 0.79-tsf within the cohesive soil matrix with corresponding total unit weights of 87-pcf to 131-pcf. Based on the above undrained shear strength data, the cohesive soils encountered within the soil borings for the project are inferred to have firm to very stiff, but typically firm to stiff consistencies. We recorded SPT N-values ranging from 5 to 20 blows per foot within the cohesionless sand stratum indicating loose to medium dense relative densities. The amount of material finer than the No. 200 sieve within the semi-cohesionless and cohesionless soil samples recovered from split-barrel sampling ranged from 18%to 48%. Tabulated laboratory test results at the recovered sample depths are presented on the boring logs in Appendix C. TWE Project No. 13.23.155 5-1 Report No.60459 5.5 Shrink/Swell Potential The tendency for a soil to shrink and swell with change in moisture content is a function of clay content and type, which are generally reflected in soil consistency as defined by the Atterberg Limits. A generalized relationship between shrink/swell potential and the soil plasticity index(P.I.) is shown below: Table 5 Py General Relationship Between P.I. an' rin 7}-we I 'otentia P.I.Range Shrink/Swell Potential 0— 15 Low 15—25 Medium 25—35 High >35 Very High The amount of expansion that will actually occur with increase in moisture content is inversely related to the overburden pressure; that is, the larger the overburden pressure, the smaller the amount of expansion. Near-surface soils are thus susceptible to shrink/swell behavior because they experience low amounts of overburden. Shrink/swell behavior is normally considered to be limited to the upper 6-ft of the various soil formations in this Coastal Zone of Texas. The presence of a water table will tend to keep the clays near the water table saturated and thus less likely to swell. Overall,the clay soils above 6-ft at this site possess very high shrink/swell potential. 5.6 Groundwater Observations Groundwater measurements obtained from the project borings during dry-auger drilling are presented in Table 5-2 on the following page. TWE Project No. 13.23.155 5-2 Report No.60459 Table 5-2 Groundwater Level MeasurementsI i . Boring Groundwater Level Measurements Project Site Structure Soil Completion Free Water Boring De th during Dry- Static Water Level p Measurement Auger Drilling B-1 50-ft 18.0-ft 12.0-ft 4-MG Storage Tank B-2 50-ft 18.0-ft 15.5-ft B-3 50-ft Free water was not encountered during dry-auger drilling due to cave-in at 8-ft. Flow Splitter Basin B-4 50-ft 15.0-ft 13.0-ft Filter Complex 13-5 50-ft 18.0-ft 11.5-ft Chloride Dioxide B-6 50-ft 18.0-ft 15.0-ft Contact Basin Thickener B-7 50-ft 18.0-ft 12.0-ft Clarifier B-8 50-ft 18.0-ft 14.0-ft Rapid Mix Basin B-9 50-ft 18.0-ft 10.0-ft Groundwater levels may fluctuate with climatic and seasonal variations and should be verified before construction. Accurate determination of static groundwater levels throughout the project site could be made with standpipe piezometers. Installation of standpipe piezometers to evaluate long- term groundwater conditions within the project site was not included in our scope of services. TWE Project No.13.23.155 5-3 Report No.60459 6 DISCUSSION 6.1 General The project consists of installing new structures at the City of Port Arthur Water Treatment Plant in Port Arthur, Texas. The new structures include a 4-MG ground storage tank, flow splitter basin, rapid mix basin, chloride dioxide contact basin, filter complex, thickener and electrical building. We understand that the new structures will be installed in two (2)phases. Phase 1 will include the new 200-ft diameter, 4-MG ground storage tank and flow splitter basin. Phase 2 will include the rapid mix basin, chlorine dioxide contact basin, filter complex, thickener and electrical building. We understand that a rigid concrete roadway will also be constructed at the project site. We have been requested to provide geotechnical foundation design recommendations for shallow foundations, deep foundations, below grade structures, underground utilities/piping and rigid concrete pavement sections for this project. We understand all the proposed structures, except for the rapid mix basin, will be supported by mat foundations. 6.2 Shallow Foundations Based on information provided by the Client, most of the existing structures at this facility are supported on reinforced concrete slabs or mat foundations placed at depths ranging from at grade to 16-ft below grade. We understand mat foundations are preferred by the Client for the new structures. Although the existing rapid mix basin is supported on a deep foundation system, the Client is considering supporting the new rapid mix basin on a buried mat foundation with columns or walls that extend above grade to support the elevated structure. Drawings of the existing structures with foundation elevations are presented in Drawing No. G-5 in Appendix A. We understand that one (1) 18.2-ft tall, 200-ft in diameter and 4,000,000-MG ground storage tank will be constructed at the project site. Based on Drawing No. R-3, the existing tank that is adjacent to the proposed tank location is supported by a 3-ft thick concrete mat foundation at a depth of approximately 16-ft below grade [El. (-)6.001 A similar foundation support is preferred by the Client to support the proposed new tank. 6.3 Deep Foundations Based on discussions with the Client, the existing rapid mix basin is supported by a deep foundation system that consists of driven concrete piles. Although a mat foundation system as discussed above is preferred by the Client, we understand that a driven pile foundation system is also being considered for the proposed new rapid mix basin. Boring B-9 was performed at the proposed location of the rapid mix basin. Boring B-9 consists of a cohesive clay subsurface profile that is suitable for driven pile installation. Recommendations for design of deep foundations are provided in Section 8 of this report. TWE Project No. 13.23.155 6-1 Report No.60459 6.4 Below Grade Structures We understand that many of the proposed structures will be constructed partially below grade. Excavation options for the below grade structures include open-cut excavations. The open-cut excavation procedure and its effect on design and construction of the proposed structures are discussed in Section 9. 6.5 Underground Utiiites/Piping The project includes installation of large ductile iron pipe, fittings and valves up to 54-in diameter. Recommendations for underground piping trenching, bedding and backfill are provided in Section 10. 6.6 Pavement Recommendations Based on conversations with the Client, we understand the proposed rigid concrete roadway will be subjected to heavily-loaded trucks with three (3) or more axles at a frequency of up to five (5) vehicles per day. The existing pavement section consists of 6-in of rigid concrete with 24-in of select fill. Pavement recommendations are presented in Section 11. TWE Project No. 13.23.155 6-2 Report No.60459 7 SHALLOW FOUNDATION RECOMMENDATIONS 7.1 General The subsurface conditions encountered in the project borings are considered suitable for supporting mat foundations for the proposed new structures. The foundation elevations of the existing structures are presented in Drawing G-5 in Appendix A. We were informed that the new structures will be constructed to the same elevation as the existing structures. 7.2 Allowable Bearing Pressure Mat foundations provide uniform pressure distribution and thereby reduce the magnitude of differential settlement. Mat foundations should be supported on properly-compacted structural select fill. A maximum ground bearing pressure of 3,000-psf can be used for mat foundations placed at depths from existing grade to a depth of about 5-ft below grade. A maximum ground bearing pressure of 2,000-psf can be used for structures, including the proposed ground storage tank, placed on mat foundations at depths ranging from 5-ft to 20-ft below grade. However, mat foundation bearing pressures are typically controlled by settlement considerations. Settlement for mat foundations will depend on the dimensions of the mat and the actual bearing pressure. 7.2.1 Coefficient of Subgrade Reaction Typical analyses for design of mat foundations require a coefficient of subgrade reaction, k, this is defined as the ratio between the pressure at any given point on the surface of contact and the deformation produced by the load application at that point. A subgrade modulus obtained from a 1-ft by 1-ft plate load test (k1) is typically applicable to the design of pavements and lightly- loaded slabs where the stress influence from loading occurs at a relatively shallow depth. For larger slabs and mat foundations with increased loading conditions, the stress influence will be deeper whereby k1 is adjusted to kf based on the foundation width, bearing pressure and predicted settlement. Typical subgrade modulus values (k1) for various soils are presented in Table 7-1 that can be used as a general guide. It should be noted that these values are appropriate only for lightly-loaded slabs and concrete pads. Table 7-1 T pical Subgrade Modulus Values (k1) Material Subgrade Modulus (k1) Existing Clay Subgrade 50-pci Select Structural Clay Fill 75-pci Lime-Stabilized Clay 150-pci Published methods are available for adjusting the coefficient of subgrade reaction for a 1-ft square plate to structural engineering mat analysis programs. Furthermore, for design, mat settlement should be considered and a reduced coefficient of subgrade reaction should be determined to account for this settlement. These values are typically much lower than the coefficient of subgrade reaction based on a 1-ft square plate. Once final foundation dimensions have been established, TWE can provide additional information regarding coefficient of subgrade reaction considering the actual foundation size. TWE Project No. 13.23.155 7-1 Report No.60459 7.3 Shallow Foundation Construction Shallow foundation excavations should be made with a smooth-mouthed bucket. For footings that will be bearing above the static groundwater level, we expect the foundations excavation can be performed in the dry. However for footings that will be bearing at or below the static groundwater level, excavations could encounter groundwater or surface runoff during construction. Dewatering of the cohesive clay soils encountered full depth within the project borings may be handled by pumping from sumps. If seepage into excavations is significant and cannot be sufficiently-controlled using pumps and sumps, a more rigorous method of groundwater control such as well points or educators could be required. It should be noted that wellpoints typically are not effective at dewatering below depths of 15-ft from the top of the wellpoint. The Contractor is responsible for assessing the need for groundwater control and for developing appropriate dewatering procedures. Perched water into footing excavations, if encountered, should be pumped out and not allowed to deteriorate the foundation soils. The soils exposed in excavations for mat foundations should be protected from disturbance prior to and during foundation construction. One method which could be used is to place a 2-in thick seal slab of concrete over the exposed soils. The need for protection will be most critical for the larger footing excavations which are expected to remain open for more than one day. If any of the footings are formed, any voids between the footing and the excavation walls should be backfilled with cement-stabilized sand (one sack of cement per cubic yard of sand)or flowable fill. TWE Project No. 13.23.155 7-2 Report No.60459 8 DEEP FOUNDATION DESIGN 8.1 General We understand that driven concrete piles are being considered for support of the rapid mix basin. Geotechnical recommendations for driven concrete piles are provided in the following sections. 8.2 Axial Capacity We have developed unit friction and end bearing capacity curves for calculating allowable pile capacities for use with precast concrete piles. The design factor curves (F and E)are presented in Appendix D on Figure 1 of this report. Example calculations illustrating the proper use of the F and E curves are provided on Figure 1. The unit friction (F) and end bearing(E) curves include a minimum factor of safety of 2.5. A factor of safety of 3.0 was applied to side friction capacity for driven piles when computing tension capacity. The values presented are based on the assumption that the piles to be installed will have a minimum center-to-center spacing of at least three (3) pile widths. If groups of piles having spacing of less than three (3) widths are being considered for this project, TWE should be contacted to analyze group capacities and settlements. In order to assist in pile selection, capacity tables for several pile sizes and depths are presented in Appendix D Figure 2. Where allowed by the applicable building codes and/or design standards for this project, the allowable compression and tension values included in the tables can be increased by 33%for transient loads including wind loads and blast loads. The values for F and E given in the capacity tables are taken from the capacity curves and are net values provided that individual piles have a minimum center-to-center spacing of at least three (3) widths. The embedment depths listed in the tables are measured from existing ground surface at the project site. We included an upper skin friction exclusion zone of 5-ft below existing ground surface to account for soil disturbance during construction. 8.2.1 Axial Group Effects The overall allowable axial compression load carrying capacity of a pile group, in some cases, could be less than the sum of the individual pile allowable capacities. A reduction in the individual pile capacity, to allow for group effects, is usually not necessary for piles having a center-to-center spacing of 3 or more pile widths. The reduction in individual capacity depends on several factors including number of piles in the group, pile sizes, pile penetration, pile spacing, etc. We recommend that the piles be spaced at least 3 widths (center-to-center) to reduce substantial axial group effects. If pile groups are planned for this project, TWE should be contacted to analyze group capacities and settlements once the final pile size, depth and group configurations are selected. TWE Project No. 13.23.155 8-1 Report No.60459 8.3 Lateral Capacity For deep foundations, lateral loads are resisted by the soil as well as the rigidity of the planned piles. Lateral capacity will vary with pile properties, degree of fixity and pile spacing. Typically, lateral loads are analyzed using the p-y method in which the soil is modeled as a series of non- linear springs. This procedure with appropriate computer programs (i.e., LPILE by ENSOFT, INC.) has the advantage that major factors influencing soil resistance are inherently included in the semi- empirical p-y design criteria. Based on the conditions observed within each project boring, we developed the soil design parameters on Table 8-1 below for use with lateral analysis of the planned piles. We understand that detailed lateral analysis will be provided by the Engineer using these soil design parameters. Table 8-1 ,. �' � Lateral Analysis Soil Design Parameters Depth Effective p Unit Cohesion Friction Lateral Strain Range Soil Type Wei ht c si Angle, Modulus, k Factor, (ft) (p ) degrees (pci) E50 y' (pci)„ p i), 0 - 10 Firm Clay without 0.068 5.56 - 100 0.010 Free Water 10 - 20 Stiff Clay without 0.035 11.11 - 500 0.007 Free Water 20 - 38 Stiff Clay without 0.035 9.72 - 500 0.007 Free Water 38 - 50 Firm Clay without 1.035 6.94 - 100 0.010 Free Water 8.3.1 Pile Groups Groups of piles having a center-to-center spacing of less than three (3)widths should be analyzed for group efficiency. If pile groups are planned for this project, TWE should be contacted to analyze group capacities and settlements once the final pile size, depth and group configurations are selected. Some general guidelines for estimating group pile capacities are provided below. 8.3.1.1 Axial Group Efficiency The method below can be used to determine the axial capacity of pile groups. This method assumes that the piles and confined soil mass encompassed by the group act as a composite unit. The ultimate bearing capacity of the composite unit, Qc, is equal to the ultimate load carried in friction by the circumferential area of the pile group plus the ultimate load resistance derived from the base of the assumed composite unit. TWE Project No. 13.23.155 8-2 Report No.60459 Qc= fsAc + 9CuAb where: fs = Ultimate Unit Soil-Pile Adhesion (psf) Ac=Circumferential Embedded Area of Equivalent Pier(ft) Cu= Soil Shear Strength at Pile Tips (psf) Ab=Base Area of Equivalent Pier(ft2) A pile group is considered safe against bearing failure if the number of piles in the group times the applied design load per pile does not exceed Qc/F.S. (F.S. = Factor of Safety). If the total group design load is greater than Qc/F.S., one (1) alternative is to reduce the design load for individual piles within the group accordingly. Based on this approach to pile group capacity analysis, pile spacing can be determined in which full capacity of individual piles is utilized. Generally, a pile spacing of at least three (3) pile widths, center-to-center, is selected as a first approximation. 8.3.1.2 Pile Settlement and Spacing Vertical movement (settlement) of individual piles when subjected to structural loading will be the sum of elastic pile deformation and pile tip movement. Settlement of pile groups will depend on individual pile movements, pile spacing and the compressibility of the soils below the pile tips. Pile spacing is important in reducing pile group movement. A minimum pile spacing of at least three (3) pile widths, center-to-center, is assumed and should be maintained if possible. Closer spacing could result in increased group settlement and a reduction of load-carrying capacity of individual piles as indicated below. Total settlements of the group, primarily elastic in nature, will occur during loading for normal operating conditions. Differential settlements between adjacent groups may occur as a result of variation in applied load, group size and group location. Structural connections and adjacent structures also supported on adjacent pile foundations should be designed for differential settlements between adjacent pile groups. Once foundation design is complete, TWE should be contacted to determine the total and differential settlement of pile groups. 8.3.1.3 Lateral Group Effects The reduction of the lateral pile capacity due to group action involves factors such as pile spacing, location of the pile within the group, soil-pile stiffness ratios, direction of loading and other factors. When lateral loads have been selected for design purposes, group reductions can be estimated by using the lateral group efficiency factors presented in Table 8-2 on the following page. TWE Project No. 13.23.155 8-3 Report No.60459 Table 8-2 a. .t- G o • fficiency Factors S/D (Center-to-Center Spacing) Group Efficiency 3.0 0.55 3.5 0.65 4.0 0.75 5.0 0.85 6.0 1.00 The group lateral efficiency factors in Table 8-2 should be applied as follows: Allowable Lateral Load of Pile Group=(N)(GE)(SPALL) N=Number of Piles in Group GE=Group Efficiency Factor SPALL= Single Pile Allowable Lateral Load The procedure above for determining lateral group reduction is considered to provide a general estimate of group efficiency. A more detailed approach to determining the lateral grouping effects is provided in "Analysis and Design of Shallow and Deep Foundations" by Reese, Isenhower and Wang (2006 edition). Article 15.5.3 of this publication describes a method in which p-y curves for a single pile are modified to take into account group effects. This article concludes that group effects could be taken into account most favorably by reducing values of p for p-y curves of the single pile to obtain p-y curves for the pile group. LPILE provides a mechanism whereby p-y modification factors can be included in the input file. The p-y modification factor is calculated based on the number of piles in the group, pile spacing, pile width, location of the pile to be analyzed within the group and the direction of the horizontal loading on the group with respect to the group geometry. This method is considered to provide more realistic estimates of lateral group effects than the general procedure provided above. TWE Project No. 13.23.155 8-4 Report No.60459 9 BELOW GRADE STRUCTURES 9.1 General The open-cut excavation procedure and its effect on design and construction of the proposed structure are discussed in the following paragraphs. 9.2 Open Cut Method The open-cut option is the most basic installation technique for below-grade structures. This approach provides the best access for construction and has the least effect on the design of the structure. However, if the demands on space and earthwork are limited and dewatering of transmissive strata must be sufficient to avoid slope instabilities and maintain a stable bearing surface. The following paragraphs address the design and construction concerns of sideslope stability, dewatering, bottom stability, lateral earth pressures and uplift design within the context of the open-cut option. 9.2.1 Sideslope Stability Excavations greater than 5-ft deep are subject to OSHA standards to protect workers from excavation hazards (29 CFR Part 1926, Subpart P). The OSHA standards include provisions for both sloped/benched excavations and supported (braced/shored) vertical excavations less than 20-ft deep, and are based on three types of soils: Type A, Type B and Type C. Existing high plasticity clay soils at this site within the upper 20-ft are generally considered to be Type B soils. Cohesionless sands and silty sands encountered within the upper 20-ft are considered to be Type C soils. For open-cut excavations, temporary side slopes of 1(V):1.5(H) are common in cohesive strata. Temporary side slopes of 1(V):2(H) or flatter should be cut within cohesionless soils. The contractor is responsible for design of stable sloped excavations. It is important that unstable areas, if encountered, be sandbagged, corrected with earthwork techniques or cut-off with a retention system to prevent propagation of the unstable area into a major slide. Sufficient berm area should be provided to accommodate sloughing of the construction slopes with time. 9.2.2 Dewatering Based on water level readings taken from the soil borings performed for the project, excavations to depths greater than 10-ft could encounter groundwater. Should groundwater or surface water runoff be encountered at the time of construction, dewatering of the cohesive clay soils encountered full depth within the project borings may be handled by pumping from sumps. If seepage into excavations is significant and cannot be sufficiently-controlled using pumps and sumps, a more rigorous method of groundwater control such as well points or educators could be required. It should be noted that wellpoints typically are not effective at dewatering below depths of about 15-ft from the top of the wellpoint. The contractor is responsible for assessing the need for groundwater control and for developing appropriate dewatering procedures. TWE Project No. 13.23.155 9-1 Report No.60459 9.2.3 Bottom Stability Based upon the soil stratigraphy and groundwater levels observed within the project boring,there is a moderate potential for bottom instability or heaving at the project location. Avoidance of a bottom stability problem is an important concern. Therefore, the criteria for groundwater control should be applied in a conservative fashion. The Contractor should evaluate groundwater conditions before construction and determine the need for bottom pressure relief. 9.2.4 Lateral Earth Pressures For the open-cut technique, the walls of the proposed structures will be subjected to lateral earth pressures developed from placed backfill. The magnitude of lateral earth pressures is primarily dependent on the following factors: a. Type of backfill materials used; b. Amount of compactive effort in placing the backfill; c. Method of construction; and, d. Rigidity of the walls. Cohesionless soils, such as sands with little or no fines, are preferred as backfill materials. Granular backfill should have less than 25%of materials finer than the No. 200 sieve. Clay soils are typically less desirable because they are difficult to keep drained, produce larger earth pressures than granular soils and can develop high swell pressures from expansion. If select cohesive soils are used, we suggest a soil plasticity index less than 20. Cohesive soils with plasticity indices greater than 20 are not as desirable and may result in higher wall pressures because of swell potential. Granular backfill should be placed in maximum 12-in lifts and compacted by vibratory or pneumatic equipment to 88% to 92% of the Standard Proctor maximum dry density as determined by ASTM D 698. We suggest that a 5-ft thick cohesive cap be compacted on top of the granular backfill to reduce surface runoff infiltration. Cohesive fill should be placed in maximum 8-in lifts and compacted by sheepsfoot or tamping foot equipment to 88% to 92% of the maximum dry density as determined by ASTM D 698. Select cohesive fill should be placed at a moisture content within 2% of the optimum moisture content. High plasticity cohesive soils, if used, should be moisture-adjusted to 3% to 5% above the optimum moisture content to reduce swell potential. Over-compaction of backfill materials should be avoided to reduce lateral earth pressures. A higher compaction effort to achieve 93% to 98% of ASTM D 698 would be required in cases where backfill will support a surcharge. Lateral earth pressures may be calculated by multiplying equivalent fluid density of the backfill type by the depth below ground surface. The equivalent fluid densities for various backfill materials and compaction efforts are outlined in Table 12-1. The equivalent fluid densities outlined for the higher compaction effort should be used for level backfill with surcharge. TWE Project No.13.23.155 9-2 Report No.60459 - --- - - --- Table 9-1 -- -- —, quivalent Fluid Densities Equivalent Fluid Density (pcf) Soil Type D CompactiEffort Above Water Below Water (ASTM D 698) Table Table* Select Cohesive Backfill 88%to 92% 65 95 (7<PI<20) 93%to 98% 85 103 Non-Select Cohesive Backfill 88%to 92% 75 105 (PI>20) 93%to 98% 100 113 Cohesionless Backfill 88%to 92% 55 88 (Fines content<25%) 93%to 98% 75 96 *These magnitudes include a water component, if applicable. Surcharge loads adjacent to below grade walls should also be considered. Local surcharge loads adjacent to walls, if present, should be incorporated into the pressure diagrams. A surcharge load, q,will typically result in a lateral load equal to 0.4q to 0.5q. As a factor of safety for lateral design,the surcharge loads should be multiplied by a factor of 1.5. 9.2.5 Uplift Should the areal static-water level rise above the design depth of the bottom of the unit during construction, uplift pressures resulting from excess piezometric head need to be resisted. Uplift resistance for units extending below the areal static-water level in an open-cut excavation may be developed using one or more of the following approaches: a. Having sufficient concrete mass; b. Providing a structural tie-in between the force main and structure; c. Providing toe extensions out past unit walls; and, d. Utilizing adhesion between the soil and shaft walls or frictional resistance of the soil if base extensions are used. Concrete mass provides dead load to counterbalance uplift pressures. This approach provides a conceptually simple design solution for units that extend to moderate depths below the static- water level. Providing a structural tie-in is similar to option "a" in that it relies on dead load to counteract uplift. With this approach, the uplift resistance is provided by the combined dead weight of the force main, any surrounding concrete detail and the soil overburden. Load transfer is accomplished through the structural connections between the force main and lift station structure. Toe extensions are commonly used for below-grade structures constructed in open-cut excavations. A minimum factor of safety of 1.25 is suggested for design computations of this feature. The effective (buoyant) weight of soil above the toe extensions should be used when calculating potential uplift resistance. The buoyant unit weight can be determined from the following equation: TWE Project No. 13.23.155 9-3 Report No.60459 Yb=(1+Wc)7d—62.4 < 65 where: Yb =buoyant unit weight(pcf) Yd =compacted dry unit weight(pcf) We=compaction water content(%) The value obtained from this equation should not exceed 65-pcf which is the buoyant weight of the natural soils. The adhesion developed between placed backfill and the structure walls, or frictional resistance of soils placed above toe extensions, provides resistance to uplift. The magnitude of adhesion or frictional resistance is dependent on several factors including type of backfill, groundwater condition and quality of construction. For cohesive backfill, a maximum allowable adhesion factor of 300-psf is recommended. Adhesion for cohesive backfill is calculated by multiplying the allowable adhesion factor by the affected wall area. For cohesionless backfill, a design (allowable) friction factor of 0.13 is recommended. Unit frictional resistance for cohesionless backfill at a depth interval is calculated by multiplying the allowable friction factor by the effective overburden stress at the middle of the selected interval layer. The values for allowable adhesion and friction factors shown above include a factor of safety of 2.0. The above design values assume that backfill is placed properly in accordance with specifications provided earlier in this section. The upper 5-ft should be discounted since this zone may be affected by construction disturbance. TWE Project No. 13.23.155 9-4 Report No.60459 10 UNDERGROUND UTILITIES/PIPING Underground utilities will be constructed for the new structures. Information regarding the depths of the piping/utilities is presented in the project drawings in Appendix A. 10.1 Subsurface Conditions The generalized soil profile encountered in the project borings consisted of primarily firm to stiff cohesive clay from existing ground to the completion depth of 50-ft. A loose to medium dense sand was encountered within borings B-2, B-3 and B-6 through B-8 from approximately 18-ft to 28-ft below existing grade. The measured water depths in the open boreholes ranged from 10.0 ft to 18-ft at the time of our field exploration. 10.2 General The design and construction of underground utilities will depend on the location, depth of excavation, and soil and groundwater conditions at the time of construction. Based on utility depths less than 10-ft, we expect the majority of the excavations will terminate within cohesive soils. However, excavations below about 10-ft depth could encounter groundwater seepage, based on the conditions at the time of our field exploration. 10.3 Trench Excavations Excavation retention and construction dewatering are the responsibility of the Contractor. The information provided herein is for informational purposes only and should not be used as the basis of Contractor bid quotations. Additional information should be collected by the Contractor, as appropriate. 10.3.1 Sloped Excavations Sloped excavations may be considered for utility trench excavations. The Occupational Safety and Health Administration (OSHA) standards provide four options for the design of sloped or benched excavations (29 CFR Part 1926.652b). One of the design options (Option 2) is based on the soil type and soil strength. Three soil types are included in Appendix A of the OSHA • standards. Based on the OSHA definitions, the cohesive soils encountered within the upper 10- ft. are interpreted as Type B soils. Excavations in Type B soils shall be no steeper than 1-vertical on 1-horizontal slopes (45°). 10.3.2 Vertical Excavations Vertical excavations may also be considered for utility trench excavations. Vertical excavations LL should be sheeted and braced, or constructed with the aid of a prefabricated trench box. According to the OSHA standards, any vertical excavation greater than 5 ft requires a trench safety system (29 CFR Part 1926.652a). The OSHA standards provide four options for the design of earth support systems for vertical excavations (29 CFR Part 1926.652c). One of the design options (Option 1) is based on soil type and soil strength. Three soil types are included in Appendix A of the OSHA standards. Based on the OSHA definitions, the soils encountered within the upper 10-ft are interpreted as Type B soils. TWE . Project No. 13.23.155 10-1 Report No.60459 10.4 Groundwater Control Based on the conditions within the project borings, no granular soil strata were encountered in the upper 18-ft that would potentially produce significant groundwater seepage into utility trench excavations. However, groundwater seepage may be encountered below a depth of about 10-ft, but is expected to be manageable by pumping from sumps. Mechanical dewatering provisions are not anticipated. Because of seasonal variations and climatic influences on groundwater levels, and inaccuracies in water-level measurements from open boreholes, we recommend that groundwater levels be verified at the time of construction to better assess groundwater handling requirements. Provisions should be made to divert surface water runoff from open excavations. 10.5 Construction Monitoring The soil stratigraphy and groundwater conditions encountered during trenching may vary from those observed at the soil boring locations or characterized in this report. Unstable soils and shallow groundwater conditions may be present at areas not explored by soil borings. It is imperative that all excavations and earth retention installations be monitored continually by experienced personnel who can assess possible changes in subsurface conditions and can make evaluations regarding the appropriateness of the retention system. 10.6 Bedding and Backfilling Soils removed from excavations will generally be suitable as general backfill within unimproved areas, provided they are not saturated and do not contain significant amounts of debris or organics. In order to reduce potential settlements resulting from consolidation of the trench backfill, we recommend compaction of the utility backfill. The placement of backfill within unimproved areas should be limited to maximum 8-inch lifts (loose measure) and compacted to at least 95 percent relative compaction, as determined by the standard Proctor test (ASTM D 698). Utility backfill under pavements, slabs, and other improved areas should consist of cement- treated sand. The cement-treated sand should contain a minimum of 1.1 sacks of Type 1 Portland cement per ton of dry sand (about 5 percent on a dry-weight basis) and should yield an unconfined compressive strength of at least 100 psi at 48 hours after mixing. TWE Project No. 13.23.155 10-2 Report No.60459 11 PAVEMENT RECOMMENDATIONS 11.1 Discussion We anticipate that Portland cement concrete pavements are being considered for the proposed access roadway for the proposed Water Treatment Plant improvements. These roadways will be subjected to heavily-loaded truck traffic at a frequency of up to five (5)trucks per day. The proposed access roadway is categorized as a low-volume roadway based on traffic information provided by the Client. Pavement structural design for low-volume roadways is separated into three (3) categories: flexible asphaltic concrete pavements, rigid Portland cement concrete (PCC) pavements and aggregate-surfaced roadways. We understand that a rigid PCC pavement structure is being considered for this project. The basis for typical pavement performance analysis methods is cumulative heavy axle load applications such as the 18-kip equivalent single axle load (ESAL). The same approach is necessary for low-volume roads regardless of traffic levels or the distribution of lightly-loaded or heavily-loaded vehicles. For the low-volume category, the recommended maximum number of ESAL applications considered for rigid pavement design is 700,000 to 1,000,000 while the practical minimum level that can be considered during a given performance period is 50,000. The methods used in our pavement analysis can be found in the American Association of State Highway and Transportation Officials (AASHTO) Guide for Design of Pavement Structures, Part II "Pavement Design Procedures for New Construction and Reconstruction, " Chapter 4 "Low-Volume Road Design" 11.2 Rigid Pavement Design The primary design requirements needed for rigid pavement design according to Chapter 4 of Part II of the AASHTO Design Guide include the following: • Slab thickness design recommendations apply to all U.S. climatic regions; • If the option to use a subbase is chosen, it consists of at least 4-in to 6-in of high quality material; • Mean PCC modulus of rupture (S'c) is 600-psi or 700-psi; • Mean PCC elastic modulus (Eu) is 5,000,000-psi; • Drainage (moisture) conditions are fair(Cd= 1.0); • The 18-kip ESAL traffic levels are: o High: 700,000 to 1,000,000 o Medium: 400,000 to 600,000 o Low: 50,000 to 300,000; and, TWE Project No. 13.23.155 11-1 Report No.60459 • Levels of roadbed soil quality and corresponding ranges of effective modulus of subgrade reaction (k) are: o Very Good: greater than 500-pci o Good: 400-pci to 550-pci o Fair: 250-pci to 350-pci o Poor: 150-pci to 250-pci o Very Poor: less than 150-pci. In our analysis, we assumed U.S. climatic region I (wet and no freeze characteristics), the values used for our analyses are presented in the table below. Table 11 1 Pavement Design Values Description Value 28-day Concrete Modulus of Rupture 620-psi 28-day Concrete Elastic Modulus 5,000,000-psi Effective Modulus of Subbase/Subgrade Reaction 300-pci Serviceability Indices 2.00 Load Transfer Coefficient 2.9 Drainage Coefficient 0.91 Overall Standard Deviation 0.39 Reliability 0.95 Design Traffic, 18-kip Equivalent Single Axle Load(ESAL) 50,000 1) Values were obtained from Section 4 of the TxDOT Pavement Design Guide "Recommended Pavement Design Values" 2)Drainage Coefficient Value is based on a Beaumont, Texas annual rainfall of 58-in. In our analysis, we assumed U.S. climatic region I (wet and no freeze characteristics), a mean S'e of 600-psi, a low ESAL traffic level, an effective k value of 250-pci after a loss of support (LS) equal to 1.0, a 75% reliability level and no edge support. Table 11-2 below provides the recommended minimum typical pavement section derived from our analysis using Chapter 4 of Part II of the AASHTO Design Guide. Table 11-2 Recommended Minimum Typical Pavement Section Layer Material Thickness Surface Reinforced Concrete 6-in Subbase Cement-Treated Crushed Aggregate 6-in Subgrade Lime-Stabilized Clay 8-in TWE Project No.13.23.155 11-2 Report No.60459 11.3 Roadway Section Materials 11.3.1 Reinforced Concrete Hydraulic cement concrete should be provided in accordance with Item 421 "Hydraulic Cement Concrete" of the Texas Department of Transportation (TxDOT) 2004 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. Concrete should be designed to meet a minimum average flexural strength of at least 550-psi or a minimum average compressive strength of 3,500-psi at 7-days or a minimum average flexural strength of 650-psi or a minimum average compressive strength of 4,500-psi at 28-days. Reinforcing steel consisting of deformed steel rebar should be used in accordance with TxDOT Item 440 "Reinforcing Steel." The first few loads of concrete should be checked for slump, air and temperature on start-up production days to check for concrete conformance and consistency. Concrete should be sampled and strength test specimens [two (2) specimens per test] prepared on the initial day of production and for each 3,000-yd2 or fraction thereof of concrete pavement thereafter. At least one (1) set of strength test specimens should be prepared for each production day. Slump, air and temperature tests should be performed each time strength test specimens are made. Concrete temperature should also be monitored to ensure that concrete is consistently within the temperature requirements. TWE would be pleased to provide quality control testing and inspection services of reinforced concrete to be placed for the new access roadway and turnaround. 11.3.2 Cement-Treated Crushed Aggregate Cement-treated crushed aggregate could be road-mixed in accordance with TxDOT Item 275 "Cement Treatment (Road-Mixed)" or plant-mixed in accordance with TxDOT Item 276 "Cement Treatment (Plant Mixed)." Hydraulic cement concrete should be provided in accordance with TxDOT Item 421 "Hydraulic Cement Concrete" and furnished crushed aggregate should meet the requirements of TxDOT Item 247 "Flexible Base" for the type and grade recommended by the Design Engineer before the addition of cement. A mix design should be performed determine a target cement content and optimum moisture content necessary to produce a stabilized mixture meeting a compressive strength of 300-psi after 7-days. If the road-mixed method is utilized,we recommend that the cement is applied using dry placement techniques. Cement should be applied once the roadway is prepared to the optimum moisture content and thoroughly mixed until a homogenous mixture is achieved. The mixture should be compacted in one (1) lift within 2-hr of applying cement. The mixture should be compacted to at least 95% of the maximum dry density within 2% of the optimum moisture content as determined from ASTMD 698 "Laboratory Compaction Characteristics of Soil using Standard Effort." If the plant-mixed method is utilized, the materials should be mixed thoroughly at the optimum moisture content until a homogenous mixture is achieved. Place the cement-treated base on a prepared subgrade immediately using clean trucks. Cement-treated base should only be placed on areas where compaction and finishing can be completed during the same working day. Vertical joints should be constructed between new cement-treated base and cement-treated base • placed 4-hr before or longer by cutting back the face to approximately vertical. TWE Project No. 13.23.155 11-3 Report No.60459 The mixture should be compacted in one (1) lift within 2-hr after plant-mixing water with dry material. Moisture content in the mixture at the plant should be adjusted so that it is within 2% of optimum during compaction as determined by ASTMD 698. The mixture should be compacted to at least 95%of the maximum dry density as determined by ASTMD 698 as well. Once the cement-treated base is compacted and finished, curing by sprinkling for at least 3-days should be performed to maintain the moisture content within 2% below the optimum moisture content. Uncontaminated materials of uniform quality should be provided and used in the cement-treated mixtures that meet the requirements of the plans and specifications. The Geotechnical Engineer should be notified of proposed material sources, changes to material sources and should provide verification that the specification requirements have been met prior to the placement of material. A qualified representative of the Geotechnical Engineer should be present during construction to sample and test the cement-treated subbase materials. 11.3.3 Lime-Stabilized Clay Lime stabilization of the subgrade soils is recommended for the proposed roadway. Proper preparation and lime stabilization of the roadway subgrade will improve long-term pavement performance. After completion of necessary stripping and clearing, the exposed soil subgrade should be carefully evaluated by probing and testing. Any unsuitable material (shell, gravel, organic material, wet, soft or loose soil) still in place should be removed. The exposed soil subgrade should be further evaluated by proofrolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 15-tons to ensure that soft or loose material does not exist beneath the surficial soils. Proofrolling procedures should be observed routinely by a qualified representative of the Geotechnical Engineer. Any undesirable material exposed should be removed and replaced with soils similar in classification or select fill. Once final subgrade elevation is achieved and prior to placement of subbase material, the exposed surface of the pavement subgrade soil should be scarified to a depth of 8-in and mixed with hydrated lime in conformance with TxDOT Item 260 "Lime Treatment (Road-Mixed)". It is estimated that 6% hydrated lime by dry unit weight of soil will be required. Assuming an in- place unit weight of 120-pcf for the roadway subgrade soils, 6% lime by dry unit weight equates to about 43-lbs of lime per square yard of treated subgrade. The actual quantity of lime required should be determined after the roadway alignment is stripped and subgrade soils are exposed by use of a laboratory soil treatability study. Lime used during chemical stabilization should be Type A hydrated lime or Type B commercial slurry. The lime stabilized subgrade should be compacted to a minimum 95% of the maximum dry density as determined by ASTM D 698 at a moisture content within the range of 4%above optimum. Lime stabilization should extend at least 1-ft beyond the roadway edge to reduce effects of seasonal shrinking and swelling. In areas where hydrated lime is used for stabilization, routine sampling and Atterberg limit tests should be performed to verify the resulting plasticity index of the stabilized mixture is at/or below 20. TWE Project No. 13.23.155 11-4 Report No.60459 Mechanical lime stabilization of the roadway subgrade will not prevent normal seasonal movement of the underlying untreated materials. Therefore, good perimeter surface drainage with a minimum 2% slope away from the roadway is recommended. 11.4 Pavement Maintenance Periodic maintenance of the roadway should be performed over the life of the pavement structure. Maintaining the roadway to prevent infiltration of water into the subbase and subgrade soils is essential. Allowing water to infiltrate these materials will result in high maintenance costs and premature failures. TWE Project No. 13.23.155 11-5 Report No.60459 12 CONSTRUCTION CONSIDERATIONS 12.1 Subgrade Preparation and Structural Select Fill Areas designated for foundation and pavement construction should be stripped of all surface vegetation, loose topsoil and fill material. The exposed soil subgrade should then be proof-rolled with at least a 15-ton pneumatic roller, loaded dump truck or equivalent to detect weak areas. Such weak areas should be removed and replaced with soils exhibiting similar classification, moisture content and density as the adjacent in-place soils. Subsequent to proof-rolling, and just prior to placement of select fill, the exposed subgrade in foundation areas should be compacted to at least 95%of the maximum dry density near optimum (to +3%) in accordance with Standard Proctor Compaction Efforts (ASTM D 698) procedures. These subgrade preparation recommendations are not applicable to areas where structures will be supported entirely on deep foundations. Proper site drainage should be maintained during construction so that ponding of surface runoff does not occur and cause construction delays or inhibit site access. Due to the nature of the subgrade, the natural cohesive soils can become wet and soft. If this subgrade becomes wet and soft, consideration can be given to either removal or replacement of the wet material with structural fill material. The maximum loose thickness for each lift will depend on the type of compaction equipment used. Recommended fill layers are summarized in Table 12-1 below. able 12 <a F. , -o lac ion I ui•ment and Maximum `i t T ie ness Compaction Equipment Maximum Lift Thickness (in) Mechanical Hand Tam•er 4 Pneumatic Tired Roller 6 Tam•in: Foot Roller 8 Shee•sfoot Roller 8 Structural fill for the various project areas should consist of a clean, low-plasticity sandy clay material with a liquid limit of less than 40 and a plasticity index between 10 and 20. Select fill should be placed in thin lifts,not exceeding 8-in loose measure, moisture conditioned between -2% and +3% of optimum moisture content and compacted to a minimum 95% of the maximum dry density as determined by ASTM D 698 (Standard Proctor Compaction Effort). Prior to any filling operations, samples of the proposed fill materials should be obtained for laboratory moisture-density testing. The tests will provide a basis for evaluation of fill compaction by in-place density testing. A qualified soil technician should perform sufficient in-place density tests during the filling operations to verify that proper levels of compaction are being attained. TWE Project No. 13.23.155 12-1 Report No.60459 12.2 Drainage The performance of foundation systems for the proposed structures will not only be dependent upon the quality of construction but also upon the stability of the moisture content of the near surface soils. Therefore, we highly recommend that site drainage be developed so that ponding of surface runoff near the structure does not occur. Accumulations of water near structure foundations may cause significant moisture variations in the soils adjacent to the foundations, thus increasing the • potential for structural distress. 12.3 Open Excavations The sides of open excavations are susceptible to deterioration upon exposure and may become unstable. The contractor's competent supervisor should inspect all excavations and take appropriate safety measures including the use of trench shields and sloped excavations. We recommend that OSHA standards be observed with all excavations. 12.4 Shallow Foundation Construction The performance of shallow foundation systems associated with the project will be highly dependent upon the quality of construction. Thus, it is recommended that shallow foundation construction be monitored by a representative of the Geotechnical Engineer experienced in quality control testing and inspection procedures to help evaluate foundation construction. TWE would be pleased to develop a plan for shallow foundation monitoring to be incorporated in the overall quality control program. 12.4.1 Mat Foundations Spread footing and mat foundations could be either open-cut and formed or neatly-excavated. Excavations for shallow foundations should be made with a smooth-mouthed bucket or hand labor. Any loose or soft soils encountered during foundation excavation should be removed and replaced with select fill prior to form installation and steel placement. Since shallow foundations will be placed above the static groundwater level within the project site, we expect that foundation excavations can be performed in the dry. Perched water into shallow foundation excavations, if encountered, should be pumped out and not allowed to deteriorate the foundation soils. The soils exposed in excavations for shallow foundations should be protected from disturbance prior to and during foundation construction (2-in thick seal slab of lean concrete could be placed over the exposed soils). The need for protection will be most critical for large foundation excavations which are expected to remain open for more than one (1) working day. If any of the foundations are formed, any voids between the footing and the excavation walls should be backfilled with cement-stabilized sand [one (1) sack of cement per cubic yard of sand] or flowable fill. TWE • Project No. 13.23.155 12-2 Report No.60459 12.5 Deep Foundation Installation 12.5.1 Driven Pile Installation Pile driving hammers should be selected according to pile type, length, size and weight of pile, as well as potential vibrations resulting from pile driving operations. Care should be taken to assure that the hammer selected is capable of achieving the desired penetration without causing damage to the piles or causing excessive vibrations which could damage existing,nearby structures. Each pile should be driven to the desired tip elevation and driving resistance without interruption in the driving operations. Supplemental techniques like pilot holes or jetting are not considered necessary for this project based on the soils encountered. Accurate records of the final tip elevation and driving resistances should be obtained during the pile driving operations. Monitoring of each pile driving record and hammer/cushion effects should be performed during pile installation. As previously mentioned, interbedded layers of medium dense to very dense sands were encountered at various depths within the project borings. The depths and thickness of these sand layers varies significantly across the site. If driven piles are planned, these sands could be encountered depending on the location of the pile in relationship to the sand strata. Piles driven into these sand layers will encounter significantly increased driving resistance or refusal. If refusal is encountered during pile driving operations, TWE should be contacted to evaluate pile capacity and provide recommendations on a case-by-case basis. TWE could be retained to develop pile driving criteria based on refined Wave Equation Analyses as part of a pile load testing program including dynamic analyses on test piles. The hammer type, cap and cushion block and driving energy should planned to avoid pile damage during driving. The pile hammer should be sufficient to drive the piles to the lengths required without causing pile damage. Driving criteria should be established prior to installation based on the following criteria: • Pile design load; • Load test data; • Pile type and size; • Type of hammer, and • Type of cap and cushion block. The driving of displacement piles can result in vertical heave and lateral displacement of adjacent piles. The tops of the piles should be checked after driving of adjacent piles. If heave has occurred,the piles should be re-driven to the original tip elevation. Where the displacement piles are installed in groups, heave and lateral displacement will be most critical. The contractor can reduce heave and displacement within a pile group by installing the interior piles first and then proceeding to the perimeter locations. TWE Project No. 13.23.155 12-3 Report No.60459 Pile installation considerations are included in the following paragraphs. Precast Concrete Piles. The materials for an manufacture of precast concrete piles should be in accordance with guidelines set forth by the "Recommendations for Design, Manufacture, and Installation of Concrete Piles" prepared by ACI Committee, 543, or latest revision. General recommendations constituting good driving practice include: (1) The pile should be properly aligned prior to driving and held with fixed leads. Re- alignment, once driving has commenced, should not be allowed. The top of the pile should be square or perpendicular to the longitudinal axis of the pile to reduce damage to the pile edges during driving. It is common practice to specify a tolerance of 2% for the pile verticality, and that the top of the pile be within 3 in. or less of the specified location. (2) The entire hammer-cushion-pile system should be compatible and capable of installing piling to design penetrations in an undamaged condition. Adequate cushion material between the pile driving cap and the pile head should be provided. For piles over 50 ft in length, a cushion of soft wood with a thickness of 6 to 12 in. is preferred. TWE Project No. 13.23.155 12-4 Report No.60459 13 LIMITATIONS AND DESIGN REVIEW 13.1 Limitations This report has been prepared for the exclusive use of Arceneaux & Gates, Inc. and their design team for specific application to the design and installation of the proposed new structures at the City of Port Arthur Water Treatment Plant in Port Arthur, Texas. Our report has been prepared in accordance with the generally accepted geotechnical engineering practice common to the local area. No other warranty, express or implied, is made. The analyses and recommendations contained in this report are based on the data obtained from the referenced subsurface explorations within the project site. The soil borings indicate subsurface conditions only at the specific locations, times and depths penetrated. The soil borings do not necessarily reflect strata variations that may exist at other locations within the project site. The validity of our recommendations is based in part on assumptions about the stratigraphy made by the Geotechnical Engineer. Such assumptions may be confirmed only during construction and installation of the project structures. Our recommendations presented in this report must be reevaluated if subsurface conditions during the construction phase are different from those described in this report. If any changes in the nature, design or location of the project are planned, the conclusions and recommendations contained in this report should not be considered valid unless the changes are reviewed and the conclusions modified or verified in writing by TWE. TWE is not responsible for any claims, damages or liability associated with interpretation or reuse of the subsurface data or engineering analyses without the expressed written authorization of TWE. 13.2 Design Review Review of the design and construction drawings as well as the specifications should be performed by TWE before release. The review is aimed at determining if the geotechnical design and construction recommendations contained in this report have been properly interpreted. Design review is not within the authorized scope of work for this study. 13.3 Construction Monitoring Construction surveillance is recommended and has been assumed in preparing our recommendations. These field services are required to check for changes in conditions that may result in modifications to our recommendations. The quality of the construction practices will affect foundation performance and should be monitored. TWE would be pleased to provide construction monitoring,testing and inspection services for the project. 13.4 Closing Remarks We appreciate the opportunity to be of service during this phase of the project and we look forward to continuing our services during the construction phase and on future projects. TWE Project No. 13.23.155 13-1 Report No.60459 APPENDIX A PROJECT DRAWINGS EXISTING STRUCTURES TWE Project No. 13.23.155 Report No.60459 722 d5N :el ; ( : ' • .§. ',.., ,•,',,,,'i ", •:...., cr) `d2 LI, ccx z' i 711 u i cC w ,.,. 01 1 D z CC i II L I _,I .. 1 1 Ss et es: g• x \II, :8:1 . 0 W ›- i ,I I. CC ct I— = \ d P \ 0 X' : 0- 11 2 I: ; ; t ..! %17-7---F--- L, L U •. ..,---•s . lif EI,W: 1 'S V' , 1 a :1; ,;711 ‘,-,2.1 •-4.i Cl? ; ,____,_!_.3 31 ''''''.. I 0 L'u, 1 j 'C4. X.-• 4 p.. ...... Z. r.il 1 DX H cl i 211 phi _ E CO CO 0).- 2 Vigil — —0 fl2 U.. 24 , 4, , › ,,... :11 A ce x CC ':: i W a. 1-• ¢er 15. H g2 2 1 .! V • 1 1 i t a 2_ z2 a 5 I• a, . 1 ' • . 8 4 la - .^_.• 1 I I „...• 1 1 I i ; ,'i: a i Ill 11 1i 11 : , I a , I i1-to1 6 ;111111 ..! a f ,11., ! 1 cg '1 2 7 I 6 ”. 1' / P. •,,,, ,...; , Ii ....,,,,,.. 1- S i !I, ,..i.,:i 1 I 1 s ''• g 8 ‘, II r. a a \1',1' k, 2 4 I ' g « 11 '411' $,Y 0 11* i 1 fil; XII, e 8 te 8 « 1 51a1 li vi .i ; .::„,...$.1 i , d d I I 8 •:L=MIZI=: E=., 111,..,.....i M 6 7i- erlill:- I ' nw P igt ,.. sr- s§ il 1 s° 5 cl "/ t2'1 TA !•41. ca i ii-- A I A— ii ! ' a g a A 8 . ,-.t, a V. 1 P i I' 2 . .. a 't a ZBPSZ. C.55.1,0 e S6-11-110 < • . / 208.0 I o ,, o_ N Ix %[D '.1'90;_ 1 :" t; : � .)ii s: s t N J 2 X G w .m .0.0LU -, G I- w o 5 a II I. ¢Z V,,?ifr. 1.1 isk\ ' = X '07,ci flu jtI .. T fw w K F W cc ro ri.ono�® o ¢o o 0 ¢ o g6ii ' '. o'- d a \ / 4 8 n p w w cm 1 q @y & ¢M 1:,1 I i s CIP d AI's; aslga — 4 i C ]i- , zI = a ; ! i j �� I ,Sy, . o:E ) 1 "/ I iS z. tN 6/ w^ X SL! / i ! I / / ii en r A- INV / t 1 A♦ / a _ w. m ., l m 1 0 _N tis o ' Jr cr TTd -4 Baa' e i Ki qa 0.W<. Cif Ad F4 a n} / sF o'' a rr- lags * % _ a:i�..F ) gig' I _ � .i. e a""E '1 Cr" j.; l e a " ice/I " _`,m ' w-� _ /A R !L - a� Q W—1 0 o:Si AW,1 - g PI Ill wA¢ """ II a as sl i „U f —, ;a a CID''----. a t t -- a h ayy .' I i :YY I _ ” 'IF i as B. i 4I Q■ W s = al h ii II N ea rocil \ "Ill' � �Vaoo II i ~ • ge m•ii dmI Wa � 3-- _ o. B ma iIi �� Laa! o E I. . ...., .0 .... . ii L 4) i � Yo a :,..E. ; W - i P,, •• 4�. Q Ie -C4 ill ` Clime \/ ` 9 Y H. 1 i ii , \ �. I/ .\ , \ i \ •/ ai Y El ii g€ 1 , p''' '--- \ ,,:-;<:- I i \ .bd.‘1 1 ' 1 '' ,->fri'N 11 i\s ; :a Aar \ i \\1011)11\ I / / .,, 0 19. ., / 214 8,75 N `\ i \--------r\--1(-`--.__,„.-'''' / Ark _ gi I . II\ 1 . r (\\,, / \ 3n C -'--; I I 1 ,i / \ I 1. Ka ! ii I 11 a '` t A I 0 III / 11i0.. /,' ' , 7.°'.--. ,ala \ / i k:=! ' ,� 1 • \ A lir I '-1 . ., 4 1,\. 1 \ \ ; y ., , \\ — � `V :l• \V**frfr � ' 1 1 Vim. \ A.,' <?" ,il 4P4Or I 1 I a 1 a C) "__ I � ill i o W LL ti O mix 8. e ▪ a est?;< .▪ g Y87 e 4y CI 3,7- .mQe yi�g y. H': ` Lf 5 g_ E d s 'ti ia"�e:e I :"algia it- e � aW ¢ z 3s - i d r ¢ t : a. Y p>.� I F a W td IIIIas 1 Ilk x ¢ F CC Z to C c-',, Y = S' A }_ N e d' IW— N E, 5 4 :g aeir a i Wc.a pw. ax = .ti sed 8' pa-a� ii kpci-___. s I z i EE', a is , EMil i 17,, En—ELx_in . 2 01 I i13)it 8 , 1 $g j - i1i.11 — I 44 H t i : .a G i � ,�I Y j F.�9 � a .4a� 68 tit - o i . `Id 'g Yrs .w.i_—'. •�' Ili. i jp .1' aiI I 112 is n, CI .w.s $ Io w APPENDIX B SOIL BORING LOCATION PLAN TWE DRAWING NO. 13.23.155-1 TWE Project No. 13.23.155 Report No.60459 0 O)COC').-MN 4).-O) ~ M N CO u)M N CO CO I�CO '~ CO O 11111 i- NO)CC)N-cc;45 U)U)' Q z VJ co ri N -65 Z N Z m 00 CO Co OD CO 00 Co GO 00 ~ w o .. _ z u)in to u7 In In u)Lo to 0 ¢� cu D +.. J�� w J C)C)C)M M M M M M Li. H Z> ) Q C)rnrno)rnrnrnrnrn d U a0• cn z o Q Z j z Cl_ D`'= =', 0 zzzzzzzzz O N z = p11 �W C7 _1 L1J �'� '* '� w CO NO)N ou)�COo H Y O z w {_ D_'H 0 0¢ � L=•' 3 () CO a)nr-rnU)c ,.—o p <C z U ¢z ¢ --§go'• g Y. ` , m o COu)CDtf)vMVNN z U ¢ w 03 v �� -�_ p Hx0 z m oar= z Eas D P O H v"vvv"v"vv'v"v w J wwX Oc, U .,/,,,,' mli R. r z g u)tototototo0toto J c9 Jp ,c w zZu.< > J/ '''''"J 0)0)0)0)0)0)0)0)0 z ctgp ,c E_ Ck°H ¢ g a m NNNNNNNNN E' Q 0 w ctx w J '�j }c a U (/ •§ J x m v�ivp_ _w � za 0 °J°w�p � o' LL Lu u) V� �� UO 0 .: o u) w uo)uoLoLo)tontoc)anLotoi O OF � EaUp �H wH $ : p cn J = � � 2J � W > m D w � ¢ v � U0 1- Li_ CV I- } m 0 '`'k y r. ¢ m ❑ w wp,,, .�0 o I ,"f. CD .50 r N M V U) CO N- MO 5 w d J j ., +� 0` FNM,•to CO,,Corn U G_ 0 CO 0000 COmm000000 O tr = a , l { v - r N. L o F • r • e . , u5' Oileile V .-i .„,--- /-44irt. .0., . . ,........._ ,., , , , ... . ...... if .. . . , , ! ( y 4101. . 4440 'rn 41/4 X 4y 4` a V tir R R. ✓k .4.„ . b ''" a i i APPENDIX C TWE LOGS OF BORINGS B-1 THROUGH B-9 AND A KEY TO TERMS AND SYMBOLS USED ON BORING LOGS TWE Project No. 13.23.155 Report No.60459 LOG OF BORING B-1 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'16.98" li P w W 93°58'20.29" F, 0 z = `l 1= a SURFACE ELEVATION: -- z F W \ c7_n o ~o > z 0 = w m az .O cc , -- v° w= H zw 4to up w a 2 DRILLING METHOD: w> w o u)w z a. 0° 1,7)w m z w z 2 z> ¢0 w o ¢ cn Dry Augered: 0' to 18' 0 0 a m O z , a a z 2 w ¢ 0 o)W 2 2 w co Wash Bored: 18' to 50' a~ o u �0 >- - a O� J O cd`� 0- Lij cc MATERIAL DESCRIPTION a~ 0 a —0 ` Very stiff brown and gray FAT CLAY with SAND (P)4.00 23 72 56 83 - (CH) - -with organics from 0'to 2' (P)1.50 27 :: -becomes stiff at 2' 1= .;;_ -becomes soft and gray at 4' (P)1.25 37 69 68 48 0.40 15 4 —5 !,. -with organics from 4'to 6' - Stiff gray FAT CLAY(CH) (P)1.50 / -becomes gray and reddish brown at 8' (P)1.50 26 98 1.49 15 8 - / -slickensided from 8'to 10' —10 / (P)1.50 —15 I -becomes firm at 13' -slickensided from 13'to 15' (P)1.25 31 91 62 48 0.62 5 ' 12 (P)2.50 23 103 56 Stiff gray and reddish brown SANDY LEAN CLAY —20 (CL) �/j _ �// Firm gray and reddish brown LEAN CLAY(CL) 3/6" 34 90 / 3/6" —25 3/6" : Stiff gray and reddish brown SANDY LEAN CLAY (P)2.50 31 92 67 - (CL) —30 —35 IVStiff gray FAT CLAY(CH) (P)1.50 -with sand seams from 33'to 40' COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/26/13 a depth of 12-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/26/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-1 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'16.98" t= w W 93°58'20.29" ,, O H = w e Z I - SURFACE ELEVATION: W w a p wr w I-o Z z fl- \ 0 ow COi w w> zo wW 1— tZ �o ~w W0 c~i) LLD Z> HQ g a n } DRILLING METHOD: Y CC cn z w LL > w 2 cn DryAugered: 0' to 18' �O a~ 2O �v .Z g� Ow �� =w wCO Wash Bored: 18' to 50' a- oH co 0 U- 0 Sc 0 a a p a MATERIAL DESCRIPTION °- H 0 U- OStiff gray FAT CLAY(CH) (P)1.50 —40 (P)1.50 59 66 110 84 1.44 7 —45 / -becomes firm at 48' (P)1.25 —50 Bottom @ 50' —55 —60 I- - —65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/26/13 a depth of 12-ft after fifteen(15)minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/26/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONC01) ENGINEERS, INC. LOG OF BORING B-2 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux& Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'15.78" -- p w W 93°58'19.68" -4 O z = p a SURFACE ELEVATION: -- z v I-= w o c7 ~ > >_ .4 z go f2 0 zz0 O -z ¢0 ¢ w Fo U a zv ua ww I- I- - DRILLING METHOD: w> w O ~w �, c=1 .>'7-1 1-x "'O H Z cc D Z w ~¢ < w 0_ c}n DryAugered: 0' to 20' Up win oz z a 5 <0 mz w ED Z> wa. g . 0 _jz w 0 — x w cai) Wash Bored: 20' to 50' a.te~ oU �� } 7 a 0H 3 0cd� pa MATERIAL DESCRIPTION 0-~ c� 0 U Z. a —0Hard gray FAT CLAY with SAND (CH) (P)4.50 27 65 48 76 -with organics from 0'to 2' ����" beFO comes very stiff at 2' (P)3.50 -with shell from 2'to 4' —5 01 -becomes firm,gray, and reddish brown at 4' (P)1.00 27 91 0.75 14 4 72 -with rock from 4'to 6' / Stiff gray and reddish brown FAT CLAY(CH) (P)1.o0 31 93 72 56 1.02 15 6 / -slickensided from 8'to 10' (P)1.50 —10 -becomes firm at 10' (P)1.o0 30 94 0.94 10 10 ■/ -with calcareousnodules from 13'to 15' (P)1.00 32 72 56 CON —15 /v - (P)1.00 26 98 95 —20 / —25 I Loose reddish brown SILTY SAND (SM) 4/6" 26 19 3/6" 2/6" ,,� Soft gray SANDY LEAN CLAY(CL) 1/6" /6" —30 " 2/6" 0,10$4. Stiff gray FAT CLAY(CH) (P)1.50 32 87 98 —35 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/25/13 a depth of 15.5-ft after fifteen(15)minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/25/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-2 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'15.78" - - w W 93°58' 19.68" �N oz = LU 40 LL LL r SURFACE ELEVATION: -- Z w H s a° w M I--- i) a z c"o u)o a = w m I--a cc L rj itz 3� -I-- c=V UJF H za c7'" HI" R. w a N DRILLING Auge ed: 0' Y CC to 20' 0 0 a m O Z D a ° a z 2 a w o� 0� _� wcn Wash Bored: 20' to 50' a F o co 0 ¢ 7' a o ff 3 CD a a p a MATERIAL DESCRIPTION a v w H 0LL 6 Stiff gray FAT CLAY(CH) - (P)1.50 —40 (P)1.50 —45 / (P)1.50 60 65 106 85 1.57 6 —50 Bottom @ 50' —55 —60 —65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/25/13 a depth of 15.5-ft after fifteen(15)minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/25/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONGENGINEERS, INC. LOG OF BORING B-3 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 16.79" -- P w W 93°58'18.53" -N Oz = we - P °- SURFACE ELEVATION: -- w w ¢0 w o c7 ~ }-- ? z c7-- N_- u) z `:- O °- CC v �F- � U° �_ m ..w 4 o w 2 O I- w m W> w0 ~W I_ c� O0 1—x w(~3 LLD zW HCC < I- CL > DRILLING METHOD: _ cE > w a v}) DryAugered: 0' to 8' 00 T. 0o z Ov az gW pw �� =w LU co Wash Bored: 8' to 50' a o cn v a s a p a MATERIAL DESCRIPTION a V ~ 0LL —0 Very stiff brown FAT CLAY with SAND(CH) (P)3.50 27 64 47 83 -with organics from 0'to 2' 0 -becomes stiff at 2' (P)2.o0 27 -slickensided from 4'to 6' (P)1.50 28 96 63 49 1.06 1 * —5 (P)1.50 Or -firm from 8'to 10' (P)1.25 28 94 61 46 0.77 14 8 —10 (P)1.50 ■ 014 -very stiff from 13'to 15' (P)3.50 —15 100 - 10,0 (P)2.50 25 96 76 —20 10 - Medium dense gray and reddish brown CLAYEY 4/6' 28 31 —25 :.: SAND (SC) 11/6„ ..2,2: ir Stiff reddish brown FAT CLAY(CH) (P)1.5o 32 89 92 r 30 -becomes gray at 33' (P)2.50 —35 COMPLETION DEPTH: 50 ft NOTES: Free water was not encountered during dry-auger drilling.The borehole was setup DATE BORING STARTED: 06/26/13 using wash-rotary methods at 8-ft due to collapse of the borehole from debris.The DATE BORING COMPLETED: 06/26/13 open borehole was backfilled with cement-bentonite grout.CON:One-Dimensional LOGGER: E. LeBouef Consolidation. PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-3 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 16.79" - P w W 93°58' 18.53" O I- H w -- p a SURFACE ELEVATION: -- z w ¢O w 0 r - > y z 0 0- N-- ~0w Z r O az ,0 �r ,- _^ va 0)_ cc zw 4t...2_, w2 0 I -I 2 DRILLING METHOD: w> z o w w r a o o ~w ¢(0 c Z CC z> i--- O w o Q 0 DryAugered: 0' to 8' 00 Y CC am 0z Dv a az o' cc Ow 0 ¢� Fw w Cf) Wash Bored: 8' to 50' a 0 co c0 >- 0 1 3 a s 0 a MATERIAL DESCRIPTION a v CO I- 0 LL Stiff gray FAT CLAY(CH) / -becomes firm at 38' (P)1.25 49 58 38 100 CON -with sand seams from 38'to 45' —40 (P)1.25 —45 (P)1.25 - / —50 Bottom @ 50' —55 —60 —65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was not encountered during dry-auger drilling.The borehole was setup DATE BORING STARTED: 06/26/13 using wash-rotary methods at 8-ft due to collapse of the borehole from debris.The DATE BORING COMPLETED: 06/26/13 open borehole was backfilled with cement-bentonite grout.CON:One-Dimensional LOGGER: E. LeBouef Consolidation. PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-4 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 15.92" -- F w W 93°58' 17.31" -- Oz H we -- a SURFACE ELEVATION: -- w' ¢O w CD I— } >4 Z O n N - ~o Z." - h O dz ,U --,cc 1- Uv c,_ ¢ zw 4xo w2 H I -J DRILLING METHOD: H<co ,_cc O ccn w F- a o o w cc O E D z> cc 0 > w DryAugered: 0' to 15' U0 am Oz Dv O Jz a.I., ¢ On' U)W =¢ LU o ¢ OF- F- 2O d- O� Uw ,Sr_7 Hw w co Wash Bored: 15' to 50' a F o co v O a o a MATERIAL DESCRIPTION °-v 'H 0 LL — Hard brown and gray FAT CLAY(CH) (P)4.50 - -with sand and rock from 0'to 2' -becomes stiff at 2' (P)2.50 26 101 71 54 92 -with rock from 2'to 4' -becomes reddish brown at 4' (P)1.50 24 100 1.55 10 4 —5 (P)1.50 Soft gray and reddish brown SANDY FAT CLAY (P)0.75 25 97 0.49 11 8 52 (CH) —10 -becomes stiff at 10' (P)1.50 _ (P)2.00 —15 ..:;/: -_ -becomes stiff at 18.5' 3/6" 26 68 5/6" —20 4/6" i - ,,1 Very stiff gray and reddish brown FAT CLAY with 9/6" 34 74 '� SAND (CH),with shell 10/6" —25 . '° -,'://;),;, _ III Firm gray and reddish brown FAT CLAY(CH) (P)2.00 31 89 0.80 14 19 97 30 _ -very stiff from 33'to 35' (P)3.00 —35 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 15-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/26/13 a depth of 13-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/27/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-4 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 15.92" -- 1 w W 93°58'17.31" �N Oz H nuc -, U 11 Jo SURFACE ELEVATION: a w ¢p o w 2 F o - Z z�- o co o O I w m H¢ �,ill �z = E5 `nom H z¢ c7 �1:C H 2 DRILLING Augereed: 0' to 15' U p W m o z Z ° o f a w w z uzi w w Dry 9 OF aF �O D O _Jz 2cc ¢ Ow cn� =W w u¢) Wash Bored: 15' to 50' a_ o cc 0 > - O 1 3 v g 0 - MATERIAL DESCRIPTION 0~ w H o N U- lFirm gray and reddish brown FAT CLAY(CH) (P)1.25 —40 -stiff from 43'to 45' (P)1.25 50 72 90 66 1.12 11 —45 (P)1.25 —50 Bottom @ 50' —55 —60 65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 15-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/26/13 a depth of 13-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/27/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-5 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'14.50" P w W 93°58' 18.23" y O z = z } SURFACE ELEVATION: w w a=O -° w 2 o (y ¢ C0 a N . co w O S w m FQ W HZ 71� UX wh H ZCCC 0u HOC w 0_ DRILLING AuTereed: 0' to 18' Up "-'m oz z— ov ¢ci CC CO z� c75w w� Dry g O� 0_co MO O �z M� ¢ OW cn� xW W V)) Wash Bored: 18' to 50' a c o c) c0 , J a o8 3 c- aa. p - MATERIAL DESCRIPTION a co H LL —0 Hard gray and reddish brown FAT CLAY with (P)4.50 18 78 SAND (CH),with rock -becomes stiff, brown, and gray at 2' (P)2.50 T: - Stiff brown and gray FAT CLAY(CH) (P)1.50 27 88 65 50 86 —5 -with rock from 4'to 6' - / (P)1.00 30 96 1.38 15 6 -becomes firm at 8' (P)1.00 —10 /i 7 (P)1.00 27 63 48 CON / - (P)1.25 —15 - Firm gray and reddish brown SANDY FAT CLAY (P)1.00 25 100 50 / —20 :: (CH) ��.",/ -becomes stiff at 23.5' 6/6" 5/s" —25 5/6" / Stiff gray and reddish brown FAT CLAY(CH) (P)2.00 28 95 94 —30 (P)1.50 —35 116/ COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/27/13 a depth of 11.5-ft after fifteen(15)minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/27/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONGOp ENGINEERS, INC. LOG OF BORING B-5 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 14.50" -- P w W 93°58'18.23" =ti z z = lij_ -- P a SURFACE ELEVATION: -- z` ~D w o o ~ >_ N Z c7 fl- o o z JO az ¢. �F w 2 5o cn= ¢ zw � w� o r= w co- DRILLING METHOD: w> z o w w 3 Q 121 ,- i=w ¢o w LL) z ¢O w u- . > w ccc Dry Augered: 0' to 18' 00 aF 0O Dv 0 .- 2cc ¢ Ow wuw—i =w LL u) Wash Bored: 18' to 50' a_ --. O cc c> } � a O F- 3 'w LL o w MATERIAL DESCRIPTION a~ w}- o U LL a 6 Stiff gray and reddish brown FAT CLAY(CH) / (P)1.50 43 77 76 54 1.40 9 —40 / (P)1.75 —45 (P)1.50 —50 Bottom @ 50' —55 —60 —65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/27/13 a depth of 11.5-ft after fifteen(15)minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/27/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONGOp ENGINEERS, INC. LOG OF BORING B-6 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 12.60" - -, r w W 93°58' 17.00" -N oz = w= z P °- SURFACE ELEVATION: w w ¢p ¢o w 1_,-.: �- ¢ (fl- N\ co o 0 H 1.1J DRILLING METHOD: w> wz O cow 3 Q o a I-w ¢0 LL D 2 w ~0 w o ¢ u) DryAugered: 0' to 18' o0 Y CC aca 0o DV a Z3zz 2� ¢ Ow up- _cc w up Wash Bored: 18' to 50' a.- o cn 0 1- - °- 8o 3 a a_ 0 a MATERIAL DESCRIPTION v u_ —0 Very stiff gray and brown FAT CLAY(CH) (P)4.00 29 85 67 38 88 -with sand seams from 0'to 4' -becomes stiff 2' (P)2.00 -becomes firm at 4' (P)1.00 35 83 0.80 14 4 —5 -becomes gray at 6' (P)1.00 31 92 77 61 0.97 15 6 -becomes stiff,gray, and reddish brown at 8' (P)1.25 29 94 1.10 15 8 -10 -with calcareous nodules from 10'to 12' (P)1.50 _ Stiff gray and reddish brown FAT CLAY with (P)2.00 22 107 45 32 78 .:,le..,.:.::,, SAND (CH) —157 : Loose gray and reddish brown CLAYEY SAND 3/6" 26 31 w 4/6" -20 f (SC) 5/6" ,4.,,,,,,,.•• - X' Firm gray FAT CLAY(CH) 3/6" - 3/6" -25 3/6" -becomes stiff at 28' (P)1.75 32 89 96 —30 / -with sand seams from 33'to 40' (P)1.75 —35 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/28/13 a depth of 15-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/28/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONGENGINEERS, INC. LOG OF BORING B-6 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'12.60" - -- W 93°58' 17.00" = O z i F w w -- `i.--- F= } SURFACE ELEVATION: -- z w ¢=O `L- 0 ~ } > 4 Z z g N H w Z LL 1. O az wU wF w - 3 cn= ¢ zw .° w� O i w m i-a L� ,2z -,-,3, U_. cnF zc[ 0 i H¢ <i= H w CL DRILLING Augereed: 0' to 18' v O w m o z z� 5 <o a W w z co (w w U Dry 9 O� aF 26 O �z �� ScOw cn� 2w L. . Wash Bored: 18' to 50' a d cn c> ¢ a 0 co _ 0 a a p a MATERIAL DESCRIPTION v U- 1 p•F Stiff gray FAT CLAY(CH) - / (P)1.75 —40 / / (P)1.50 54 70 96 72 1.41 7 —45 / (P)1.75 —50 Bottom @ 50' —55 —60 —65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/28/13 a depth of 15-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/28/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONGOp ENGINEERS, INC. LOG OF BORING B-7 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'14.11" 1 w W 93°58' 15.85" �� oz = we , LL } J SURFACE ELEVATION: -- w w ¢=O w o c� t_ } > Y z o c,r F o Z F o az CCU �H w F o cn= ¢ zw * wM H I w 2 DRILLING METHOD: w>Y cc Z O co w z Q ?c �o a z I- z D z> 1-- O w o ¢ cn DryAugered: 0' to 18' oo moo ozo D O �z 2� = ow w- =W w co Wash Bored: 18' to 50' 0_F 0 co 0 i 7' a- Ov 3 U a a 0 a MATERIAL DESCRIPTION a v cn~ 0 LL —0 Hard brown and gray FAT CLAY(CH) (P)4.50 -with sand and rock from 0'to 4' (P)4.50 17 111 51 38 87 - -becomes stiff at 4' (P)3.00 —5 -becomes gray at 6' (P)2.00 becomes brown and gray at 8' (P)1.50 25 99 58 45 1.24 10 8 —10 -becomes reddish brown at 10' (P)2.00 /s (P)2.00 24 99 1.33 15 —15 V .4 _, 22 48 Medium dense gray and reddish brown CLAYEY - SAND (SC) —20 *rr -becomes reddish brown at 23.5' 7/6" 24 18 with shell from 23.5'to 25' 10/6 —25 r 10/6' r:r.:e:r.: - Y:Y.:r:Y.: e:Y.:e:Y.: Y.:Y.,::Y.: Stiff gray and reddish brown FAT CLAY(CH) (P)2.50 29 91 88 —30 -with sand seams from 33'to 40' (P)2.00 —35 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/27/13 a depth of 12-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/27/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-7 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 14.11" - p w W 93°58'15.85" N O z i w„. F= a SURFACE ELEVATION: -- w w H o ' ~ } >c Z Q N^ ~0w Z O az CCU =F- w _ � 0= ri Zw #o w2 o I- w 2 DRILLING METHOD: w> z o W H o. o o H, co w ¢o co u_D z> cc o w o c DryAugered: 0' to 18' 000 cc am L'o Dv 0 az o' j pw a( Fw w cn Wash Bored: 18' to 50' a— o co 0 0 1- a s p a MATERIAL DESCRIPTION EL co H 0U- 6 Stiff gray and reddish brown FAT CLAY(CH) -firm from 38'to 40' (P)1.25 35 63 44 CON - -becomes gray at 38' —40 (P)1.50 —45 (P)1.50 —50 Bottom @ 50' —55 —60 —65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 06/27/13 a depth of 12-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 06/27/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONC10 ENGINEERS, INC. LOG OF BORING B-8 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 12.40" -- z F - F LL, W 93°58' 15.90" --,, O z = I SURFACE ELEVATION: -- w w asp w o cu- ~ }o 7) - z C7 �- N F o O a cc ¢ w _ Fo u)i cc a z` uo LU F- I-- - DRILLING METHOD: H< w p ~w t_0 D F XLI, WIri - (~i) cr_z D O w f'0 w o a up DryAugered: 0' to 18' c0jo am oz D 0 Qz 2cc CC ow (`n7 =� w (n Wash Bored: 18' to 50' o. 1 0 ccoo �0 } - a" O� 3 v¢ a¢cn O a MATERIAL DESCRIPTION ~ F- 0 T a —0 Very stiff brown and gray SANDY FAT CLAY CH (P)4.00 59 55 84 45 61 : (P)3.50 - Stiff brown and gray FAT CLAY with SAND (CH) (P)2.00 —5 -firm from 6'to 8' (P)1.25 25 97 64 48 1.30 14 6 - -becomes gray and reddish brown at 6' -with slickensided from 8'to 10' (P)1.50 —10 -with calcareous nodules from 10'to 12' (P)1.50 28 64 49 CON Stiff gray and reddish brown FAT CLAY with (P)2.50 23 79 —15 :::-/T-SAND ',',,,4:„.„_ ::"w Loose gray and reddish brown CLAYEY SAND 23 101 45 —20 (SC) YYY/• ..:Y.:Y.:Y.: - > ,(7 Firm gray and reddish brown FAT CLAY(CH) 3/6" 39 93 2/6" _ 25 / 3/6" - Stiff gray and brown LEAN CLAY(CL) (P)3.00 -with sand seams from 28'to 40' —30 -becomes gray at 33' (P)1.50 43 79 1.49 3 22 100 —35 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 07/01/13 a depth of 14-ft after fifteen(15)minutes.The open borehole was backfilled with DATE BORING COMPLETED: 07/01/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONCENGINEERS, INC. LOG OF BORING B-8 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54'12.40" w W 93°58' 15.90" Y,, O z H w - ~ a SURFACE ELEVATION: w' Q p w o ~ >_2 z C7 fl- o E_0 O U O a w ¢ U w - 5 o cn Q z o cn w 1- - m DRILLING METHOD: w> z O CO W 3 n 0 o i=w CC ca CO LL cc z> ¢o w o Q co Dry Augered: 0' to 18' 0 O a ca o z D 0 �z o' ? 0 w 0 az w zco Qin F w w CO Wash Bored: 18' to 50' a F o cn vw cc (0 a s O MATERIAL DESCRIPTION a` U) 0 U- Stiff gray LEAN CLAY(CL) Stiff gray FAT CLAY(CH) (P)1.75 —40 (P)1.75 58 66 98 73 —45 (P)1.75 - / —50 Bottom @ 50' —55 —60 —65 —70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 07/01/13 a depth of 14-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 07/01/13 cement-bentonite grout.CON:One-Dimensional Consolidation. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONG 110ENGINEERS, INC. LOG OF BORING B-9 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 11.70" 1 w W 93°58'15.00 t— o H = w p a SURFACE ELEVATION: -- w w a p w o C7 ~ } >ET, z O�- N ,o Z HI Lu m Fa w� �z ; UX w~ z� C7� H� F- -J 2 DRILLING METHOD: w> O w o a c0 cn v_C z w > w 2 c}i) DryAugered: 0' to 18' o am Oz a pv -3z 2w 2 p`n g3w =ES L. cCI an Wash Bored: 18' to 50' a~ d co �0 } 7' a O- 3 C a� 80- w MATERIAL DESCRIPTION °~ U a —0 ,i0 Hard brown and gray SANDY FAT CLAY(CH) (P)4.50 49 64 00001 -with rock from 0'to 4' (P)4.50 Firm brown and gray FAT CLAY(CH) (P)0.75 37 83 83 65 0.77 15 —5 / -becomes gray and reddish brown at 6' (P)1.00 43 82 0.72 12 - (P)1.25 31 91 74 58 0.86 15 —10 w (P)1.50 -with calcareous nodules from 10'to 12' 11/ Stiff gray and reddish brown FAT CLAY with (P)2.50 27 97 83 SAND (CH) —15 10 r /, Very stiff gray and reddish FAT CLAY(CH) (P)3.5o 28 96 —20 -becomes stiff at 23' (P)2.00 - -with sand seams from 23'to 40' —25 (P)2.50 32 92 97 —30 (P)1.75 —35 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 07/03/13 a depth of 10-ft after fifteen(15) minutes.The open borehole was backfilled with DATE BORING COMPLETED: 07/03/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 1 of 2 TOLUNAY-WONCOp ENGINEERS, INC. LOG OF BORING B-9 PROJECT: Water Treatment Plant Improvements CLIENT: Arceneaux & Gates, Inc. C.o.P.A. - Port Arthur, Texas Port Arthur, Texas COORDINATES: N 29°54' 11.70" - F w W 93°58' 15.00 --=.--,-7, O z = w w - 1 Jo SURFACE ELEVATION: a w ¢p o w H 1_o (- a z 5- o w O 2 W co Ha HLTJ�0 Er z >� -1-- Uv wLij H H ZCC 0 u HCC H 0- DRILLING D Augereed: 0' to 18' U p '-'-gym —H z� o ° <0 a'w w L11 CC° CO Z �w w� Dry 9 OH .H °O D CJ _Jz �� CC Ow up(7) 2W w CO Wash Bored: 18' to 50' a. d cn v a 0 a s p a MATERIAL DESCRIPTION a v w 6 Stiff gray and reddish FAT CLAY(CH) (P)1.50 42 80 1.30 6 40 (P)1.75 45 -with slickensided from 48'to 50' (P)1.50 58 69 103 77 1.06 3 50 Bottom @ 50' 55 60 65 70 COMPLETION DEPTH: 50 ft NOTES: Free water was encountered at a depth of 18-ft during dry-auger drilling and rose to DATE BORING STARTED: 07/03/13 a depth of 10-ft after fifteen(15)minutes.The open borehole was backfilled with DATE BORING COMPLETED: 07/03/13 cement-bentonite grout. LOGGER: E. LeBouef PROJECT NO.: 13.23.155 Page 2 of 2 TOLUNAY-WONGENGINEERS, INC. SYMBOLS AND TERMS USED ON BORING LOGS Most Common Unified Soil Sampler Symbols Meaning Classifications System Symbols — Pavement core Fill Silt w/Sand(ML) — N`;' , Thin-walled tube sample IIIPavement Well Graded Sand(SW) ® Standard Penetration Test(SPT) '// Lean Clay(CL) 4 4 Well Graded Sand w/Gravel(SW-GM) Q Auger sample . •�� • ZSampling attempt with no recovery Lean Clay w/Sand(CL) •••. Poorly Graded Sand(SP) H TxDOT Cone Penetrometer Test '��'/. � Sandy Lean Clay(CL) ::. PoorlyGraded Sand w/Silt(SP-SM)/••• 1.I. ( Field Test Data Fat Clay(CH) JLL Silt(ML) 2.50 Pocket penetrometer reading in tons per square foot 8/6" Blow count per 6-in.interval of the Standard r4 Fat Clay w/Sand(CH) m Elastic Silt(MH) Penetration Test [[I Observed free water during drilling Sandy Fat Clay(CH) Elastic Silt w/Sand(MH-SP)) - - Observed static water level Silty Clay(CL) i Laboratory Test Data Silty Gravel(GM) .� HI. We(%) Moisture content in percent Pr Sandy Silty Clay(CL-ML) .; Clayey Gravel(GC) Dens.(pcf) Dry unit weight in pounds per cubic foot ME /•r Qu(tsf) Unconfined compressive strength in tons per square " : Silty Clayey Sand(SC-SM) • • Well Graded Gravel(GW) foot .Z. • UU(tsf) Compressive strength under confining pressure in /.�• Clayey Sand(SC) . Well Graded Gravel w/Sand(SP-GM) tons per square foot _•.. 7'/: • Str.(%) Strain at failure in percent • _•.- Sandy Silt(ML) • • Poorly Graded Gravel(GP) •% LL Liquid Limit in percent Silty Sand(SM) w Peat PI Plasticity Index w #200(%) Percent passing the No.200 mesh sieve w ( ) Confining pressure in pounds per square inch * Slickensided failure ** Did not fail @ 15%strain RELATIVE DENSITY OF CONSISTENCY OF COHESIVE SOILS COHESIONLESS&SEMI-COHESIONLESS SOILS The following descriptive terms for consistency apply to cohesive The following descriptive terms for relative density apply to soils such as clays,sandy clays,and silty clays. cohesionless soils such as gravels,silty sands,and sands as well as semi-cohesive and semi-cohesionless soils such as sandy silts,and clayey sands. Typical Typical Pocket Compressive SPT"N 60" Typical Penetrometer(tsf) Strength(tsf) Consistency Value Range** Relative N60 Density Value Range* pp<0.50 qu<0.25 Very soft <2 Very Loose 0-4 0.50<_pp<0.75 0.25<_qu<0.50 Soft 3-4 Loose 5-10 0.75 S pp<1.50 0.50<_qu<1.00 Firm 5-8 Medium Dense 11-30 1.50 5 pp<3.00 1.00<qu<2.00 Stiff 9-15 Dense 31-50 3.00 5 pp<4.50 2.00_<qu<4.00 Very Stiff 16-30 Very Dense Over 50 pp z 4.50 qu z 4.00 Hard >_31 *N60 is the number of blows from a 140-lb weight having a free **An"N60"value of 31 or greater corresponds to a hard consistency. fall of 30-in.required to penetrate the final 12-in.of an 18-in. The correlation of consistency with a typical SPT"Ni'value range sample interval,corrected for field procedure to an average energy is approximate. ratio of 60%(Terzaghi,Peck,and Mesri,1996). Tolunay-Wong Engineers,Inc. REVISION DATE 2-13-07 GEOSYSTEM APPENDIX D ALLOWABLE UNIT FRICTION AND END BEARING CURVES AND PILE CAPACITY TABLES PRECAST CONCRE 11, PILES TWE Project No. 13.23.155 Report No.60459 ALLOWABLE UNIT SIDE FRICTION AND END BEARING RESISTANCE DRIVEN PRECAST CONCRETE PILES Allowable Unit Side Resistance(F)Per Foot of Pile Perimeter(tons/ft) 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 0 5 _ l "E'CURVE — (ftfludes Factor of Safety.= 2.5) 10 15 I. .. l 74 20 e.5 I. I 7 "7e"CURVE .. (Includes Fac or of Safety=2.5) •h re 25 "F,"CURVE (Include! Factor of Safety=3.0) a 30 A u 35 40 —1 45 50 . I \ _ DESIGN EQUATIONS: Allowable Unit End Bearing(E)Per Square Foot of Pile Tip Area(tons/ft2) EXAMPLE: Compression: Q, = PF,+AE Driven Concrete Pile Tension: Q, = PF, (12-in Square,30-ft Length) P = 4.00-ft TERMS: A = 1.00-ft2 P = Average Pile Perimeter(ft) A = Pile Tip Area(ft2) F, = 4.65 tons/ft F„F,&E =Allowable Unit Friction(Compression/Tension)and End Bearing Factors Ft = 3.10 tons/ft Q,,1 = Allowable Pile Capacity in Compression and Tension(tons) E = 3.15 tons/ft2 Qc = (4.00)(4.65)+(1.00)(3.15)=21.7-tons Q, = (4.00)(3.10)=12.4-tons Project: TOluna '-WOn Water Treatment Plant Improvements (150 3 g Project No.: 13.23.155 Port Arthur,Texas Engineers, Inc. Report No.60459 Client: Arceneaux&Gates,Inc. Allowable Unit F&E Curves Appendix D Port Arthur,Texas Driven Concrete Piles Figure 1 SQL_ARE PRECAST CONCRETE PILES Allowable Axial Capacity(tons) Pile Width(in) Embedment Design Factors from Curves CompressionPerimeter(ft) Area(ft') Tension(tons)(S (Square) Depth(ft) F, F, E (tons) 12 20 4.00 1.00 2.51 1.67 3.15 13 7 12 25 4.00 1.00 3.54 2.36 3.15 17 9 12 30 4.00 1.00 4.65 3.10 3.15 22 12 12 35 4.00 1.00 5.82 3.88 3.15 26 16 12 40 4.00 1.00 7.00 4.67 2.26 30 19 12 45 4.00 _ 1.00 8.10 5.40 2.26 35 22 12 50 4.00 1.00 9.25 6.16 2.26 39 25 14 20 4.67 1.36 2.51 1.67 3.15 16 8 14 25 4.67 1.36 3.54 2.36 3.15 21 11 14 30 4.67 1.36 4.65 3.10 3.15 26 14 14 35 4.67 1.36 5.82 3.88 3.15 31 18 14 40 4.67 1.36 7.00 4.67 2.26 36 22 14 45 4.67 1.36 8.10 5.40 2.26 41 25 14 50 4.67 1.36 9.25 6.16 2.26 46 29 16 20 5.33 1.78 2.51 1.67 3.15 19 9 16 25 5.33 1.78 3.54 2.36 3.15 24 13 16 30 5.33 1.78 4.65 3.10 3.15 30 17 16 35 5.33 1.78 5.82 3.88 3.15 37 21 16 40 5.33 1.78 7.00 4.67 2.26 41 25 16 45 5.33 1.78 8.10 5.40 2.26 47 29 16 50 5.33 _ 1.78 9.25 6.16 2.26 53 33 18 20 6.00 2.25 2.51 1.67 3.15 22 10 18 25 6.00 2.25 3.54 2.36 3.15 28 14 18 30 6.00 2.25 4.65 3.10 3.15 35 19 18 35 6.00 2.25 5.82 3.88 3.15 42 23 18 40 6.00 2.25 7.00 4.67 2.26 47 28 18 45 6.00 2.25 8.10 5.40 2.26 54 32 18 50 6.00 2.25 9.25 6.16 2.26 61 37 24 20 8.00 4.00 2.51 1.67 3.15 33 13 24 25 8.00 4.00 3.54 2.36 3.15 41 19 24 30 8.00 4.00 4.65 3.10 3.15 50 25 24 35 8.00 4.00 5.82 3.88 3.15 59 31 24 40 8.00 4.00 7.00 4.67 2.26 65 37 24 45 8.00 4.00 8.10 5.40 2.26 74 43 24 50 8.00 4.00 9.25 6.16 2.26 83 49 Notes: 1)Pile embedment depth is depth below existing ground surface. 2)Allowable axial compression values in the above table are net loads and should consist of DL+LL. 3)Allowable axial compression and tension values in the above table may be increased by 33%for transient loads including wind(Where allow by applicable building code). 4)Allowable axial tension capacity values in the above table do not include the weight of the pile. Project: TolUna \ona Water Treatment Plant Improvements Y- b Project No.: 13.23.155 Port Arthur,Texas Engineers, Inc. Report No.:60459 Client: Areceneaux&Gates,Inc. Allowable Axial Capacity Appendix D Port Arthur,Texas Driven Timber and Concrete Piles Figure 2