Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 19295: (B) LANDMARK STRUCTURES I, TERMINAL ROAD ELEVATED WATER STORAGE TANK AND PUMP STATION
P. R. NO. 19295 02/19/2016 CEWJ/gt PAGE 1 RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND LANDMARK STRUCTURES I, LP OF FORT WORTH, TEXAS, FOR THE CONSTRUCTION OF THE TERMINAL ROAD ELEVATED WATER STORAGE TANK AND PUMP STATION, IN THE AMOUNT OF $7,564,000.00; ACCOUNT NO. 429-1258-532.59-00, PROJECT NO. WSI011 WHEREAS, the City of Port Arthur needs the Elevated Water Storage Tank and Pump Station; and, WHEREAS, the City of Port Arthur and Arceneaux Wilson & Cole LLC solicited bids for this project; and, WHEREAS, the bids have been evaluated by Arceneaux Wilson & Cole LLC and the Purchasing Division, a copy of the bid tabulation is attached as Exhibit "A"; and, WHEREAS, Landmark Structures I, L.P. of Fort Worth, 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 City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract, in substantially the same form as attached as Exhibit "B", between the City Of Port Arthur and Landmark Structures I, L.P. of Fort Worth, Texas, for the construction of the Terminal Road Elevated Storage Tank and Pump Station, in the amount of $7,564,000.00. s.pr19295 P. R. NO. 19295 02/19/2016 CEW]/gt PAGE 2 THAT, this project will be funded by Account No. 429-1258-532.59-00 Project No. WSI002. THAT, Landmark Structures I, L.P., will not receive a Notice to Proceed for the construction of the Terminal Road Elevated Storage Tank and Pump Station until funds in the amount of $7,564,000.00 are submitted to the City. 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 February, 2016, AD, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following Vote: AYES: Mayor: Councilmembers: NOES: Mayor ATTEST: Sherri Bellard, City Secretary s.pr19295 APPROVED AS TO FORM: Vaf1/4/1 Valecia Tizeno, ai Attorney APPROVED FOR ADMINISTRATION: Brian McDougal, City Manager Dr. Jimmie Johnson, PHD Director of Utility Operations APPROVED AS TO FUND AVAILABILITY: 4 J4ta-,ti Jerry Dale, CPA/GFOA Akq\1 Interim Director of Finance Cliftol Williams, CPPB Acting Purchasing Manager s.pr19295 EXHIBIT "A" s.pr19295 "WW, ......., „.,. 4.41 11 4 AVM ARCENEAUX WILSON&COLE engineering I surveying I planning BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&I Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount 1 Mobilization,Bonding &Insurance Costs 1 $300,000.00 $300,000.00 $10,000.00 $10,000.00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00 $5,000.00 $1,000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOI/NOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 Inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items QTY. 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 $45,000.00 $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 $700,000.00 $700,000.00 $700,000.00 $700,000.00 Field changes TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE& SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 ARCENEAUX WILSON & COLE LLC j*. .*E•0 TEXAS REGISTERED ENGINEERING FIRM al*: ,*, * 16194 * j CALVIN D. PROSEN °°#la*: 70405 ,.4v�'i 01/27/2016 4ttfi� ?tsTot:`.„.'k,;,,,,,Ai.0.-r*� Calvin D. Prosen, P.E. A.m. go• r 1 a, ah V vs 44 p,A w yaw/ ARCENEAUX WILSON SON &COLE January 28, 2016 Dr. Jimmie Johnson Utilities Director City of Port Arthur 444 Forth Street Port Arthur, Texas 77640 RE: RECOMMENDATION OF AWARD OF CONTRACT Terminal Road Elevated Water Storage Tank & Pump Station AWC Job No. CPA-670/671 Dear Dr. Johnson: On January 27, 2016 the City of Port Arthur received two (2) sealed bids for Terminal Road Elevated Water Storage Tank & Pump Station project 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 and 2. 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 Landmark Structures I, L.P. of Fort Worth, Texas submitted the lowest responsive Total Amount Bid in the amount of $7,564,000.00. A copy of the certified Bid Tabulation is enclosed for your information. We have worked with Landmark Structures I, L.P. 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 Terminal Road Elevated Water Storage Tank & Pump Station to Landmark Structures I, L.P. on the basis the lowest responsive Total Amount Bid in the amount of $7,564,000.00. Should you have any questions or require additional information, please contact our office. 409.724.7888 29O Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Engineering Surveying awceng.com P-16194 10194049 ATI grAM Yffir Very truly yours, ARCENEAUX WILSON & COLE LLC CONSULTING ENGINEERS, INC. TEXAS REGISTERED ENGINEERING FIRM F-16194 6414'":- Calvin D. Prosen, PE Sr. Project Manager Attached: Bid Tabulation CC: Mr. Donnie Stanton - City of Port Arthur Mr. Clifton Williams, CPPO Landmark Structures I, L.P. 4ê . TA/AI ARCENEAUX WILSON&COLE BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&I Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount 1 Mobilization,Bonding&Insurance Costs 1 $300,000.00 $300,000.00 $10,000.00 $10,000.00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00 $5,000.00 $1,000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOIINOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 Inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items QTY. 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 $45,000.00 $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 $700,000.00 $700,000.00 $700,000.00 $700,000.00 Field changes TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE&SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 �,��a®a`,�! e pF ARCENEAUX WILSON & COLE LLC ,i*. Jç .* i• 1 TEXAS REGISTERED ENGINEERING FIRM i*: •*/ * 16194 * % CALVIN D. PROSEN 0 eetiLL Ill 1,tc 4)co��F,rc�`�*5 ��® 6 01/27/2016 %k$ 1 • • ec, Calvin D. Prosen, P.E. \�V®�®`®g EXHIBIT "B" s.pr19295 P. R. NO. 19295 02/19/2016 CEWJ/gt PAGE 1 RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND LANDMARK STRUCTURES I, LP OF FORT WORTH, TEXAS, FOR THE CONSTRUCTION OF THE TERMINAL ROAD ELEVATED WATER STORAGE TANK AND PUMP STATION, IN THE AMOUNT OF $7,564,000.00; ACCOUNT NO. 429-1258-532.59-00, PROJECT NO. WSI011 WHEREAS, the City of Port Arthur needs the Elevated Water Storage Tank and Pump Station; and, WHEREAS, the City of Port Arthur and Arceneaux Wilson & Cole LLC solicited bids for this project; and, WHEREAS, the bids have been evaluated by Arceneaux Wilson & Cole LLC and the Purchasing Division, a copy of the bid tabulation is attached as Exhibit "A"; and, WHEREAS, Landmark Structures I, L.P. of Fort Worth, 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 City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract, in substantially the same form as attached as Exhibit "B", between the City Of Port Arthur and Landmark Structures I, L.P. of Fort Worth, Texas, for the construction of the Terminal Road Elevated Storage Tank and Pump Station, in the amount of $7,564,000.00. s.pr19295 P. R. NO. 19295 02/19/2016 CEWJ/gt PAGE 2 THAT, this project will be funded by Account No. 429-1258-532.59-00 Project No. WSI002. THAT, Landmark Structures I, L.P., will not receive a Notice to Proceed for the construction of the Terminal Road Elevated Storage Tank and Pump Station until funds in the amount of $7,564,000.00 are submitted to the City. 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 February, 2016, AD, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following Vote: AYES: Mayor: Councilmembers: NOES: . Mayor ATTEST: Sherri Bellard, City Secretary s.pr19295 APPROVED AS TO FORM: r ' Valecia Tizeno, CO Attorney APPROVED FOR ADMINISTRATION: Brian McDougal, City Manager Dr. Jimmie Johnson, PHD Director of Utility Operations APPROVED AS TO FUND AVAILABILITY: . ✓ e_4444k2o l( ie._ Jerry Dale, CPA/GFOA }9_\, 6 Interim Director of Finance `j av, Clifton Williams, CPPB Acting Purchasing Manager s.pr19295 EXHIBIT "A" s.pr19295 Veer MAY ARCENEAUX WILSON&COLE engineering I surveying I planning BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&I Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount 1 Mobilization, Bonding &Insurance Costs 1 $300,000.00 $300,000.00 $10,000.00 $10,000 00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00 $5,000.00 $1,000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOI/NOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items QTY. 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 $45,000.00 $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 $700,000.00 $700,000.00 $700,000.00 $700,000.00 Field changes TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE & SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 RF e ARCENEAUX WILSON & COLE LLC 1*.' 'NO1 or *�� TEXAS REGISTERED ENGINEERING FIRM • • * 16194 * 0 CALVIN D. PROSEN I+�o. 70405 •4/ eet.LL."r "�` 01/27/2016 +�ijt�`�F'C'15Te010.N o ® Calvin D. Prosen, P.E. ,�®®�®�ot*N� YAWN • ARCENEAUX WILSON &COLE January 28, 2016 Dr. Jimmie Johnson Utilities Director City of Port Arthur 444 Forth Street Port Arthur, Texas 77640 RE: RECOMMENDATION OF AWARD OF CONTRACT Terminal Road Elevated Water Storage Tank & Pump Station AWC Job No. CPA-670/671 Dear Dr. Johnson: On January 27, 2016 the City of Port Arthur received two (2) sealed bids for Terminal Road Elevated Water Storage Tank & Pump Station project 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 and 2. 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 Landmark Structures I, L.P. of Fort Worth, Texas submitted the lowest responsive Total Amount Bid in the amount of $7,564,000.00. A copy of the certified Bid Tabulation is enclosed for your information. We have worked with Landmark Structures I, L.P. 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 Terminal Road Elevated Water Storage Tank & Pump Station to Landmark Structures I, L.P. on the basis the lowest responsive Total Amount Bid in the amount of $7,564,000.00. Should you have any questions or require additional information, please contact our office. 409.724.7888 290>Turtle Creek Dr.,Suite 320 Pert Arthur,TX 77642 Engineering Surveying awceng.com F-16194 10194049 tM • v Very truly yours, ARCENEAUX WILSON & COLE LLC CONSUL TING ENGINEERS, INC, TEXAS REGISTERED ENGINEERING FIRM F-16194 e4j"L L 644-4-•-•- Calvin D. Prosen, PE Sr. Project Manager Attached: Bid Tabulation CC: Mr. Donnie Stanton,- City of Port Arthur Mr. Clifton Williams, CPPO Landmark Structures I, L.P. Alki ilk vff. MI ARCENEAUX WILSON&COLE ^.y n,cr'nq survey!r•y:planum.^y BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&I Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount 1 Mobilization,Bonding&Insurance Costs 1 $300,000.00 $300,000.00 $10,000.00 $10,000.00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00 $5,000.00 $1,000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOI/NOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 Inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items QTY. 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 $45,000.00 $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 $700,000.00 $700,000.00 $700,000.00 $700,000.00 Field changes TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE &SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 a��.®o®r __� O F r `� ®y�Q� •e • � it%1ts 1 ARCENEAUX WILSON & COLE LLC j*• � •*�. TEXAS REGISTERED ENGINEERING FIRM i*. •*/ * 16194 * % CALVIN D. PROSEN o /� /10 •cr 1,-P.o•..R 70405 0`.,,, at,LL.L t' >- 01/27/2016 ke 7 9I T 0'---- Calvin Nc® Calvin D. Prosen, P.E. \ v®��- EXHIBIT "B" s.pr19295 P. R. NO. 19295 02/19/2016 CEWJ/gt PAGE 1 RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND LANDMARK STRUCTURES I, LP OF FORT WORTH, TEXAS, FOR THE CONSTRUCTION OF THE TERMINAL ROAD ELEVATED WATER STORAGE TANK AND PUMP STATION, IN THE AMOUNT OF $7,564,000.00; ACCOUNT NO. 429-1258-532.59-00, PROJECT NO. WSI011 WHEREAS, the City of Port Arthur needs the Elevated Water Storage Tank and Pump Station; and, WHEREAS, the City of Port Arthur and Arceneaux Wilson & Cole LLC solicited bids for this project; and, WHEREAS, the bids have been evaluated by Arceneaux Wilson & Cole LLC and the Purchasing Division, a copy of the bid tabulation is attached as Exhibit"A"; and, WHEREAS, Landmark Structures I, L.P. of Fort Worth, 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 City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract, in substantially the same form as attached as Exhibit "B", between the City Of Port Arthur and Landmark Structures I, L.P. of Fort Worth, Texas, for the construction of the Terminal Road Elevated Storage Tank and Pump Station, in the amount of $7,564,000.00. s.pr19295 P. R. NO. 19295 02/19/2016 CEWJ/gt PAGE 2 THAT, this project will be funded by Account No. 429-1258-532.59-00 Project No. WSI002. THAT, Landmark Structures I, L.P., will not receive a Notice to Proceed for the construction of the Terminal Road Elevated Storage Tank and Pump Station until funds in the amount of $7,564,000.00 are submitted to the City. 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 February, 2016, AD, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following Vote: AYES: Mayor: Councilmembers: NOES: Mayor ATTEST: Sherri Bellard, City Secretary s.pr19295 APPROVED AS TO FORM: Vd_ c Valecia Tizeno, Ci Attorney APPROVED FOR ADMINISTRATION: Brian McDougal, City Manager Dr. Jimmie Johnson, PHD Director of Utility Operations APPROVED AS TO FUND AVAILABILITY: I 4 4LL / caM/ 10!(� Jerry Dale, CPA/GFOA pt 9 Interim Director of Finance I) 1 1 1 16itk, v Clifto Williams, CPPB Acting Purchasing Manager s.pr19295 EXHIBIT "A" s.pr19295 • T‘MTIF vArAlr ARCENEAUX WILSON&COLE engineering I surveying I planning BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&I Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount 1 Mobilization,Bonding&Insurance Costs 1 $300,000.00 $300,000.00 $10,000,00 $10,000.00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00 $5,000.00 $1,000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOIINOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 Inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items QTY. 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 $45,000.00_ $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 Field changes $700,000.00 $700,000.00 $700,000.00 $700,000.00 TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE & SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 ARCENEAUX WILSON & COLE LLC f*. �, .*�0 TEXAS REGISTERED ENGINEERING FIRM • 0 * 16194 * / CALVIN b. PROSEN of of 'II c,..4.:L ^` 01/27/2016 < S G Calvin D. Prosen, P.E. ®®®®\`b��N� AVARCENEAUX WILSON &COLE rg:neenria r,:nn rg January 28, 2016 Dr. Jimmie Johnson Utilities Director City of Port Arthur 444 Forth Street Port Arthur, Texas 77640 RE; RECOMMENDATION OF AWARD OF CONTRACT Terminal Road Elevated Water Storage Tank & Pump Station AWC Job No. CPA-670/671 Dear Dr. Johnson: On January 27, 2016 the City of Port Arthur received two (2) sealed bids for Terminal Road Elevated Water Storage Tank & Pump Station project 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 and 2. 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 Landmark Structures I, L.P. of Fort Worth, Texas submitted the lowest responsive Total Amount Bid in the amount of $7,564,000.00. A copy of the certified Bid Tabulation is enclosed for your information. We have worked with Landmark Structures I, L.P. 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 Terminal Road Elevated Water Storage Tank & Pump Station to Landmark Structures I, L.P. on the basis the lowest responsive Total Amount Bid in the amount of $7,564,000.00. Should you have any questions or require additional information, please contact our office. 409.724.7888 2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Engineering Surveying awceng.com F-16194 10194049 la iivMA vittimvar Very truly yours, ARCENEAUX WILSON & COLE LLC CONSULTING ENGINEERS, INC, TEXAS REGISTERED ENGINEERING FIRM F-16194 Calvin D. Prosen, PE Sr. Project Manager Attached: Bid Tabulation CC: Mr. Donnie Stanton - City of Port Arthur Mr. Clifton Williams, CPPO Landmark Structures I, L.P. 4I . •MM ARCENEAUX WILSON&COLE BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&I Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. _ Unit Price Amount Unit Price Amount 1 Mobilization,Bonding&Insurance Costs 1 $300,000.00 $300,000.00 $10,000.00 $10,000.00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00 $5,000.00 $1.000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOIINOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 Inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items _ QTY. _ 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30.000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 _ $45,000.00 $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 $700,000.00 $700,000.00 $700,000.00 $700,000.00 Field changes TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE &SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 ARCENEAUX WILSON & COLE LLC i*• ' •* 1/ TEXAS REGISTERED ENGINEERING FIRM o*. .*/ * 16194 * O CALVIN D. PROSEN o /103' 70405 .0.14.,..::4,' ati....L.L644"'" 01/27/2016 aai ®®®Na��NG®� Calvin D. Prosen, P.E. �® EXHIBIT "B" s.pr19295 P. R. NO. 19295 02/19/2016 CEWJ/gt PAGE 1 RESOLUTION NO. A RESOLUTION AUTHORIZING THE EXECUTION OF A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND LANDMARK STRUCTURES I, LP OF FORT WORTH, TEXAS, FOR THE CONSTRUCTION OF THE TERMINAL ROAD ELEVATED WATER STORAGE TANK AND PUMP STATION, IN THE AMOUNT OF $7,564,000.00; ACCOUNT NO. 429-1258-532.59-00, PROJECT NO. WSI011 WHEREAS, the City of Port Arthur needs the Elevated Water Storage Tank and Pump Station; and, WHEREAS, the City of Port Arthur and Arceneaux Wilson & Cole LLC solicited bids for this project; and, WHEREAS, the bids have been evaluated by Arceneaux Wilson & Cole LLC and the Purchasing Division, a copy of the bid tabulation is attached as Exhibit"A"; and, WHEREAS, Landmark Structures I, L.P. of Fort Worth, 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 City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract, in substantially the same form as attached as Exhibit "B", between the City Of Port Arthur and Landmark Structures I, L.P. of Fort Worth, Texas, for the construction of the Terminal Road Elevated Storage Tank and Pump Station, in the amount of $7,564,000.00. s.pr19295 P. R. NO. 19295 02/19/2016 CEWJ/gt PAGE 2 THAT, this project will be funded by Account No. 429-1258-532.59-00 Project No. WSI002. THAT, Landmark Structures I, L.P., will not receive a Notice to Proceed for the construction of the Terminal Road Elevated Storage Tank and Pump Station until funds in the amount of $7,564,000.00 are submitted to the City. 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 February, 2016, AD, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following Vote: AYES: Mayor: Councilmembers: NOES: Mayor ATTEST: Sherri Bellard, City Secretary s.pr19295 APPROVED AS TO FORM: Va-(2- r ' � Valecia Tizeno, Ow Attorney APPROVED FOR ADMINISTRATION: Brian McDougal, City Manager Dr. Jimmie Johnson, PHD Director of Utility Operations APPROVED AS TO FUND AVAILABILITY: Jerry Dale, CPA/GFOA A\146 Interim Director of Finance , j2.10L, Clifto`i Williams, CPPB Acting Purchasing Manager s.pr19295 EXHIBIT "A" s.pr19295 sem.. Art), • 4AWAIWY ARCENEAUX WILSON&COLE engineering I survuyincl pianr}ing BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&l Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount 1 Mobilization, Bonding &Insurance Costs 1 $300,000.00 $300,000.00 $10,000.00 $10,000.00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00 $5,000.00 $1,000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00, 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOIINOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 Inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items QTY. 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 $45,000.00 $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 $700,000.00 $700,000.00 $700,000.00 $700,000.00 Field changes TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE & SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 e ARCENEAUX WILSON & COLE LLC ,*_ 0. O *q TEXAS REGISTERED ENGINEERING FIRM • * 16194 * d CALVIN D. PROSEN '1.13° 70405 *47,0 a vim^•- 01/27/2016 +!%4s,s:C'/STON. Calvin D. Prosen, P.E. ,1,®®��� �� 1 r+WI IA I r 4 1 1 MN ARCENEAUX WILSON &COLE .. .,•t']:' C "•F 411= '. )'':(t-^.I Y"3 January 28, 2016 Dr. Jimmie Johnson Utilities Director City of Port Arthur 444 Forth Street Port Arthur, Texas 77640 RE: RECOMMENDATION OF AWARD OF CONTRACT Terminal Road Elevated Water Storage Tank & Pump Station AWC Job No. CPA-670/671 Dear Dr. Johnson: On January 27, 2016 the City of Port Arthur received two (2) sealed bids for Terminal Road Elevated Water Storage Tank & Pump Station project 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 and 2. 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 Landmark Structures I, L.P. of Fort Worth, Texas submitted the lowest responsive Total Amount Bid in the amount of $7,564,000.00. A copy of the certified Bid Tabulation is enclosed for your information. We have worked with Landmark Structures I, L.P. 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 Terminal Road Elevated Water Storage Tank & Pump Station to Landmark Structures I, L.P. on the basis the lowest responsive Total Amount Bid in the amount of $7,564,000.00. Should you have any questions or require additional information, please contact our office. 409.724.7886 2901 Turtle Creek Dr,Sute 320 Port Arthur,TX 77642 Engineering Surveying awceng.com F-16194 10194049 A.laik, MTV Very truly yours, ARCENEAUX WILSON & COLE LLC CONSUL TING ENGINEERS, INC, TEXAS REGISTERED ENGINEERING FIRM F-16194 ciLL gee/— Calvin D. Prosen, PE Sr. Project Manager Attached: Bid Tabulation CC: Mr. Donnie Stanton,- City of Port Arthur Mr. Clifton Williams, CPPO Landmark Structures I, L.P. .4 ..,411..., „, 351,..„,40 ,, ,,,,„,144:::iit,:4 lirMff ARCENEAUX WILSON&COLE BID TABULATION For The TERMINAL ROAD ELEVATED WATER STORAGE TANK & PUMP STATION To Serve The City of Port Arthur Job No.: CPA-670 BID OPENED: January 27, 2016 at 3:15 P.M. Landmark Structures I, L.P. CB&I Constructors, Inc. Fort Worth, TX The Woodlands, TX Base Bid Items QTY. Unit Price Amount Unit Price Amount 1 Mobilization,Bonding&Insurance Costs 1 $300,000.00 $300,000.00 $10,000.00 $10,000.00 Furnish and Install Terminal Road Elevated 2 1 $6,464,000.00 $6,464,000.00 $7,277,700.00 $7,277,700.00 Storage Tank&Pump Station 3 Design of Trench Safety Systems 1 $5,000.00_ $5,000.00 $1,000.00 $1,000.00 4 Trench Safety Systems,All Depths 5000 $1.50 $7,500.00 $2.00 $10,000.00 5 Special Shoring,All Depths 2,500 $1.00 $2,500.00 $12.00 $30,000.00 6 Implementation, Execution, NOIINOC for 1 $5,000.00 $5,000.00 $15,300.00 $15,300.00 SWPPP 7 Inspections for SWPPP 1 $5,000.00 $5,000.00 $3,000.00 $3,000.00 SUBTOTAL BASE BID$ $ 6,789,000.00 $ 7,347,000.00 Supplemental Items QTY. 8 Allowance for Painted Logos on One or 1 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Two Sides of Tank 9 Allowance for Plant Controls 1 $45,000.00 $45,000.00 $45,000.00 $45,000.00 10 Contingency Allowance to be Used for 1 $700,000.00 $700,000.00 $700,000.00 $700,000.00 Field changes TOTAL SUPPLEMENTAL BID ITEMS $ 775,000.00 $ 775,000.00 TOTAL BID (BASE&SUPPLEMENTALS) $ 7,564,000.00 $ 8,122,000.00 ARCENEAUX WILSON & COLE LLC i*• �c •* 1• / TEXAS REGISTERED ENGINEERING FIRM O*. */ * 16194 * CALVIN D. PROSEN /#;p� 70405 N ® :_ 601/27/2016 I17I • SO`�s t1�-••••.s......01:' •.• EG Calvin D. Prosen, P.E. ® ®`®' EXHIBIT "B" s.pr19295 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION to Serve CITY OF PORT ARTHUR PORT ARTHUR, TEXAS [Non-Federally Funded Project] CITY OF PORT ARTHUR’S BID NO. P15-089 JOB NO. CPA-670 CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS DECEMBER 2015 TEXAS REGISTERED ENGINEERING FIRM F-16194 ARCENEAUX WILSON & COLE LLC Engineers * Surveyors * Planners PORT ARTHUR, TEXAS CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION to Serve CITY OF PORT ARTHUR PORT ARTHUR, TEXAS [Non-Federally Funded Project] CITY OF PORT ARTHUR’S BID NO. P15-089 JOB NO. CPA-670 CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS DECEMBER 2015 TEXAS REGISTERED ENGINEERING FIRM F-16194 ARCENEAUX WILSON & COLE LLC Engineers * Surveyors * Planners PORT ARTHUR, TEXAS CPA Non-Federally Funded TOC –1 of 3 Rev. 0 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS For TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION to Serve CITY OF PORT ARTHUR PORT ARTHUR, TEXAS JOB NO. CPA-670 TABLE OF CONTENTS A. STANDARD FORM OF AGREEMENT FOR OWNER-CONTRACTOR B. ADVERTISEMENT AND INVITATION FOR BID C. INSTRUCTION TO BIDDERS FOR CONSTRUCTION D. BID E. BID BOND F. GENERAL CONTRACT CONDITIONS FOR CONSTRUCTION G. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE H. SUPPLEMENTAL GENERAL CONDITIONS I. PAYMENT BOND J. PERFORMANCE BOND K. NOTICE OF AWARD L. NOTICE TO PROCEED M. INSURANCE N. TECHNICAL SPECIFICATIONS SCOPE OF WORK ITEM NO. A2001 – CLEARING AND GRUBBING ITEM NO. A2002 - SITE GRADING CPA Non-Federally Funded TOC –2 of 3 Rev. 0 ITEM NO. A2003 – STRUCTURAL EXCAVATION AND BACKFILL ITEM NO. A3002 – COMPACTED SAND FILL UNDER STRUCTURES ITEM NO. A3034 – STORM WATER POLLUTION PREVENTION PLAN (SW3P) ITEM NO. B1001 – CONCRETE ITEM NO. B1002 – METAL FOR STRUCTURES ITEM NO. B2001 – CONCRETE STRUCTURES ITEM NO. B2002 – METAL STRUCTURES ITEM NO. B3001 – REINFORCING STEEL ITEM NO. B3002 – METALLIC-COATED STEEL CHAIN LINK FENCE & FABRIC ITEM NO. B3005 – CONCRETE CONSTRUCTION ITEM NO. B3007 – MISCELLANEOUS METALS ITEM NO. B3008A - COMPOSITE ELVATED WATER TANK ITEM NO. B3008D - COATING SYSTEM FOR STEEL WATER STORAGE TANKS ITEM NO. C3001 – PAINTING AND PROTECTIVE COATING ITEM NO. C3007 – SEALANTS ITEM NO. E1304 - HORIZONTAL CLOSE COUPLED END SUCTION CENTRIFUGAL PUMPS ITEM NO. H1001 – DUCTILE IRON PIPE AND CAST IRON AND DUCTILE IRON FITTINGS ITEM NO. H1201 - RUBBER-SEATED BUTTERFLY VALVES, AWWA ITEM NO. J1002 – POLYVINYL CHLORIDE (PVC) SEWER PIPE AND FITTINGS ITEM NO. J1003 – POLYVINYL CHLORIDE (PVC) WATERLINE PIPE (4"-12") ITEM NO. J1003A - POLYVINYL CHLORIDE (PVC) WATERLINE PIPE (14”- 24”) ITEM NO. J2001 – CONSTRUCTION OF UNDERGROUND LINES ITEM NO. J2002 – WELL POINT SYSTEM ITEM-NO. J2003 – HYDROSTATIC TESTING OF PRESSURE LINES ITEM NO. J2005 – LOW PRESSURE AIR TEST - SANITARY SEWER LINES ITEM NO. J3006 – CEMENT - STABILIZED SAND BACKFILL ITEM NO. J3009 – DISINFECTION OF WATERLINE ITEM NO. J3022 – RESILIENT SEATED GATE VALVES - 4-INCH THROUGH 12- INCH FOR WATER DISTRIBUTION SYSTEMS ITEM NO. J3024 – BANK SAND BACKFILL ITEM NO. J3025 – RESILIENT WEDGE GATE VALVES 14-INCH THROUGH 48-INCH FOR WATER DISTRIBUTION SYSTEMS ITEM NO. J3045 – TRENCH EXCAVATION AND SHORING SAFETY PLAN ITEM NO. K3001 – CEMENT-STABILIZED CRUSHED STONE BASE CPA Non-Federally Funded TOC –3 of 3 Rev. 0 ITEM NO. K3003 – LIME-STABILIZED SUBGRADE ITEM NO. K3007 – REMOVAL OF EXISTING PAVEMENTS AND CURBS ITEM NO. K3101 – CONCRETE PAVEMENT SPECIAL PROVISIONS Special Provision No. 1 to Item B3008A Special Provision No. 1 to Item C3001 Special Provision No. 1 to Item E1304 APPENDICES APPENDIX A – Request for Time Extension APPENDIX B – Qualification Statement APPENDIX C – Geotechnical Reports SECTION A CONSTRUCTION CONTRACT AGREEMENT A-1 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 TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION 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 with the tank wetted within 420 consecutive calendar days with final completion of pump station and remaining work on the project within 600 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. Refer to Scope of Work for additional information regarding Special Schedule Requirements. 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 $7,564,000.00 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 A-2 (N) Specifications prepared or issued by Arceneaux Wilson & Cole LLC dated December 2015. Drawings prepared by Arceneaux Wilson & Cole LLC numbered 1 through 56 , dated December 2015 . Addenda: No.___ dated _________, 20__. No.___ dated _________, 20__. No.___ dated _________, 20__. 6. The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an original on the date first above written. OWNER: CITY OF PORT ARTHUR BY: CONTRACTOR: NAME: TITLE: BY: NAME: ADDRESS: [CORPORATE SEAL] ATTEST: NAME: SECTION B ADVERTISEMENT FOR BIDS B-1 CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed proposals, addressed to the CITY OF PORT ARTHUR, will be received at the office of the City Secretary located on the 4th Floor of City Hall, 444 4th Street, Port Arthur, Texas, until 3:00 p.m. on Wednesday, January 20 2016, and all bids received will thereafter be opened and read aloud at 3:15 p.m. on Wednesday, January 20 2016, at City of Port Arthur City Hall 444 4th Street, 5th Floor Council Chamber, Port Arthur, Texas, for the construction of TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION 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 Clifton Williams, 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 To obtain copies of the Bid/Contract Documents, go to www.awceng.com/bids. 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, to the City of Port Arthur, Sixty Dollars ($60.00) for each laborer, workman or mechanic employed, for B-2 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. 51 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. This Contract is for a TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION 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. B-3 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: Thursday, January 7, 2016 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/ Clifton Williams, CPPB Purchasing Manager *Davis-Bacon Act is found at 40 U.S.C., § 276a et. seq. 1st Advertisement - December 20, 2015 2nd Advertisement - December 27, 2015 SECTION C INFORMATION TO BIDDERS C-1 INFORMATION TO BIDDERS The following instructions are applicable to the Contract in addition to the requirements set forth in the ADVERTISEMENT FOR BIDS. 1. BID PROCEDURE Bids must be submitted in DUPLICATE upon the prescribed forms, or copies thereof, in sealed envelopes plainly marked. Bids shall be prepared in compliance with the requirements of the ADVERTISEMENT FOR BIDS, these instructions and the instructions printed on the prescribed forms. All blank places on the Proposal form must be filled in as noted, in ink, in both words and figures, with amounts extended and totaled, and no changes shall be made in the phraseology of the forms or of the items mentioned therein. In case of any discrepancy between the written amounts and the figures, the written amounts shall govern. If the Bidder does not bid on optional items (if shown in the Proposal form), "No Bid" shall be entered in the blank spaces therefore. Any bid may be deemed irregular which contains any omission, erasure, alteration, addition, irregularity of any kind or item not called for, or which does not contain prices set opposite to each of the several items in the Proposal form, or in which any of the prices are obviously unbalanced, or which shall in any manner fail to conform to the conditions of the published ADVERTISEMENT FOR BID. The Bidder shall sign his Proposal in the blank area provided therefore. If the bid is made by a partnership or corporation, the name and address of the partnership or corporation shall be shown, together with the name and address of the partners or officers. If the bid is made by a partnership, it must be acknowledged by one of the partners; if made by a corporation, by one of the officers thereof accompanied by Corporate Seal. In order to ensure consideration, the Proposal must be enclosed in a sealed envelope plainly identified by the name of the project and the Contract number, and addressed to the OWNER as prescribed in the Invitation to Bidders. Withdrawal or modifications to bids are effective only if written notice thereof is filed prior to time of bid opening and at the place specified in the Notice to Bidders. A notice of withdrawal or modifications to a bid must be signed by the CONTRACTOR or his designated representative. No withdrawal or modifications shall be accepted after the time for opening of proposals. 2. BID SECURITY AND LIQUIDATED DAMAGES Bids shall be accompanied by a bid guarantee of not less than five percent ( 5%) Check or Cashier's Check payable without recourse to the City of Port Arthur, or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted, the Bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which C-2 the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful Bidders will be returned; that of the successful Bidder will be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. The Bidder to whom the award is made shall execute and return the formal Contract with the OWNER and furnish Performance and Payment Bonds and required insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the OWNER, within said period, of reasons which, in the sole discretion of the OWNER, justify an extension. If said Contract, bonds and insurance Documents are not received by the OWNER within said period or if work has not been commenced within the time specified, the OWNER may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the Bidder shall be liable to the CITY OF PORT ARTHUR for any excess cost to the OWNER over his bid amount. Further, the bid guarantee shall be forfeited to the CITY OF PORT ARTHUR as liquidated damages and Bidder shall be liable to the CITY OF PORT ARTHUR for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The OWNER, within ten (10) days of receipt of acceptable Performance and Payment Bonds, Insurance Documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should OWNER not execute the Contract within such period, the Bidder may, by written Notice to OWNER, withdraw his signed Agreement. 3. BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000.00), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000) a performance bond also, shall be furnished on prescribed forms in the amount of one hundred percent (100%) corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each Bond a certified and effective date copy of their Power of Attorney. 4. NOTICE TO PROCEED Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there by any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. If Notice to Proceed has not been issued within the ten (10) day period or a period mutually agreed upon, CONTRACTOR may terminate the Contract without liability on the part of either party. 5. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of C-3 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-4 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-5 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 City of Port Arthur and be exempt from sales tax. Any Bidder may elect to exclude this sales tax from his bid. The bid and contract, however, must separately identify the charges for (1) non-consumable materials and equipment that are permanently incorporated into the project and (2) charges for skill, labor and consumable materials, tools and equipment which are not permanently incorporated into the project. This statement shall be included in and made part of the Contract. CONTRACTORS are required to have a sales tax permit issued by the Comptroller of the State of Texas in order to qualify under the exemption provisions and the separated Contract procedure. The City of Port Arthur will issue a specific exemption certificate for a separated Contract to the CONTRACTOR in order that he does not have to pay taxes on qualifying materials and equipment purchased for and permanently incorporated into the City of Port Arthur project. The CONTRACTOR performing this Contract must issue to his suppliers an exemption certificate in lieu of the tax, said exemption certificate complying with all applicable State C-6 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 of the bid. The right is reserved to reject any or all Proposals and to waive technical defects, C-7 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 as specified or to specify in his Bid (if not specified) the time in which he will agree to complete the work. For Bidder specified time, the time required for completion of the work will be a consideration in the determination of the successful Bidder. Unless otherwise specified, Bidder must state time in consecutive calendar days, including, but not limited to, all Saturdays, Sundays, and Federal, State and CITY OF PORT ARTHUR holidays. When the construction time is specified in these documents, Bidder/Contractor will agree to complete the work within the time as specified. If substantial completion and final completion times are both provided for in the Bid, both will carry liquidated damage requirements independently. Unless otherwise specified otherwise, construction time will be in consecutive calendar days, including, but not limited to, all Saturdays, Sundays, and Federal, State, CITY OF PORT ARTHUR 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 C-8 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 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 City of Port Arthur, and prospective bidders will be held at: 2 PM, on Thursday, January 7, 2016, 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. SECTION D BID D-1 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 TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION, 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 420 consecutive calendar days and fully complete the PROJECT within 600 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-2 BID SCHEDULE Item Approx. Qty. Units Description of Item with Unit Price 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 Terminal Road Elevated Storage Tank & Pump Station 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. 2,500 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-3 Item Approx. Qty. Units Description of Item with Unit Price 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 $ $ TOTAL BASE BID $ SUPPLEMENTAL BID ITEM(S) 8. 1 Allow. Allowance for Painted Logos on One or Two Sides of Tank, prior to lift, (to be approved by City and/or Engineer with Contractor submitted cost change request before work is performed), all in strict accordance with the plans and specifications for Thirty Thousand Dollars & Zero Cents. Per Allowance $ 30,000.00 $ 30,000.00 9. 1 Allow. Contingency Allowance to be Used for Field changes as required for unforeseen conditions: to be approved by City and/or Engineer with Contractor submitted cost change request before work is performed, all in strict accordance with the plans and specifications for Seven Hundred Thousand Dollars & Zero Cents. Per Allowance $ 700,000.00 $ 700,000.00 TOTAL SUPPLEMENTAL BID ITEMS $ 730,000.00 TOTAL BID (BASE & SUPPLEMENTALS) $ SUBSTITUTIONS 1. (Add) (Deduct) $ 2. (Add) (Deduct) $ D-4 Unit prices are to be expressed in both words and figures. In case of a discrepancy, the amount shown in words shall govern. The above unit prices shall include all labor, materials, equipment, bailing, shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. In addition, the OWNER reserves the right to award the Contract on the basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID with Substitution(s) or TOTAL AMOUNT BID plus any Alternate(s) described above which is most advantageous to the OWNER. The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned BIDDER hereby declares that he agrees to do the work, and that no representations made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the Contractor. Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the formal Contract attached within ten (10) working days and will deliver a Performance and a Payment Bond to insure payment for all labor and materials. The bid security attached, without endorsement, in the sum of no less than five percent (5%) of the amount bid, is to become the property of THE CITY OF PORT ARTHUR, TEXAS, in the event the contract and bonds are not executed within the time above set forth, as liquidated damages without limitation. STATEMENT FOR SEPARATED CONTRACT COMPLIANCE: TOTAL AMOUNT BID : Non-Consumable material And Equipment. (Tax Exempt) $____________________________ TOTAL AMOUNT BID : Skill, Labor and consumable Material, tools and equipment. (Not Tax Exempt) $____________________________ Respectfully submitted: (NAME OF CONTRACTOR) BY: (TELEPHONE NUMBER) TITLE: (LICENSE NUMBER IF APPLICABLE) DATE: Wednesday, January 20 2016 (SEAL, IF BIDDER IS A CORPORATION) (ATTEST) 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: SECTION E BID BOND E-1 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-2 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. SECTION F GENERAL CONDITIONS F-i 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-ii 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-iii 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-1 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-2 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-3 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-4 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-5 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-6 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-7 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-8 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-9 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-10 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-11 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-12 (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-13 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-14 d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof: The CONTRACTOR agrees that he will indemnify and save the OWNER harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, power tools and all supplies, including commissary, incurred in the furtherance of the performance of this Contract. The CONTRACTOR shall, at the OWNER'S request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, after having served written notice on the said CONTRACTOR, either pay unpaid bills, of which the OWNER has written notice, direct, or withhold from the CONTRACTOR’S unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the CONTRACTOR shall be resumed, in accordance with the terms of this Contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills of the CONTRACTOR, the OWNER shall be deemed the agent of the CONTRACTOR, and any payment so made by the OWNER shall be considered as a payment made under Contract by the OWNER to the CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for any such payments made in good faith. This provision shall not be construed to give rise to any third party beneficiary rights in claimants. 46. CORRECTION OF WORK All work, all materials, whether incorporated in the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purposes for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the CONTRACTOR at his own expense. Rejected material shall immediately be removed from the site. If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the CONTRACTOR hereunder shall be reduced by such amount as in the judgement of the Architect/Engineer shall be equitable. 47. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the CONTRACTOR encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will thereupon promptly investigate the conditions and, if he finds that they materially differ from those shown on the Plans or indicated in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in Paragraph 49 of the General Conditions. F-15 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-16 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-17 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-18 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-19 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-20 64. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BY EMPLOYEES The transporting of material and supplies to or from the site of the project or program to which the Contract pertains by the employees of the CONTRACTOR or of any Subcontractor and the manufacturing or furnishing of materials, articles, supplies or equipment on the site of the project or program to which this Contract pertains by persons employed by the CONTRACTOR or by an Subcontractor, shall, for the purposes of this Contract, and without limiting the generality of the foregoing provisions of this Contract, shall be deemed to be work to which the wage provisions of this Contract are applicable. 65. INELIGIBLE SUBCONTRACTORS The CONTRACTOR shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted without the OWNER’S prior written approval of the Subcontractor. 66. PROVISIONS TO BE INCLUDED IN CERTAIN SUBCONTRACTS The CONTRACTOR shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provisions which are consistent with these wage provisions and also a clause requiring the Subcontractors to include such provisions in any lower tier Subcontractors which they may enter into, together with a clause requiring such insertion in any further Subcontracts that may in turn be made. 67. BREACH OF FOREGOING WAGE STANDARDS AND RATES PROVISIONS In addition to the causes for termination of this Contract as herein elsewhere set forth, the OWNER reserves the right to terminate this Contract if the CONTRACTOR or any Subcontractor, whose Subcontractor covers any of the work covered by this Contract, shall breach any of these wage standards and rates provisions. 68. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Contract, the CONTRACTOR agrees as follows: (a) The CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The CONTRACTOR shall take affirmative action to ensure that applicants for employment are employed and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places available to employees and applicant for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. F-21 (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-22 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-23 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-24 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-25 Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Applicability The Project or Program to which the construction work covered by his contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act. (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof @ due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part thereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR-5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH- 1321) shall be posted at all times by the contractor and its sub-contractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (II) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor , Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The Wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) F-26 or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (III) 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 rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contractor in the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act. Of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contribution or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section (b)(2)(B) of the Davis-bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates described in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 121500017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accrately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(I). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or F-27 subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5(a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. © The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph A.3.(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3.(I) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment advance, or guarantee of funds. Furthermore failure to submit the required records upon request or to make such records available maybe grounds for debarment action pursuant to 29 CFR Part 5.12. (Apprentices and Trainees. (4) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of 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 employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the 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 registered program shall be paid not less than the applicable wage rate on the wage determination for the actually performed. Where a contractor is performing construction on a project in a locality other than that in 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 program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of progress expressed as a percentage of the journeymen hourly rate specified in benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in 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 an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an F-28 apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rte who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clauses of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor’s firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C. “Federal Housing Administration transaction”, provides in in part: “Whoever, for the purpose of . . . influencing in any way the action of such Administration……makes, utters or publishers any statement knowing the same to be false….. shall be fined not more than $5,000 or imprisoned not more than two years, or both.” 11. 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. B. Contract Work Hours and Safety Standards Act. As used in this paragraph the terms “laborers” and “mechanics” include watchmen and guards. (1) Overtime requirements. No contractor or sub- contractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed on such work to work in excess of eight hours in such work week unless such laborer or mechanic receives compensation at a rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, whichever is greater. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and F-29 subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or owner tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act. (Public Law 91-54, 83 Stat 96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 77. DELAY, DISRUPTION OR OTHER CLAIMS Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the City of Port Arthur, and to the ENGINEER promptly (but in no case later than ten [10] calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the City of Port Arthur, and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR’S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. SECTION G LABOR CLASSIFICATION AND MINIMUM WAGE SCALE G-1 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-2 General Decision Number: TX150079 01/02/2015 TX79 Superseded General Decision Number: TX20140079 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) Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * ELEC0479-003 09/29/2014 Rates Fringes ELECTRICIAN......................$ 27.40 11.66 ---------------------------------------------------------------- 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 G-3 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 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 a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 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. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers G-4 Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- 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. G-5 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: 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 SECTION H SUPPLEMENTAL GENERAL CONDITIONS H-1A SUPPLEMENTAL CONDITIONS OF THE AGREEMENT - PART A A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL SPECIFICATIONS is entitled TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION to Serve THE CITY OF PORT ARTHUR, Job No. CPA-670. 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 TERMINAL ROAD ELEVATED STORAGE TANK & PUMP STATION. 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 – TOPOGRAPHY 5 G5 – SITE PLAN 6 G6 – YARD PIPING 7 G7 – GRADING PLAN 8 G8 – PAVING PLAN 9 G9 – DRAINAGE PLAN AND PROFILE 10 G10 – WATER PLAN AND PROFILE 11 G11 – FORCE MAIN PLAN AND PROFILE 01 12 G12 – FOR MAIN PLAND AND PROFILE 02 13 G13 – FENCING PLAN 14 G14 – SW3P INDEX 15 G15 – SW3P 16 T1 – TANK ELEVATION 17 T2 – TANK – ISOMETRIC 18 T3 – TANK – FIRST FLOOR PLAN & SECTIONS 19 T4 – TANK – FIRST FLOOR PLAN & SECTIONS 20 T5 – TANK – SECOND FLOOR PLAN & SECTIONS 21 T6 – SECOND FLOOR PLAND & SECTIONS 22 T7 – TANK – SECOND FLOOR SECTIONS & DETAILS 23 T8 – TANK – THIRD FLOOR PLAN & SECTIONS 24 T9 – SURGE TANK 25 T10 – LIFT STATION 26 MD1 – TANK – CEILING & WALL DETAILS H-2A 27 MD2 – HANDRAIL DETAILS 28 MD3 – CATWALK & ROOF ACCESS DETAILS 29 MD4 – BRIDGE CRANE DETAILS 30 MD5 – INTERIOR & EXTERIOR DOORS 31 MD6 – STRUCTURAL DETAILS - MISC. DETAILS & PIPE SUPPORTS 32 MD7 – STAIR DETAILS 33 MD8 – STAIR ORIENTATION DETAILS 34 MD9 – LOGO & SIGN DETAILS 35 MD10 – PAVING & DRAINAGE DETAILS 36 MD11 – WATER & SANITARY DETAILS 37 MD12 – FENCING DETAILS 38 MD13 – SCHEDULES 39 E1 – PROCESS FLOW DIAGRAM 40 E2 – ELECTRICAL SITE PLAN 41 E3 – 42 E4 – ELECTRICAL ONE LINE 43 E5 – TANK 2ND FLOOR POWER 44 E6 – TANK 2ND FLOOR LIGHTING 45 E7 – TANK 1ST FLOOR LIGHTING 46 E8 – TYPICAL COMPOSIT TANK DETAIL 47 E9 – POWER PANEL & LIGHTING SCHEDULE 48 E10 – RTU 100 49 E11 – RTU 100 50 E12 – RTU 100 51 E13 – RTU 100 52 E14 – RTU 100 53 E15 – RTU 100 54 E16 – RTU 100 55 E17 – RTU 100 56 E18 – BILL OF MATERIALS 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-3A 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-1B 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-2B 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-3B 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-4B 1. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment, including valves and sluice gates. 7. Electrical equipment, including instruments. 8. Special items, as directed. Contractor will check and approve shop drawings for compliance with requirements of Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessary corrections or revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. I. OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. 1. Contractor to be responsible for obtaining installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. Submit three (3) copies of each complete manual to the Engineer within ninety (90) days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. 2. Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start up equipment. 3. Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. 4. The manual is to contain the following: (a) An 8½-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-5B (b) A separate 8½-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-6B 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-7B 4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. SECTION I PAYMENT BOND I-1 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 __________________, 201__, 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-2 IN WITNESS WHEREOF, the said Principal has caused these presents to be executed, and the said surety has caused these presents to be executed, each by its duly authorized agent and officer, and its corporate seal to be affixed at ____________________________________ on this the _________ day of ___________________________, A.D., 201__. CONTRACTOR ATTEST: BY: TITLE: SURETY ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in Texas. SECTION J PERFORMANCE BOND J-1 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-2 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 ______________________, 201__. 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. SECTION K NOTICE OF AWARD (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT “NOTICE OF AWARD” HERE SECTION L NOTICE TO PROCEED (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT “NOTICE TO PROCEED” HERE SECTION M INSURANCE (THIS PAGE INTENTIONALLY LEFT BLANK) INSERT “INSURANCE” HERE SECTION N TECHNICAL SPECIFICATIONS 12/18/14 SW – 1/5 SCOPE OF WORK PART 1 – GENERAL 1.01 DESCRIPTION This project is for the construction of the Terminal Road Elevated Storage Tank & Pump Station. The project is located on Terminal Road at the corner of West 15th Street and West Service Road in Port Arthur, Texas. The project includes the construction of a new 2.5-MG composite elevated tank including two intermediate concrete structural floors; anticipating deep foundation; four (4) booster pumps; motor control center; SCADA control & communications; metal stud and sheetrock walls for mechanical room, office, and restroom on second floor; overhead traveling bridge crane; overhead doors & operators; HM and fiberglass doors; miscellaneous and structural steel; sanitary sewer lift station and force main; yard piping & valves; storm drainage; site paving; grading and fill; and all of the ancillary labor, equipment, superintendence, etc. associated with this scope. PART 2 – SCOPE OF WORK 2.01 CONDITIONS AT THE SITE A. The project will be constructed within a generally open site that has been partially filled towards the back. Access to the site will be from the West Service Road and Terminal Road. To the west of the site is a ditch and an elevated dirt road located on the adjacent property. The ditch and road must be protected throughout the duration of the project. To the south of the site is a security fence to an open lot. B. The south half of the site is set aside for the future construction of another elevated tank. No permanent structures, utilities, etc. are to be installed in this area except as shown on the plans. C. Valves have been installed in the 24” line along Terminal Road as shown on the plans for connecting the incoming and outgoing lines to the tank. There is a 48” culvert at this location that will piping will have to go under. Refer closely to the plans for details on this installation. D. Existing Utilities & Pipelines – Note the existing utilities and pipelines indicated on the plans. Contractor shall contact all utilities and pipelines before beginning construction. 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 disturbed during construction are to be restored to the condition encountered prior 12/18/14 SW – 2/5 to commencement of the project, as shown on the plans, or as indicated in the specifications. 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. Composite Elevated Tank a. Design The design of the tank including the foundation, pedestal, bowl, intermediate floors, and internal piping shall be the responsibility of the tank contractor. The internal piping as shown on these plans should be followed except where they need to be modified for dimensional, structural, or other reasons not available to the engineer at the time of these plans. b. Tank 1. Foundation – A deep foundation is anticipated for the elevated tank. 2. Pedestal & Intermediate Structural Floors – The reinforced concrete pedestal will support the tank bowl, two intermediate structural floors, and mechanical/electrical and other loads. Two intermediate structural floors are to be constructed to provide primarily for installation of electrical and pumping facilities on the second level as well as access for piping and valves. Additionally, the second level will be finished to provide office, mechanical, and restroom facilities in a conditioned environment for the electrical components needed for the pumps. Finishing on the second level will include wood frame sheetrock walls, acoustical ceiling, HVAC, plumbing, lighting, etc. For maintenance on the pumps/motors, an overhead traveling bridge crane is to be installed to allow the pumps/motors to be lowered to the ground level through a floor hatch. The third level will be unfinished except at the access stairs as shown on the plans. 3. Access Stairs/Ladders – Access stairs are provide from the ground level to the second level and third level. Access from the third level to the bowl level will be provided by a safety ladder system as shown. 4. Bowl – The tank bowl will be a steel tank supported by the pedestal. 5. Piping – All piping inside the tank is to be stainless steel unless otherwise indicated. 12/18/14 SW – 3/5 D. Booster Pumps a. Furnish and install four (4) new end suction pumps on the second floor as shown; b. Install new piping as indicated including piping, valves, supports, etc. c. Provide wiring, conductors, controls, etc. as required. E. Yard Piping a. 24” Water Lines Two 24” water lines are to be installed to/from the elevated tank. One line will generally be used to fill the tank and maintain pressure on the Port Arthur distribution system. The second 24” line will be tied to the Pleasure Island distribution system and will provide water to that system. The 24” line to the Pleasure Island system will normally be fed directly from tank pressure, but if pressures in the Pleasure Island system require, the pumps in the tank will boost the pressure in this line to help maintain pressure in that system. Provisions are provided in this project for a future elevated storage tank to be added to the south of this tank. Therefore, both 24” lines are to be extended to just beyond the concrete paving and capped. Each of these lines will have a gate valve to isolate the line extension. F. Surge Tank A 1500 gallon ASME surge tank is to be installed on the 24” line feeding to the Pleasure Island distribution system to help dissipate surge in the system. This tank will be connected to the 24” line with an 8” line. The air cushion will be maintained from a compressor unit installed inside the pedestal as shown on the plans. The surge tank system including the compressor unit is to be designed by the surge tank supplier. The entire system is to be design using NSF materials. G. Lift Station & Force Main A package lift station is to be installed on the east side of the tank pedestal to receive flows from the floor drains and restroom facilities. The lift station will discharge through a force main routed through an easement that will discharge into the City’s sanitary sewer system at a manhole as shown on the plans. H. Electrical Refer to the Electrical Scope for Electrical Improvements. I. SCADA Refer to the Electrical Scope for SCADA improvements. 12/18/14 SW – 4/5 J. Site Improvements a. Site Fill The site generally under the paving area will require structural fill. This area is to be cleared of all vegetation, filled to grade, and compacted as the fill is installed. The area under the paving will be lime stabilized as indicated. b. Paving Construct new reinforce concrete paving as indicated on the plans. 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 on the plans. c. Drainage The site drainage consists of an open ditch to along the west property line, a curb and gutter street with drainage inlets along the east property line, and a 48” culvert with inlets along Terminal Road on the north property line. The proposed drainage will include a new 30” RCP drain pipe for drainage of the concrete paving around the tank and for the tank overflow. This drainage pipe will include a six (6) inlet junction boxes including the overflow box and the junction box where it will tie to the existing 48” RCP at Terminal Road. 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 This project is one of several projects related with providing water for the City and to a large industrial customer at a meter station located at the east end of Pleasure Island. The pumps installed in this project will be controlled from the pressure in the distribution measured and transmitted from the meter station currently being constructed under a separate contract. Additionally, a surface water treatment plant improvement (SWTP) project will be under construction concurrent with this project. The SCADA in this project will communicate with the SCADA system at the surface water treatment plant. The SWTP SCADA system has been sized to receive the data from this system; however, the HMI may require modifications to reflect the system as constructed. 12/18/14 SW – 5/5 2.04 SPECIAL SCHEDULE REQUIREMENTS A. Elevated Storage Tank (Wetting) The work associated with completing the pedestal, tank, piping, and valves such that the tank can be put into operation (wetted) are to be completed within the first 420 calendar days of the contract. The remaining work will follow and will be subject to the final completion. Liquidated damages will apply to both deadlines. 2.05 OTHER A. Equipment laydown / storage is available to the south end of the site. It is suggested the Contractor fence the area to provide a more secure area. The laydown / storage area shall be maintained throughout the project by the Contractor. All equipment is to be stored on mats or dunnage in an organized manner to prevent damage and allow ease in mowing the area. Upon completion of the project, the area is to be returned to the pre-construction condition. B. Construction Trailers Contractor’s Office shall be provided for use in storage of shop drawings; project files; meetings on-site; etc. as necessary. 10/13/2005 A2001 - 1/2 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. 10/13/2005 A2001 - 2/2 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. 8/03/2004 A2002 - 1/2 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. 8/03/2004 A2002 - 2/2 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. 03/04/2009 A2003 - 1/4 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. 03/04/2009 A2003 - 2/4 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 1½ 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. 03/04/2009 A2003 - 3/4 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. 03/04/2009 A2003 - 4/4 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. Std. 08/03/2004 A3002 - 1/1 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. THIS PAGE BLANK INTENTIONALLY Std. 12/18/2015 A3034 - 1/2 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. Std. 12/18/2015 A3034 - 2/2 Contractor is responsible for filing Notice of Intent. 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 information presented in the construction plans shall be the basis for the Storm Water Pollution Prevention Plan. 10/13/2005 B1001 - 1/8 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. 10/13/2005 B1001 - 2/8 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. 3. Contractor to strength structures or replace portions thereof which fail to meet established strength requirements, at Contractor’s expense. 10/13/2005 B1001 - 3/8 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. c. High range water-reducing admixture (superplasticizer) in accordance with ASTM C494, Type F or Type G modified as follows: 10/13/2005 B1001 - 4/8 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 ½-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 a. Natural sand as per ASTM C33. b. Fineness modulus between 2.4 and 2.9. 10/13/2005 B1001 - 5/8 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 C143. 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. 10/13/2005 B1001 - 6/8 CLASSIFICATION TABLE Max. Water Content(1) Min. Comp. Strength (psi) Pounds of Water/Lb. Cement Gallons of Water/Bag Cement Min. Cement Per C.Y.(2) Slump Range (in.)* Total Air Content (%) Class - Type 7-Day 28-Day Lbs. Bags A – Structural 2000 3000 0.55 6.25 494 5.25 2½ to 4½ 2½ to 4½ ASP – Structural (3) 2000 3000 0.50 5.65 423 4.50 7 to 10(4) 3 to 5 B – Slope Protection 1200 2000 0.75 8.50 400 4.25 2½ to 4 2½ 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 Sewer 2000 3000 0.55 6.25 564 6.00 4 to 6 3 to 5 F – Prestressed (5) --- 5000 0.51 5.75 635 6.75 2 to 3 As needed G – Prestressed (5) --- 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 3½ to 5 2½ to 4½ KSP – Structural (3) 2800 4000 0.45 5.00 470 5.00 7 to 10(4) 3 to 5 P – Paving 5-Inch or 6-Inch (8) 1800 2800 0.66 7.50 423 4.50 3 to 5 2½ to 4½ 450(7) P – Paving 7-Inch (8) 2000 3000 0.66 7.50 470 5.00 3 to 5 2½ to 4½ 500(7) P – Paving 8-Inch (8) 2000 3000 0.66 7.50 470 5.00 3 to 5 2½ to 4½ 550(7) * All slump Ranges + ½-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. 10/13/2005 B1001 - 7/8 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 1½ 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 1½ 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. 10/13/2005 B1001 - 8/8 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 Std. 04/21/2006 B1002 - 1/2 ITEM NO. B1002 – 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 A167, Type 316 or 304. 2. Plate, Sheet Strip, Fasteners Where Welding Required: Per ASTM A167, Type 316L or 304L. Std. 04/21/2006 B1002 - 2/2 F. Copper 1. Sheet, Strip, Plate: Per ASTM B152, 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-64lb 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. 01/17/2011 B2001 - 1/27 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 finish 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 Department 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." 01/17/2011 B2001 - 2/27 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. I. 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 finished 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. 01/17/2011 B2001 - 3/27 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-C588 Test Method CRD-C589. 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. Waterproofing: 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. 01/17/2011 B2001 - 4/27 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 01/17/2011 B2001 - 5/27 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. 01/17/2011 B2001 - 6/27 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 finished 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. 01/17/2011 B2001 - 7/27 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. 01/17/2011 B2001 - 8/27 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. 01/17/2011 B2001 - 9/27 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 01/17/2011 B2001 - 10/27 shall maintain all ducts free of obstructions until all post tensioning operations are complete. I. 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. 01/17/2011 B2001 - 11/27 TABLE 1 TEMPERATURE – TIME REQUIREMENTS Concrete Temperature (at point of placement) Max Time (No Retarding Agent) Max Time((11)) (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 (1) 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. 01/17/2011 B2001 - 12/27 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. 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. 01/17/2011 B2001 - 13/27 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 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 finish. 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 1½ 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 01/17/2011 B2001 - 14/27 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 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: 01/17/2011 B2001 - 15/27 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. 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 01/17/2011 B2001 - 16/27 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. 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 finish 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. 01/17/2011 B2001 - 17/27 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 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. O. 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. 01/17/2011 B2001 - 18/27 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 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 finished. 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 01/17/2011 B2001 - 19/27 camber for initial and final 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. 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 finished 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 finish 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 finish. 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 01/17/2011 B2001 - 20/27 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 finish shall have an average texture depth of approximately 0.035 inches 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 finished 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. 01/17/2011 B2001 - 21/27 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, and concrete overlays I or III 8 II or I/III* 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. 01/17/2011 B2001 - 22/27 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. 01/17/2011 B2001 - 23/27 TABLE 3 CURING REQUIREMENTS Error! Bookmark not defined. REQUIRED PERMITTED Error! Bookmark not defined. STRUCTURE UNIT DESCRIPTION Water for Complete Curing Membrane for Interim Curing Water for Complete Curing Membrane for Complete Curing A. Upper surfaces of Bridge Roadway, Median and Sidewalk slabs, Top Slabs of Direct Traffic Culverts. X X (Resin Base) B. Top Surface of any Concrete 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.). X C. All Substance Concrete, Culverts, Box Sewers, Inlets, Manholes, Retaining Walls, Riprap, Railing *X *X Error! Bookmark not defined.All other concrete As specified in other items. *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. 01/17/2011 B2001 - 24/27 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 01/17/2011 B2001 - 25/27 beams, piling, anchor bolts, reinforcing steel, drains, weep holes, junction 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. 01/17/2011 B2001 - 26/27 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: 01/17/2011 B2001 - 27/27 A = .10Bp + .75(Sa/Ss)2 Bp 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 THIS PAGE BLANK INTENTIONALLY Std. 04/21/2006 B2002 - 1/4 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. Std. 04/21/2006 B2002 - 2/4 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. Std. 04/21/2006 B2002 - 3/4 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. Std. 04/21/2006 B2002 - 4/4 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. 10/13/2005 B3001 - 1/4 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. 08/03/2004 B3001 - 2/4 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. 08/03/2004 B3001 - 3/4 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. 08/03/2004 B3001 - 4/4 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. B3002 - 1/8 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 ¼ 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 - 2/8 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 - 3/8 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 - 4/8 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 - 5/8 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 ¾ 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. I. 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 ¾ 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 ¾ inch for post 4” O.D. Standard mill tolerances of +/- 0.005 inch B3002 - 6/8 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 Wire Gage Line Wire Coating Weight Barb Gage Barb Coating Weight 12 ½ .80 oz ZN/Ft. Sq. 14 .65 oz ZN/Ft. Sq. 12 ½ .30 oz AL/Ft. 14 Aluminum Alloy, or aluminum coated 12 ½ Aluminum Alloy 14 .30 oz AL/Ft. Sq. Aluminum Alloy B3002 - 7/8 TABLE 4 – DIMENSIONS AND WEIGHTS Use and Section Outside Diameter Nominal, Inches Nominal Weight Per Foot Tolerance ± 10% 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 square 1.660 2.27 1.83 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 Heights Type 1 Type II C Sections ±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 - 8/8 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 B3005 - 1/5 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 ½ inch. 4. Fine Aggregate: Natural sand conforming to ASTM C33. 5. Admixtures: Air-entraining admixtures in accordance with ASTM C260. 6. Classification: B3005 - 2/5 Class Type Min. 28-day Compressive Strength (lbs. per sq. in.) Max. Water Content per bag of Cement (gal.) Min. Cement (bags per cu. yard) Consistency Range in Slump (in.) Air Content (%) A Structural 3,000 6.25 5.25 2½ to 4½ 2½ to 4½ B Slope Protection 2,000 8.50 4.25 2½ to 4 2½ C Pipe Blocking 1,500 11.0 3.0 3 to 5 3 to 6 D Seal Slab - - 4.0 6 to 8 as needed Include in maximum water, free water in aggregate minus absorption of aggregate based on a thirty-minute absorption period. B. Reinforcing Steel: 1. Bars a. Per ASTM C150, Type I. b. Grade 40 or Grade 60 (deformed). 2. Welded Wire Fabric: Per ASTM A185. C. Expansion Joint: Preformed rubber or cork conforming to ASTM D1752. D. Curing Material: 1. Water: Free from oils, acids, alkalis, organic matter, salts, or other deleterious substances. 2. Cotton Mats: Filling material of cotton “bat” (min. 12 oz. per sq. yd.) with unsized cloth covering (min. 6 oz. per sq. yd.) E. Timber: Seasoned, of good quality and free from loose or unsound knots, knot holes, twists, shakes, or decay. F. Non-shrink Grout: Premixed grout which is non-metallic, non-corrosive and non- staining; containing specially selected silica sands, cement, shrinkage compensating agents, plasticizing and water reducing agents. 1. Conform to requirements of Corps of Engineers CRD-CR621-82B. 2. Yield of 0.9 cubic foot to 1.0 cubic foot per 100 pounds. 3. Mixing water per 100 pounds. a. Stiff: 2 gallons b. Plastic: 2¼ gallons c. Flowable: 2½ 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 - 3/5 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 1½ 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 - 4/5 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 - 5/5 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 THIS PAGE BLANK INTENTIONALLY 08/03/2004 B3007 - 1/2 ITEM NO. B3007 - MISCELLANEOUS METALS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish, fabricate, and erect structural steel and other metals. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver metals to jobsite free from dirt, scale and rust, oil or other foreign material. B. Store above surface of ground on platforms, skids, or other supports to prevent sagging, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust or corrosion. C. Handle so that metals will not sustain bending or warping before and during placement PART 2 – PRODUCTS 2.01 MATERIALS A. Structural Steel: Per ASTM A 36, unless otherwise noted B. Steel Grating: As shown on PLANS. C. Cast Iron: Per ASTM A48 gray iron, Class 20. D. Copper 1.Soft Copper Sheets: Per ASTM B152, No. 110 2.Rod, Bar, and Shapes: Per ASTM B133, No. 110 E. Lead: Lead sheets of uniform thickness, free from surface imperfections, and manufactured from pig lead per ASTM B29-79. F. Galvanized Sheet Metal Per ASTM A446 and ASTM 525 coating G90. G. Aluminum 1.Structural Shapes, Extrusions, Bars, Grating, Stair Treads: Per ASTM B221 and ASTM B08, Alloy 6061-T6. 08/03/2004 B3007 - 2/2 2.Gravel Stop: Per ASTM B221, Alloy 6063-T42. 3.Other Items: Per recognized standards. H. Other Metals: Per application ASTM specification or recognized standard, as approved. PART 3 – EXECUTION 3.01 FABRICATION AND ERECTION A. Structural and Miscellaneous Steel: Per AISC “Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings, “but not including Section 4.2.1 of the Code of Standard Practice for Buildings and Brides. B. Aluminum: Weld structural frames in accordance with current recommended practice. C. Grating: Fabricate required openings in gratings and band openings of 5-inch diameter and larger with a 1/2 - inch clearance. Furnish all clips. D. Galvanizing 1.Hot-dip galvanize structural and miscellaneous steel after fabrication, as specified. 2.Galvanized anchor bolts. 3.Galvanized per ASTM A123, ASTM A153, and ASTM A386 as applicable. E. Regalvanizing: Repair chipped or otherwise damaged galvanized areas by application of galvanizing repair compounds meeting Federal Specification O-G-93 (stick only) in accordance with manufacturer’s recommendations. F. Shop Painting 1.In accordance with Item “Painting and Protective Coating.” 2.Do not paint metal surfaces which will be in contact with concrete, or on which plates will be applied in the field, or within 2 inches of field welds. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Includes cost of same in Contract price bid for work of which this is a component part. JOB NO. CPA-670 DATE: April 20, 2015 Special Provision No. 1 to Item No. B3008A – 1/1 SPECIAL PROVISION NO. 1 TO ITEM NO. B3008A – COMPOSITE ELEVATED WATER STORAGE TANK 1. The following provides the project specific requirements regarding the Composite Elevated Water Storage Tank design as specified in paragraph 1.01B. Minimum capacity within operating range 2,500,000 gallon Maximum operating range 40 ft Maximum fill rate 7,500 gpm Elevation - overflow/top capacity level 238.0 ft - grade slab 105.0 ft - final ground 104.5 ft Support wall diameter 54 or 60 +/- ft Roof slope, min. > 0.75 in/ft Roof Vent Capacity, min. 1,000 cfm Note: All elevations indicated are MSL plus 100-feet. 2. The tank is to be constructed with a second and third structural floor. Both floors are to be accessed by curved stairs supported by the support wall. These two floors are to be designed as follows: a. Second Floor – The second floor will be a finished floor housing booster pumps; piping; electrical; and controls. The floor will include an office, restroom, and mechanical room. The floor will be conditioned with an HVAC system. The main pump room will include an acoustical ceiling room and 2-ton traveling bridge crane for working on the pumps. On one end of the second floor level, there will be a small balcony to install the condenser unit for the HVAC system. An aluminum hatch opening is to be provided for removal of the pumps/motors from this level to the first floor. The structural support for the second floor is to be designed as necessary to support the piping to be hung it, as well as the loading of the second floor. b. Third Floor – The third floor is to be used for storage. The third floor is only to be enclosed at the stairwell. The remaining area is to be open to the bottom of the tank. This floor is to be used for storage. The structural support for the third floor is to be designed as necessary to support the traveling bridge crane, the third floor live and dead loads, and any pipe loads it may be carrying. c. Design Loads ASCE 7-05 or latest edition is to be used for determination of design loading. Actual equipment weights should be used where known and available. JOB NO. CPA-670 DATE: April 20, 2015 Special Provision No. 1 to Item No. B3008A – 1/1 Minimum live loads will be as follows: Second Floor 300 psf Third Floor 150 psf 3. Experience Requirements of Tank Contractor The work described in this section shall be performed by a company that specializes in the design and construction of composite elevated tanks. The tank contractor shall have the following qualifications: A. A minimum of ten years experience in composite tank design and construction. B. The design, construction and commissioning of a minimum five Composite elevated tanks of equal or greater capacity. These tanks shall be of the same design and constructed using forming systems as detailed by this specification. 4. Approved Tank Contractors A. Tank Contractors wanting to be pre-qualified for bidding shall submit qualifications statements to the Engineer a minimum of 10-days prior to the scheduled bid opening date for consideration. Those additional Tank Contractors approved to bid will be notified and added to the approved bidders list. The Engineer and/or Owner shall be the sole and final judge as to the acceptability of an additional tank contractor’s qualifications. Bidders not named as a qualified contractor will be considered non-responsive and their bid will not be opened. B. Tank Contractors Pre-Qualified to perform the work specified herein are: Landmark Structures Chicago Bridge & Iron Constructors, Inc. 08/11/2011 B3008A – 1/23 ITEM NO. B3008A – COMPOSITE ELEVATED WATER STORAGE TANK PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: This section includes the design, construction, testing, and commissioning of a Composite elevated tank and related work including foundations, mechanical, and appurtenances. B. Work Specified Elsewhere: 1. Special Provision to this Item designates tank capacity, operating conditions, acceptable manufacturers, and special features. 2. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 REFERENCES The latest version of the following Specifications, Codes and Standards are referenced in this section. ACI 117 Standard Tolerances for Concrete Construction and Materials ACI 228.1R-03 In-Place Methods to Estimate Concrete Strength ACI 301-05 Specification for Structural Concrete for Buildings ACI 304 Guide for Measuring, Mixing, Transporting and Placing Concrete ACI 305 Hot Weather Concreting ACI 306 Cold Weather Concreting ACI 318 Building Code Requirements for Structural Concrete ACI 347 Guide to Formwork for Concrete ACI 371R-08 Guide for the Analysis, Design and Construction of Elevated Concrete and Composite Steel-Concrete Water Storage Tanks AISC S335 Specification for Structural Steel Buildings ANSI B16.5 Pipe Flanges and Flanged Fittings ANSI ASCE 7 Minimum Design Loads for Buildings and Other Structures API 650 Welded Steel Tanks for Oil Storage ASTM A 123 Zinc Coatings on Iron and Steel Products ASTM A 240 Stainless Steel Plate, Sheet and Strip for Pressure Vessels ASTM A 285 Pressure Vessel Plates, Carbon Steel ASTM A 774 Welded Stainless Steel Fittings ASTM A 778 Welded Stainless Steel Tubular Products AWWA D100 Welded Steel Tanks for Water Storage AWWA D102 Coating Steel Water Storage Tanks AWWA C652 Disinfection of Water Storage Facilities FAA 70/7460-1H Obstruction Marking and Lighting NACE RP0178 08/11/2011 B3008A – 2/23 NFPA NEC National Electric Code NFPA 780 Standard for the Installation of Lightning Protection Systems NSF 61 Standard for Drinking Water System Components OSHA 29 CFR Part 1926 Safety and Health Regulations for Construction SSPC VIS-89 Visual Standard for Abrasive Blast Cleaned Steel 1.03 SYSTEM DESCRIPTION A. Elevated Tank The Composite elevated tank shall consist of the following: foundation, reinforced concrete support structure and a welded steel water tank. The support structure shall extend vertically from the foundation as a circular concrete wall. A concrete slab shall be provided as structural support for the steel tank within the perimeter of the wall. A reinforced concrete ring beam shall be provided to connect the steel tank, concrete dome and concrete support wall. The elevated tank shall be in accordance with the shape, dimensions and details required by these specifications and drawings. B. General Design Standards Structural design of the elevated storage tank shall conform to the following design standards except as modified by this section. Foundations and Support Structure ACI 318 and ASCE 7 Steel Tank AWWA D100 Composite Tank – General AWWA D107-10 C. Design Loads - Minimum Design loads shall be in accordance with ASCE 7 for Category IV (essential facility) structure. 1. Dead load shall be the estimated weight of all permanent construction. 2. Water load shall be the weight of water when the tank is filled to overflow. 3. Roof live load in addition to snow load: none. 4. Roof snow load shall be the larger of 15 psf or the snow load determined in accordance with ASCE 7. Ground snow load shall be determined from Figure 7-1 in ASCE 7. 5. Wind loads shall be in accordance with ASCE 7 for wind exposure category C, with a minimum basic wind speed of 120 mph to be used (see Figure 6-1 in ASCE 7). Where tank is located in coastal regions, the basic wind speed shall be increased as indicated in Figure 6-1 in ASCE 7 as applicable. 6. Horizontal and vertical seismic loads shall be in accordance with ASCE 7 and the Site Class as determined in the soil investigation report. Importance factor I = 1.50. 08/11/2011 B3008A – 3/23 Response Modification Coefficient R = 3.0 in accordance with ASCE 7 D. Combination of Loads The effect of combination of loads shall be considered in accordance with the following. 1.4D + 1.6F + 1.6(L+S) 1.2D + 1.2F + L + 0.5S + 1.6W 1.2D + 1.2F + L + E 0.9D + 1.6W 0.9D + F + E D = Effect of dead load. F = Effect of water load. E = Effect of horizontal and vertical seismic load. L = Effect of interior or roof live load. S = Effect of roof snow load. W = Effect of wind load. E. Foundation Design The foundations shall be designed by the Contractor to safely support the structure based on the recommendations of the geotechnical report. Foundations shall be sized in accordance with AWWA D-100 subject to the following modifications: • Allowable permanent capacity of soil or deep foundation element shall not be exceeded under D + F. • Allowable short term capacity of soil or deep foundation element shall not be exceeded under D + F + 0.7E or, D + F + W. • No uplift under D + W or D + F + .75(0.7E) unless anchorage is provided • No overturning under D + 1.5W or D + F+ 1.5(0.7E). F. Seismic Load – All structure designs shall be performed in accordance with Section 13 of AWWA D100 subject to the following modifications: • Seismic Use Group (I, II, or III) – Section 13.2.1 • Seismic Importance Factor (IE = 1.0, 1.25, or 1.5) – Table 24 • Site Class (A – F) – Table 25 • Latitude and Longitude of tank center or Mapped Accelerations (Ss & S1) – Figures 5- 18 08/11/2011 B3008A – 4/23 1.04 SUBMITTALS A. Submit the following with the proposal: A preliminary section view drawing of the tank proposed for this project. The drawing shall include sufficient detail to illustrate tank geometry, materials of construction, primary dimensions, support wall thickness and pour height, concrete slab thickness, the elevation of low and high water levels, interior wet, interior dry and exterior paint areas, and other information required to show compliance with the specification. If the proposed design does not comply with the specifications, the bid shall be rejected. B. Construction Drawings Provide elevation, plan and sectional view drawings of the foundation, support structure, tank and all appurtenant equipment and accessories. Show the location, dimensions, material specifications, and finish requirements. The submission shall be sealed by professional engineer registered in the State of the project. Foundation details shall include excavation, soil protection and backfill. Reinforced concrete details shall include construction joints, openings and inserts. Reinforcement shall be clearly indicated on the structural drawings and identified by mark numbers that are used on the fabrication schedule. Location, spacing and splice dimensions shall be shown. Placement and fabrication details shall conform to ACI 318. Steel tank details shall include weld joints and a layout showing all primary and secondary shop and field welds. C. Construction Procedures Provide procedures for the support structure forming system. Procedures shall include form removal criteria and minimum elapsed time for adjacent concrete placement. Provide shop and field weld procedures for all structural joints on the steel tank. D. Design Data Provide a table showing capacity of the tank in gallons at all levels in one foot increments. Provide a summary of the design for the foundation, support structure, tank and other components. Include the design basis, loads and load combinations and results. Provide a finite element analysis that accurately models the intersecting elements of the interface region. The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank cone and the tank floor to the concrete support wall. The analysis shall provide results including the shear, 08/11/2011 B3008A – 5/23 moment, and compression or tension caused by the intersecting elements in the interface region. E. Product Data Provide a separate concrete mix design for each concrete compressive strength required or specified. Provide technical data and color samples of all coating products. Provide manufacturers descriptive information for appurtenant equipment and accessories that are not detailed on the construction drawings. F. Reports/Certification Provide documentation of all tests, inspections and certifications required by this section. Provide qualifications of all welders. Provide proof of insurance for Professional Liability with a minimum limit of $2,000,000 each occurrence and aggregate. G. Operation/Maintenance Provide operating instructions and maintenance procedures for the Composite Elevated Tank and applicable appurtenant equipment, mechanical components and miscellaneous accessories. 1.05 QUALITY ASSURANCE A. Experience Requirements of Tank Contractor The work described in this section shall be performed by a company that specializes in the design and construction of composite elevated tanks. The tank contractor shall have the following qualifications: 1. A minimum of ten years experience in composite tank design and construction. 2. The design, construction and commissioning of a minimum five Composite elevated tanks of equal or greater capacity. These tanks shall be of the same design and constructed using forming systems as detailed by this specification. B. Quality Assurance Elevated tank design, concrete support structure construction and steel tank construction shall not be subcontracted. These items shall be self performed by the contractor. The contractor shall directly employ a full time professional engineer with a minimum five years cumulative experience in the design and construction of Composite elevated 08/11/2011 B3008A – 6/23 tanks. The engineer shall be registered in the State the work is being performed and shall be in responsible engineering charge of the work. A qualified supervisor directly employed by the manufacturer shall be on site at all times during construction of the foundation, support structure and steel tank. C. Regulatory Requirements The specifications, codes and standards referenced in paragraph 1.02 shall govern the work with regard to materials, design, construction, inspection and testing to the extent specified. Personnel safety equipment shall be provided in accordance with OSHA requirements and manufacturers documentation. 1.06 DELIVERY, STORAGE & HANDLING A. Handling and Shipping The Contractor shall handle materials and fabricated components in a manner that will protect them from damage. Allow painted materials adequate cure time prior to stacking or shipping. B. Storage and Protection Protect delivered materials and equipment from damage. Store in well drained areas and provide blocking to minimize contact with the ground. 1.07 PROJECT CONDITIONS A. Permits and Easements Permits, licenses, and easements required for permanent structures, changes in existing facilities or advancement of the construction as specified shall be secured and paid for by the Owner prior to the start of construction. These include building permits, airspace authority approval, site access easements, highway crossing permits, etc. Licenses or permits of a temporary nature required by specific trades shall be the responsibility of the Contractor. B. Existing Conditions A geotechnical investigation has been carried out at the site and a report has been incorporated within these specifications. The net allowable bearing pressure of shallow foundations and/or the allowable capacity of deep foundation elements have been defined in this report. The Contractor shall be responsible for securing any further geotechnical information required beyond that provided in this report. 08/11/2011 B3008A – 7/23 C. Access The Contractor shall provide access from public roads to the tank site unless otherwise specified. D. Working Conditions 1. Safety and Health - The Contractor shall comply with safe working practices and all health and safety regulations of OSHA, state and local health regulatory agencies and Material Safety Data Sheets (MSDS). Provide protective and lifesaving equipment for persons working at the site. 2. Times for Work - Times for work shall comply with local, state and federal regulations and laws. 1.08 SQUENCING AND SCHEDULING A. Schedule The Contractor shall provide a schedule indicating the design, submittals, site work and the major components of construction including foundation, support structure and steel tank. In addition, show tank painting, electrical installation and other significant activities. Update the schedule as required. B. Certifications Provide certification from the engineer of record that the elevated tank has been designed in accordance with the requirements of the specification. Provide certification that testing and inspection requirements of 3.04 have been performed and the results comply with the requirements of the specification. C. Notification The Contractor shall provide notification of the intent to start work at least seven days prior to commencing each major phase of work. 1.09 GUARANTEES The Contractor shall guarantee the structure, appurtenant equipment and accessories provided under this section against defective design, workmanship or materials for a period of one year from the date of substantial completion. If notified within this period, the Contractor shall repair any defects at no cost to the Owner. Defects caused by damaging service conditions are not covered. All guarantees for materials, equipment and accessories provided under this section shall be obtained by the Contractor and submitted. 08/11/2011 B3008A – 8/23 1.10 INSURANCE In addition to any requirements specified in the General and/or Supplemental Conditions, the Contractor shall maintain Professional Liability insurance with a minimum limit of $2,000,000 each occurrence and aggregate. 1.11 CONTRACT AWARD Contract award will be based on an evaluated bid analysis. Evaluations will consider capital cost and maintenance costs over a 60 year life cycle. The owner reserves the right to award the contract based on the evaluation criteria, not on the low bid. The Owner will be the sole and only judge in this evaluation. Maintenance analysis will be performed by establishing the present value of future tank coating requirements based on industry standard repaint cycles and costs. A 3% inflation rate and a 5% interest rate shall be used in the life cycle cost analysis. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforced Concrete Concrete materials and reinforcement shall comply with ACI 318, except as modified in this section. B. Steel Tank Steel tank components, including steel plates, sheets, structural shapes and filler metals shall be in accordance with AWWA D100, Section 2, "Materials". 2.02 CONCRETE FOUNDATION The concrete foundation shall be designed in accordance with ACI 318. Minimum specified compressive strength shall be 4000 psi at 28 days. The service load reinforcement tension stress shall not exceed 30,000 psi under dead plus water load unless flexural cracking is otherwise controlled in accordance with ACI 318. 2.03 CONCRETE SUPPORT STRUCTURE The concrete support structure shall be designed in accordance with ACI 318. The specified compressive strength of concrete shall be as required by design, but not less than 4000 psi at 28 days. The maximum specified compressive strength of concrete for the wall and dome shall be 5500 and 4500 psi respectively. A. Support Wall Support wall shall be reinforced concrete with a minimum thickness of 8 inches exclusive 08/11/2011 B3008A – 9/23 of any architectural relief. Wall thickness shall be provided such that the average compressive stress due to the weight of the structure and stored water is limited to 25% of specified compressive strength, but not greater than 1000 psi. A minimum total wall reinforcement of 0.15% vertically and 0.20% horizontally shall be distributed approximately equally to each face. A minimum of 0.75% vertical reinforcement shall be provided in the top 6 ft. of the wall extending into the concrete ring beam. Minimum concrete cover for interior / exterior faces shall be 1 inch and 1-1/2 inches respectively. B. Tank Floor Tank floor shall be a reinforced concrete dome not less than 8 inches thick. The average compressive stress due to the weight of the structure and stored water shall not exceed 15% of the specified compressive strength, nor greater than 600 psi. Minimum total reinforcement in orthogonal directions shall be 0.40% distributed approximately equally to each face. Additional reinforcement shall be provided for stress caused by edge restraint effects. C. Openings The effects of openings in the wall shall be considered in the design. Not less than 60% of the interrupted reinforcement in each direction shall be placed each side of the opening. Reinforcement shall extend past the opening not less than half the transverse opening dimension. Openings wider than 3 ft. 6 in. shall be subjected to a rigorous analysis taking into account the stress concentrations and diminished lateral support that exist in the vicinity of such openings. Each side of the opening shall be designed as a column in accordance with ACI 318. Openings 8 ft. 0 in. or wider used for vehicle access shall be strengthened against vehicle impact and local buckling by means of an internal buttress located on each side of the opening. The buttress shall consist of a thickened, reinforced concrete wall section that is integrally formed and placed with the support wall. The buttress section shall be not less than 3 ft. 0 in. wide and 6 in. thicker than the nominal wall dimension. 2.04 CONCRETE SUPPORT STRUCTURE / STEEL TANK INTERFACE A. Interface Region The interface region includes those portions of the concrete support structure and steel tank affected by the transfer of forces from the tank cone and the tank floor to the concrete support wall. This includes a ring beam and connection details. The Contractor shall provide evidence that a thorough review of the interface region has been performed. Finite element and finite difference analyses are the required methods for examining such local stresses in detail. The geometry of the interface shall provide for positive drainage and not allow either 08/11/2011 B3008A – 10/23 condensate or precipitation to accumulate at the top of the concrete wall or ring beam. B. Ring Beam The ring beam shall be reinforced concrete with a nominal width and height of at least two times the support wall thickness. Minimum radial and circumferential reinforcement shall be 0.25%. For direct tension, reinforcement shall be provided such that the average service load stress in tension reinforcement due to the weight of the structure and stored water does not exceed 12,750 psi. Ring beam design shall consider unbalanced forces from the steel tank cone and concrete dome, load conditions varying with water level, eccentricity of loads resulting from design geometry, and allowance for variations due to construction imperfection and tolerance. 2.05 WELDED STEEL TANK A. General The steel tank shall be all welded construction and shall be designed in accordance with applicable sections of AWWA D100. The required capacity and dimensions of the tank are noted on the drawings and in this section of the specifications. All exposed lap joints shall be fully seal welded on both sides. B. Plate Thickness All members shall be designed to safely withstand the maximum stress to which they may be subjected during erection and operation. The minimum thickness of any steel plate shall be 1/4 in., except that plate used as a membrane over the structural concrete floor shall have a minimum thickness of 3/16 in. C. Roof Support All structural members supporting the roof of the steel tank shall be flat bar or sealed square tubular sections. I-beams or other sections with horizontal projections may be used if the nominal depth is 10 in. or greater. Support beams shall be seal welded to the underside of the roof plate along the entire length of the beam. D. Cone 1. Conical sections of the tank shall be designed using one of the 3 methods described in AWWA D100, Section 3.4.3. Inspections and reports shall be provided to the extent required by AWWA D100. 2. In lieu of the above steel cone analysis, the design shall be based on the use of Tables 10-13 of AWWA D100 to determine the allowable compressive stress, with R being the radius normal to the surface of the steel. 08/11/2011 B3008A – 11/23 E. Bottom Liner Liner plates shall be shop fabricated to conform to the shape of the concrete dome. They may be placed directly on the concrete. All liner plate seams shall be lap welded on the topside only with continuous fillet welds or continuous butt welds with backup bars. The minimum thickness for liner plates shall be 1/4 in. 2.06 APPURTENANCES AND ACCESSORIES A. General Accessories shall comply with the minimum requirements of the Specifications, Codes and Standards listed in 1.02, and the operating requirements of the structure. B. Ladder Access Ladders shall be provided from the slab on grade inside the base of the support wall to the upper walkway platform located below the tank floor. The tank floor manhole shall be provided with ladder access from the upper platform. A ladder shall extend from the upper platform, through the access tube interior to the roof. A ladder mounted on the access tube exterior shall be provided for access to the tank interior, extending from the roof manhole to the tank floor. Ladders that terminate at platforms or landings shall extend a minimum of 48 in. above the platform elevations. A safety extension shall be provided at the top of the ladder under hatch(s). The safety extension shall be a Ladder Up Safety Post as manufactured by Bilco or equal. The post shall extend 42-inches above the top of the ladder and be constructed of hot dip galvanized steel. Mounting hardware shall be galvanized. Ladders located in the concrete support structure and access tube interior shall be galvanized steel. Tank interior ladders shall be coated in accordance with the tank interior coating system. Ladder side rails shall be a minimum 3/8 in. by 2 in. with a 16 in. clear spacing. Rungs shall be minimum 3/4 in. diameter, spaced at 12 in. centers and plug welded into holes drilled in the side rails. Tank interior ladders shall be provided with 1 in. diameter rungs and 1/2 in. x 2 in. side rails and shall be fully seal welded. Ladder shall be secured to the adjacent structure by brackets located at intervals not exceeding 10 ft. Brackets shall be of sufficient length to provide a minimum distance of 7 in. from the center of rung to the nearest permanent object behind the ladder. Ladder brackets located on the access tube exterior shall be reinforced at the access tube shell so that potential ice damage is confined to the ladder and bracket and not the access tube shell. 08/11/2011 B3008A – 12/23 C. Safe Climbing Device High strength aluminum, rigid rail safe climbing devices shall be provided on all ladders. Rails shall be center mounted and extend from 3 ft. above the ladder bottom to the top of the ladder section. Mounting brackets, fasteners and splice bars shall be provided as required for a rigid installation. Three trolleys with snap hooks shall be provided that are designed to be operated with the aluminum rail. A safety body harness with front and side rings shall be supplied for each trolley. A caution sign shall be provided at the lowest point of access to the ladder requiring safe climbing devices. The sign shall read “CAUTION – Safety Equipment Required When Climbing Ladder “. The sign shall be secured to the wall. D. Rest Platforms Rest platforms shall be provided at maximum 50 ft. intervals along the support wall ladder. Platforms shall be minimum 3 ft. by 5 ft. and complete with handrails, mid rails and toe plates in accordance with OSHA requirements. Grating shall be used for the walking surface and shall be suitably hinged at the ladder penetration. Platforms shall be arranged for straight run ladder and operable without removing fall prevention equipment. All components shall be galvanized steel. E. Platforms A 4 ft. wide upper walkway platform shall be located at the top of the support wall to provide access from the support wall ladder to the roof access ladder located on the interior of the access tube. Platforms shall be provided with handrails, mid rails and toe plates in accordance with OSHA requirements. Grating shall be used for the walking surface. All components shall be galvanized steel. F. Support Wall Doors 1. Personnel Door - Door frames shall be 16-gauge with concealed reinforcement at hardware locations. Expansion type anchors for existing openings shall be installed near the top, bottom and intermediate point of each jamb to rigidly secure the frame. Doors shall be 1 3/4 in. thick insulated, reinforced, full, flush type with 18-gauge face sheets and concealed reinforcement at hardware locations. All edges shall be finished flush with watertight seams. Shop applied finish for the frame and door shall be baked on rust inhibitive primer. Field finish shall be compatible with the tank exterior. Standard hardware shall be stainless steel and include three 4 1/2 in. by 4 1/2 in. hinges, industrial duty closer and lockset. Quantity and location of personnel door(s) shall be as shown on the drawings. 2. Overhead Vehicle Door - Door installation shall be on the interior face of the support 08/11/2011 B3008A – 13/23 wall. The door frame shall be a steel plate fabrication suitably detailed, fastened and reinforced to accept the door. Operation shall be manual with a chain hoist. The curtain shall be formed of 22-gauge steel interlocking slats with end locks and wind locks designed for a wind loading of 20 psf. Torsion springs shall be mounted on a solid torsion rod, which is attached to an exterior mounted spring tension adjustment wheel. A 24-gauge steel hood shall be provided with a weather seal to protect the assembly. Steel brackets shall be installed to the interior face of the wall with expansion anchors which enclose and support the counterbalance assembly with sealed bearings. Steel curtain guides are mounted to the brackets. The curtain, bottom bar, brackets, guides, hood, pipe and chain shall be galvanized. Provide with locking device. Size, quantity and location of vehicle door(s) shall be as shown on the PLANS. G. Tank Openings 1. Floor - Provide a 30 in. diameter manhole through the tank floor. The manhole shall be operable from a ladder located on the upper platform and shall be designed to withstand the pressure of the tank contents without leakage. The manhole assembly shall include a stainless steel hand wheel operator and threaded components. 2. Roof - Provide two 30 in. square weather proof access hatches on the roof of the tank. One hatch shall allow egress from the access tube to the roof. The second hatch, located adjacent to the first, shall allow access to the interior of the tank via the ladder mounted on the exterior of the access tube. The opening shall have a minimum 4 in. curb. Provide aluminum covers with a 2 in. down turned edge, stainless steel hardware, hold open arm and a locking mechanism. H. Access Tube 1. Provide a minimum 48 in. diameter centrally located access tube through the steel tank to provide access to the tank roof from the upper walkway platform. The access tube shall incorporate a 2 in. by 2 in. channel to collect condensation that may form on the interior surface. A flexible 3/4 in. PVC hose complete with backflow preventer shall drain the channel to the overflow pipe. 2. The area under the access tube shall be provided with a galvanized drip pan to prevent condensation from dripping onto the concrete floor slab below. The drip pan shall extend 3 in. beyond the drip line of the access tube. A 3/4 in. PVC drain pipe shall be provided to drain condensate to the overflow. I. Roof Railing A 42 in. high roof handrail shall be provided to enclose all centrally located roof accessories. The roof railing shall be a minimum of 18 ft. in diameter. 08/11/2011 B3008A – 14/23 J. Rigging Access Provide a 24 in. x 36 in. opening at the top of the support wall. This opening shall be accessible from a platform and shall provide access to the exterior rigging rail located at the tank/support wall intersection. The access opening shall be provided with a hinged stainless steel cover or a removable vent in accordance with 2.06.M.2. A minimum 24 in. diameter opening shall be provided on the tank roof to provide access to the tank interior rigging rail. K. Rigging Rails Provide permanently installed rigging rails suitable for rolling trolleys at the interior of the tank at the wall/roof and access tube/roof connections. Provide an exterior rigging rail at the base of the tank adjacent to the support structure. L. Piping 1. Inlet/Outlet Pipe - Provide inlet/outlet pipe as shown on the plans that extends from the base of the support structure to the tank floor elevation. Provide a minimum 6 in. high removable silt stop where the inlet/outlet pipe enters the tank. The bottom capacity level of the tank's operating range shall be at or above the elevation of the top of the silt stop. Pipe material within the support structure shall be Schedule 10S Type 304L stainless steel. Piping below the grade slab shall be flanged cement lined ductile iron suitably restrained to prevent movement. The inlet/outlet pipe shall be designed to support all related static and dynamic loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 feet. The inlet/outlet pipe shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipe. The required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipe. 2. Overflow Pipe - Provide overflow pipe as shown on the plans. The top of the overflow shall be located within the tank at the overflow elevation. It shall run vertically beside the central access tube and extend through the tank floor, at which point it shall turn 90° and run under the tank floor to the support wall. This horizontal run shall be sloped to drain. The pipe shall then turn 90° and run vertically beside the support wall to grade. A base elbow shall direct the overflow through the support wall, where the pipe shall be terminated with a flap valve. Pipe material within the support structure shall be Type 304L (minimum 11 gauge) stainless steel. If the top of overflow is located above top capacity level, the tank shall be designed for the additional capacity provided by the difference. 08/11/2011 B3008A – 15/23 The entrance to the overflow pipe shall be designed for the maximum inlet flow rate specified in 1.03B. The design shall be based on the water level cresting within 6 in. above the overflow elevation. A conical weir shall be provided if the entrance capacity of the overflow pipe diameter is not adequate. A vortex prevention device shall be used. The overflow shall be designed to support all related static and dynamic loads. Suitable galvanized steel brackets, guides and hangers shall be provided on the support wall and tank floor at intervals not exceeding 20 ft. The overflow pipe and weir section within the tank shall be carbon steel and supported by the central access tube. The overflow pipe shall be designed and constructed to accommodate any differential movement caused by settlement and by thermal expansion and contraction over the range of extreme temperature differences expected for the support wall and pipe. A layout with sufficient upper offset to accommodate differential movement is acceptable. If this method is not applicable, the required flexibility shall be provided by an expansion joint located near grade in the vertical section of pipe. The overflow pipe shall penetrate the support wall approximately 1 ft. above grade and discharge through a flap valve onto a 5 ft. wide x 15 ft. concrete splash pad. 3. Stainless Steel Requirements - Pipe and fittings shall be Type 304L stainless steel fabricated from material meeting the requirements of ASTM A-240. Fabrication, inspection, testing, marking and certification of pipe and fittings shall be in accordance with ASTM A-778 and A-774 respectively. All fittings less than 18 inches shall be smooth flow, fittings larger than 18 inches may be of five section mitre construction. Backing flanges shall be in accordance with ASTM A285-C drilled to ANSI B16.5 Class 150. Pipe, fittings and welds shall be cleaned and passivated. Pipe, fittings and flange thickness shall be in accordance with the manufacturers certified pressure rating for the applicable service pressures. The design pressure rating shall be minimum 125 psi for piping located within closed or valve sections. 4. Tank Drain – A tank drain shall be provided to completely drain the tank contents if the inlet/outlet pipe does not intersect the low point of the tank. A four inch drain pipe located at the low point of the tank floor shall be fitted with a threaded plug and tee handle. M. Ventilation 1. Tank Ventilation - A tank vent shall be provided, located centrally on the tank roof above the maximum weir crest elevation. It shall consist of stainless steel or aluminum components, including a support frame, screened area and cap. The support shall be fastened to a flanged opening in the tank roof. The vent cap shall be provided with sufficient overhang to prevent the entrance of wind driven debris and 08/11/2011 B3008A – 16/23 precipitation. A minimum of 4 in. shall be provided between the roof surface and the vent cap. The tank vent shall include a 16-mesh or finer stainless steel screen. The tank vent shall have an intake and relief capacity sized to prevent excessive pressure differential during the maximum flow rate of water, either entering or leaving the tank. The overflow pipe will not be considered as a vent. The maximum flow rate of water entering the tank is specified in Special Provision No. 1. The maximum flow rate of water exiting the tank shall be calculated assuming a break in the inlet/outlet at grade when the tank is full. The vent shall be provided with an insect screen. Vent capacity shall be determined based on open area provided by the screen. In addition to the tank vent, a pressure/vacuum relief mechanism shall be provided that will operate in the event of vent failure. The mechanism shall be designed to return automatically to its original position after operation. The pressure/vacuum relief mechanism shall be located on the tank roof above the maximum weir crest elevation, and may be incorporated in the vent assembly. 2. Support Structure Ventilation - Ventilation within the support structure shall comply with the governing building code requirements, based on occupancy classification. As a minimum, one louvered vent shall be provided at the top of the support wall. This vent shall be accessible from the upper platform and may also be designed to provide access to the exterior rigging rails located at the tank/support wall intersection. Vents shall be accessible from the interior ladders, platforms or floors provided. Vents shall be stainless steel or aluminum and provided with a removable insect screen. N. Interior Floors 1. Slab on Grade - Provide a 4,000 psi concrete floor slab, thickness as shown on plans in the base of the support structure. The slab shall be supported on compacted granular fill and shall be reinforced with #4 reinforcing steel at 12 in. centers each way. Provide 1/2 in. expansion joint between floor slab and support wall and at pipes and supports that extend through the floor. Place cap strip and sealant over the expansion joint. The slab shall be sloped at 0.5% toward the truck door for drainage. 2. Structural Floor – Provide a composite construction structural floor located ft. above the slab on grade. The design shall comply with the applicable requirements of AISC S335. It shall be designed for a minimum uniform live load of 125 psf. The floor shall consist of a concrete slab supported by a galvanized formed steel deck and galvanized steel girders. The structural floor shall be a clear span design supported entirely by the concrete support wall. All loads transferred from the structural floor to the support wall shall be considered in the design. The wall shall be strengthened as required in the vicinity of connections causing point load or eccentric conditions. Loads transferred from 08/11/2011 B3008A – 17/23 the structural floors to the foundation shall be considered in the design of the foundation. Unless structural floor and supports are isolated from the wall, loads on the wall caused by thermal stresses in these members shall be considered. An analysis of the lateral loading condition shall be performed and the wall strengthened accordingly. Provide a galvanized steel access stairway adjacent to the support wall. Access openings through the structural floor shall be protected with 42 in. high galvanized steel handrails. O. Level Monitoring 1. General - Provide three 3/4 in. couplings welded to the inlet/outlet pipe 5 ft. above grade. Each coupling shall be provided with a stainless steel nipple and an isolation valve. 2. Pressure Gauge - Provide a pressure gauge in accordance with ASME B40.1 Grade 2A. The dial shall be 4 1/2 in. diameter with black markings on white background. Pressure range is 0-100 psi. P. Lightning Protection Provide a lightning protection system for the elevated tank structure and any roof mounted equipment that may be damaged by lightning. Minimum requirements include two 28 strand by 14 gauge copper conductors bonded to the steel tank 180 degrees apart. The conductors shall be fastened to the interior support wall at 3 foot minimum spacing, and shall terminate with buried 5/8 inch diameter by 8 foot long copper clad ground rods. Lightning protection for obstruction lights shall consist of an air terminal mounted on the support and formed to fit around the fixture. The 1/2 inch diameter copper air terminal shall extend a minimum of 10 inches above the light fixture and shall connect to a copper conductor that terminates in a bonding plate secured to the tank roof. 2.07 ELECTRICAL AND LIGHTING A. Electrical work shall be in accordance with the applicable Technical Specifications. B. (NOT REQUIRED) Obstruction lighting shall be provided in accordance with FAA standards, as indicated. The obstruction light shall be centrally located on the roof of the tank above all permanent installations. It shall be a steady burning, dual fixture type with a lamp-out relay switch. The fixture shall be weather sealed, corrosion resistant, with aluminum base and housing. Red globes with 116-watt clear traffic signal lamps rated at 8000 hour life shall be provided. A pilot light located near the electrical panel shall be provided to indicate when the primary bulb has failed. 08/11/2011 B3008A – 18/23 C. Lighting shall be as indicated on the plans and shall be in accordance with the applicable Technical Specifications. 2.08 STEEL TANK PAINTING Refer to Technical Specification for Coating Systems for Steel Water Storage Tanks. Galvanized, stainless steel and concrete surfaces are not to be coated. 2.09 SOURCE QUALITY CONTROL A. Tests Review mill test certifications of all steel plate, structural components and reinforcement to ensure compliance with specification requirements. B. Inspections Provide inspection of shop fabricated components in accordance with AWWA D100. PART 3 - EXECUTION 3.01 FOUNDATION A. Excavation The foundation bearing surface and excavation shall be inspected by a representative of the geotechnical engineer prior to foundation construction. Verification of the applicable design and construction recommendations is required. The geotechnical engineer shall be retained by the Contractor. After verification of the foundation bearing surface, provide a 2 in. thick concrete working slab within the lower excavation limits. Grade the site to prevent runoff from entering the excavation. B. Concrete Construction For shallow foundations, reinforcement placed adjacent to a concrete working slab shall have a 2 in. minimum cover, and shall be supported by precast concrete block, metal or plastic bar supports. The sides of foundations shall be formed using any suitable system conforming to ACI 318. Earth cuts shall not be used as forms for vertical surfaces. Forms shall be provided on top sloping surfaces steeper than 2.5 horizontal to 1 vertical. Straight form panels may be used to form circular foundation shapes. The minimum design radius shall be maintained at all sections. C. Environmental Conditions Prior to performing any work, verify the expected temperature, humidity and weather 08/11/2011 B3008A – 19/23 conditions are within the specified limitations for executing the work. D. Elevated Tank Components After completion of each major component and prior to proceeding with the next stage of construction, verify that tolerance inspections and material quality control tests conform to this specification. E. Finish Formed surfaces shall have a smooth form finish when exposed and a rough form finish when not exposed. Unformed surfaces shall have a troweled finish when exposed and floated finish when not exposed. 3.02 CONCRETE SUPPORT STRUCTURE A. Architectural Concrete Construction The exposed exterior surface of the concrete support wall is designated architectural concrete. The concrete and formwork requirements of this section shall be strictly enforced to ensure concrete of the highest practicable architectural standard. Formwork design, installation and removal shall comply with the minimum requirements of ACI 318, ACI 117 and the applicable requirements of ACI 347, except as modified by this Section. Attention shall be given to ensure the same concrete design mix is used throughout the support wall. The proportion, type and source of cement and aggregates shall not be changed. Uniform moisture content and placing consistency shall be maintained. Placement is crucial to achieving architectural concrete. All wall concrete shall be placed vertically and directly inside the reinforcement cage with drop chutes to prevent form splatter and the resulting surface finish variations. Placement methods that introduce concrete horizontally through wall reinforcement are strictly prohibited. Support wall reinforcement shall be installed with plastic supports. Maximum spacing of supports for welded wire fabric shall be 5 ft. centers, horizontal and vertically. Forming systems shall be designed with the provision of ties and bracing such that concrete components conform to the correct dimensions, shape, alignment and elevation. Embedded items shall be properly positioned and secured. Form surfaces shall be thoroughly cleaned of concrete residue and coated with a release agent prior to placing reinforcement. Do not allow excessive release agent to accumulate on the form surface. Steel forms shall be coated with a non-staining, rust preventative form oil or otherwise protected. Steel formwork with rust stains and damaged surfaces shall not be used. Support wall concreting shall incorporate segmented placement procedures. Temporary 08/11/2011 B3008A – 20/23 vertical bulkheads shall divide the wall pour into segments corresponding to a single truckload of concrete. The bulkheads shall be located at rustications, braced rigid and tight to maintain vertical alignment under concrete load. Wall segment concrete shall be placed vertically and continuously to full form height from a single truck load of concrete. Vertical pour rate shall be a minimum of 15 feet per hour .Placement from multiple loads is not permitted. Temporary bulkheads shall not be removed until adjacent concrete is placed. The forming system for the pedestal wall shall be fully engineered and detailed with procedures to meet the increased demands of architectural concrete. The support wall shall be constructed with a jump form process using form segments prefabricated to match the wall curvature. Concrete pour height shall be a minimum of 6 ft. and a maximum of 10 ft. Form panels shall be designed for lateral pressures associated with full height plastic concrete head and eccentric loads resulting from the segmented wall pour procedure. Form panels shall extend the full height of the concrete pour using only vertical panel joints. Form system shall be designed to lap and be secured to the previous wall pour. The space between the form and the previous pour shall be sealed to prevent grout leakage. Wall forms shall incorporate a positive means of adjustment to maintain dimensional tolerances specified. Wall forms shall be adjusted for vertical plumb and circularity and locked into position with through wall form ties prior to concrete placement. Working platforms that allow safe access for inspection and concrete placement shall be provided. Form surfaces shall be steel, plastic or fiberglass coated material. The form system shall incorporate a uniform pattern of vertical and horizontal rustications to provide architectural relief to the exterior wall surface. Rustication strips shall be sealed to the form face to eliminate the grout leakage that results in broken corners, color variations and rock pockets. Broken edges and chamfers will not be accepted. All construction joints and panel joints shall be located in rustications. Vertical panel joints shall be sealed using closures which combine with the form pattern to eliminate grout leakage and panel joint lines. All joints shall be grout tight. The vertical and horizontal rustications shall be proportioned and combined to impart a symmetrical architectural pattern to the completed structure. Form ties shall be located in a uniform pattern. No architectural form treatment is required on the interior surface. Wall forms shall not be disturbed or removed until the concrete has attained sufficient strength to prevent forming operations or environmental loads from causing surface damage or excessive stress. Support wall concreting operations shall occur a maximum of once per day. Forms are to be removed and the concrete finish inspected prior to the subsequent placement of the next wall pour. Multiple form movements and concrete placements within a day are not permitted Form removal shall be based on early age concrete strength testing. The minimum concrete strength shall be established by the Contractor, based on an analysis of stress at critical stages throughout the forming and concrete operations. Early age concrete testing shall be in accordance with ACI 228.1R- 95. Pull Out testing in accordance with ASTM C 900-99, Maturity Method testing in 08/11/2011 B3008A – 21/23 accordance with ASTM C 1074-93, or field cured cylinders compressive strength tested in accordance with ASTM C 172 are the acceptable methods to determine early concrete strength. The structural floor system shall be designed to support all temporary construction loads. Adequate shoring and bracing shall be provided to transfer loads without appreciable movements. Shoring and forms for the structural dome slab shall remain in place until the concrete has gained sufficient strength to carry the floor weight without damaging deflections. A system of precast segments, concreted and structurally tied together can be used in lieu of cast in place. In periods of cold weather as defined by ACI 306, concrete surfaces shall be protected in accordance with recommendations until the component attains 35% of the specified compressive strength. At this time, protection may be removed subject to the allowable temperature differential. A reasonable temperature differential shall be defined, based on component thickness and restraint conditions. B. Finish Provide a smooth form finish without rub for the interior and exterior support wall. Tie holes shall be plugged using grout on the interior and manufactured plugs on the exterior which match the color of the cured concrete as closely as possible. Provide a light sandblast to the exposed exterior concrete support wall surface. C. Dimensional Tolerances Support structure concrete construction shall conform to the following: Variation in thickness: wall .........................................-3.0% to +5.0% dome .......................................-6.0% to +10% Support wall variation from plumb: in any 5 feet of height.............3/8 inch in any 50 feet of height...........1 inch maximum in total height ........2 inches Support wall diameter variation .........0.4% not to exceed ..........................3 inches Dome floor radius variation ...............1.0% Level alignment variation: from specified elevation .........1 inch from horizontal plane .............1/2 inch Offset between adjacent pieces of formwork: exterior exposed surfaces…. ..1/8 inch interior exposed surfaces….. ..1/4 inch 08/11/2011 B3008A – 22/23 D. Mock Up Panel A mock up panel shall be constructed using the proposed form surface and concrete. Minimum size will be 4 ft wide by 6 ft high. This panel shall be agreed upon by the Contractor and Engineer as the reference standard with which to judge surface quality, appearance and uniformity of texture and color for each individual lift. Review and acceptance of formed concrete surface must be made immediately upon form removal. Succeeding pours shall not be placed until the most recent wall pour has been stripped and the form surface approved. The Engineer shall not delay the Contractor by lack of attendance. Non-attendance by the Engineer or designated representative will be understood to mean acceptance. The Contractor shall be responsible to inform the Engineer as to pour schedule. Concrete with surface defects exceeding limitations specified herein or not meeting the standard represented by the mock-up panel shall be repaired to meet that standard. 3.03 STEEL TANK A. Welding Welding procedures and general welding requirements shall be in accordance with AWWA D100, Section 8, "Welding". No structural welding is permitted to any steel embedded in hardened concrete, unless the weld is at least 2 ft. from the embedment interface. Grinding of weld contour shall approximate Condition "D" of NACE Standard RP0178. B. Fabrication Layout, cutting, forming, edge preparation and workmanship for steel tank components and fabrications shall be in accordance with AWWA D100, Section 9, "Shop Fabrication". C. Tank Erection Steel tank erection procedures and general requirements shall be in accordance with AWWA D100, Section 10, "Erection". D. Tolerances Steel tank tolerances shall be in accordance with the requirements of API 650, Section 5.5. Steel cone shall be constructed to the following tolerance. The deviation from the theoretical conical surface shall not exceed 0.032 √RT, when measured in the radial direction over length 4√RT, where R is the radius normal to the plate surface at the point 08/11/2011 B3008A – 23/23 of consideration, and T is the plate thickness. 3.04 FIELD QUALITY CONTROL A. Concrete Testing and Inspection The evaluation and acceptance of concrete shall be in accordance with applicable Technical Specification. The support wall radius, plumb and thickness shall be verified for each concrete lift at all vertical form panel joints and at a minimum of 60 degree intervals. Vertical alignment and radius shall be checked using a visible beam laser. Measurement shall be made to the outside form surface. A log of the measurements and an inspection report certified by the tank designer shall be provided to the Owner at project completion. B. Welded Steel Water Tank Testing & Inspection Inspection procedures for the steel tank shall be as required by AWWA D100, Section 11, "Inspection". Radiographic inspection of full penetration butt-welded joints shall be made by an independent inspection company retained by the Contractor. Erection tolerance of the steel cone in the radial direction shall be measured. Provide field measurements at 30 degree intervals. Weld joints of plate over the structural concrete floor shall be tested for leaks by vacuum box / soap solution testing, or equivalent method prior to grouting. 3.05 CLEANING A. Site The project site shall be kept in a clean and safe condition at all times. The Contractor shall remove all construction equipment and debris at project completion. B. Tank Disinfection Water and sufficient pressure for flushing, cleaning, initial testing and disinfection shall be supplied by the Owner at no cost to the Contractor. Disinfection shall be in accordance with AWWA C652. Tank leakage test shall be performed during disinfection. 3.06 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. THIS PAGE BLANK INTENTIONALLY 08/12/2011 B3008D – 1/13 ITEM B3008D – COATING SYSTEM FOR STEEL WATER STORAGE TANKS PART 1 – GENERAL 1.01 SCOPE A. Cleaning, abrasive blast cleaning and painting of all interior wet, interior dry, and exterior steel surfaces. B. Work also includes disinfection of the tank after coating. 1.02 WORK SPECIFIED ELSEWHERE: A. Special Provision to this Item designates special features such as logos, etc. where applicable. B. Other related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.03 REFERENCES A. ANSI/NSF 61 - Drinking Water System Components - Health Effects. B. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. C. AWWA C 652 - Disinfection of Water-Storage Facilities. D. AWWA D 102-11 - Painting Steel Water Storage Tanks. E. 40 CFR, Part 63, Subpart MMMM - National Emission Standards for Hazardous Air Pollutants (NESHAPs) for Surface Coating of Miscellaneous Metal Parts and Products F. NACE SP0188-06 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. G. SSPC-PA 2 - Measurement of Dry Coating Thickness with Magnetic Gages. H. SSPC-SP 6/NACE 3 - Commercial Blast Cleaning. I. SSPC-SP 10/NACE 2 - Near-White Metal Blast Cleaning. J. SSPC-SP 11 - Power Tool Cleaning to Bare Metal K. SSPC-SP 15 – Commercial Grade Power Tool Cleaning 1.04 MANUFACTURERS: Acceptable Coating Manufacturers include: A. Carboline Co. B. ICI Devoe C. Induron D. PPG E. Sherwin Williams F. Tnemec 1.05 DEFINITIONS A. Definitions of Painting Terms: ASTM D 16, unless otherwise specified. 08/12/2011 B3008D – 2/13 B. Dry Film Thickness (DFT): Thickness of a coat of cured paint measured in mils (1/1000 inch). 1.06 SUBMITTALS A. Product Data: Submit Coating Manufacturer’s product data for each coating, including generic description, complete technical data, surface preparation, and application instructions. B. Color Samples: Submit samples of the color specified for OWNER approval. 1.07 QUALITY ASSURANCE A. Coating Manufacturer’s Qualifications: 1. Specialize in manufacture of coatings with a minimum of 10 years successful experience. 2. Able to demonstrate successful performance on comparable projects. 3. Single Source Responsibility: Coatings and coating application accessories shall be products of a single Coating Manufacturer. B. Applicator’s Qualifications: 1. Experienced in application of specified coatings for a minimum of 5 years on projects of similar size and complexity to this Work. 2. Applicator’s Personnel: Employ persons trained for application of specified coatings. C. Field Painting Pre-application Meeting: Convene a pre-application meeting before the start of field surface preparation and coating application. Require attendance of parties directly affecting work of this section, including the Engineer, Applicator, and Coating Manufacturer’s representative. Review the following: 1. Environmental requirements. 2. Protection of surfaces not scheduled to be coated. 3. Surface preparation. 4. Application. 5. Disinfection. 6. Repair. 7. Field quality control. 8. Cleaning. 9. Protection of coating systems. 10. First anniversary inspection. 11. Coordination with other work. 08/12/2011 B3008D – 3/13 1.08 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site in Coating Manufacturer’s original, unopened containers and packaging, with labels clearly identifying: 1. Coating or material name. 2. Coating Manufacturer. 3. Color name and number. 4. Batch or lot number. 5. Date of manufacture. 6. Mixing and thinning instructions. B. Storage: 1. Store materials in a clean, dry area, and within temperature range in accordance with Coating Manufacturer’s instructions. 2. Keep containers sealed until ready for use. 3. Do not use materials beyond Coating Manufacturer’s shelf life limits. C. Handling: Protect materials during handling and application to prevent damage or contamination. 1.09 ENVIRONMENTAL REQUIREMENTS A. Weather: 1. Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with Coating Manufacturer’s instructions. 2. Surface Temperature: Maintain surfaces temperatures a minimum of 5 degrees F (3 degrees C) above dew point at the time of final surface preparation, material mixing, and application. 3. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with Coating Manufacturer’s instructions. 4. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. 5. Wind: Do not spray coatings if wind velocity is above Coating Manufacturer’s limit. B. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas in accordance with AWWA D102-11, Section A.7.5. Forced air ventilation shall be maintained for a minimum of four (4) days following interior coating 08/12/2011 B3008D – 4/13 application to assist in the curing process. C. Dust and Contaminants: 1. Schedule coating work to avoid excessive dust and airborne contaminants. 2. Protect work areas from excessive dust and airborne contaminants during coating application and curing. PART 2 – PRODUCTS 2.01 SURFACE PREPARATION & PAINT REQUIREMENTS The SURFACE PREPARATION & PAINT SCHEDULE located at the end of this specification provides the cleaning and painting requirements for this project. 2.02 SHOP PRIMERS: All shop applied primers shall comply with Title 40 Code of Federal Regulations, Part 63, Subpart MMMM, National Emission Standards for Hazardous Air Pollutants (NESHAPs) for Surface Coating of Miscellaneous Metal Parts and Products, which establish a hazardous air pollutant (HAP) emission limit of 2.6 pounds of HAP per gallon solids. 2.03 CAULK Sikaflex 1a, or equivalent. PART 3 – EXECUTION 3.01 EXAMINATION Examine areas and conditions under which coating systems are to be applied. Notify General Contractor and Engineer of areas or conditions not acceptable. Do not begin surface preparation or application until unacceptable areas or conditions have been corrected. 3.02 SHOP PAINTING A. Shop abrasive blast cleaning and application of the first prime coat shall be permitted on the exterior surfaces only and provided: 1. The shop cleaning and painting work must fully comply with applicable sections of these Specifications. 2. After abrasive blasting, all edges to be welded shall be tapped at least 2” on both sides. 3. Painted steel parts shall be carefully handled and transported to prevent damage to the painted surfaces. 4. Extraordinary care must be exercised during tank erection to prevent unnecessary damage to shop painted surfaces. 08/12/2011 B3008D – 5/13 5. All damages primer shall be repaired by abrasive blast cleaning and painted to the satisfaction of the ENGINEER. The ENGINEER’s decision as to what constitutes paint damage shall be final. 6. The paint manufacturer’s specified maximum re-coat time for the shop applied primer coat shall not be exceeded. B. The shop painting facility must be adequately equipped, staffed, and regularly engaged in shop abrasive last cleaning and painting operations and the handling of shop painted steel parts. C. The ENGINEER reserves the rights to inspect the shop painting operations at any time. 3.03 PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED A. Protect surrounding areas and surfaces not scheduled to be coated from damage during surface preparation and application of coatings. B. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. 3.04 BLAST CONTAINMENT SYSTEM The following procedures will be required during all exterior abrasive blast cleaning. A. BLAST CONTAINMENT SYSTEM 1. All debris generated from the blast cleaning operations must be fully contained and brought to ground level within a shroud curtain designed specifically for dust containment purposes. The shroud/curtain shall enclose the entire structure or the immediate working area – including the tank roof. The containment system must meet all requirements of current TCEQ water tank blast cleaning regulations. 2. The shroud/curtain material shall be specifically designed for dust containment and shall have a retention capacity (shade factor) of not less than ninety-five percent 95%. Impervious tarps or other similar materials are not acceptable. Windows for air passage or other openings in the shroud are also not acceptable. 3. CONTRACTOR must be fully aware that certain parts of the tank may not be designed to withstand the additional dead and live loads which may be imposed by the containment system, especially during moderate to high winds. The CONTRACTOR must confirm that the portions of the tank supporting the weight of containment system will sustain any and all new loads. The OWNER and/or the ENGINEER will not be responsible for the structural integrity of the tank in regard to the support of the containment 08/12/2011 B3008D – 6/13 device. 4. CONTACTOR must install the anchoring system at ground level so to not damage any existing underground piping and/or utilities. The OWNER will furnish the CONTRACTOR with a site layout of all known underground piping and utilities in the area at the base of the tank 5. The shroud system cannot remain in a raised position at night during the threat of high winds. 6. Prior to lowering the shroud system at the end of each work day, the CONTRACTOR will remove all loose abrasive material lying on the tank members. CONTRACTOR must not allow any dust and debris to be blown off the structure to surrounding areas when the shroud is not in the raised position. 3.05 SURFACE PREPARATION A. Prepare steel surfaces in accordance with Coating Manufacturer’s instructions. B. Ensure surfaces are dry. C. Interior Substrate: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter in accordance with SSPC-SP 10/NACE 2. Create a blast profile in accordance with the Coating Manufacturer’s recommendations. D. Exterior Substrate: Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter in accordance with SSPC-SP 6/NACE 3. Create a blast profile in accordance with the Coating Manufacturer’s recommendations. E. Prior to field touch up of shop primed steel, all surfaces shall be cleaned to remove all surface contamination including oil, grease, dust, dirt and foreign matter. All rusted, abraded, and unpainted areas on the interior wet area shall be abrasive blast cleaned to a near white finish in accordance with SSPC-SP 10/NACE 2. All other rusted, abraded and unpainted areas shall be either abrasive blast cleaned in accordance with SSPC-SP 6/NACE 3. SSPC- SP11 or SP15 may be used for small areas (less than one square foot). F. Shop primed steel shall receive a field sweep blast prior to the application of subsequent coats. G. Abrasive Blast-Cleaned Surfaces: Coat abrasive blast-cleaned surfaces with primer before visible rust forms on surface. If rust or any other visible contamination appears as a result of delay in primer application, the surface shall be re-cleaned to specified surface preparation. 08/12/2011 B3008D – 7/13 3.06 SSPC-SP10 (NEAR-WHITE BLAST) A. A near-white blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dust, dirt, mill scale, rust, paint, oxides, corrosion products, and other foreign matter. Staining shall be limited to no more than 5% of any randomly selected 3” by 3” area. Staining may consist of alight shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale or stains of previously applied paint. B. Blast material shall be a commercially available silica-free coal slag. The abrasive material shall be clean, dry and free of clay particles and other extraneous matter. The grade of abrasive shall be selected to provide the required degree of cleanliness and an anchor profile suitable for the primer coat(s). C. Explosion-proof lighting shall be used to adequately illuminate the working areas. D. Air compressors and blast cleaning equipment must be equipped with the proper moisture traps, gauges, regulators, etc. and shall be maintained in good working order. Compressed air shall be free of moisture and oil. E. All traces of blast products and dust must be removed prior to paint application. F. Blast hoses shall be equipped with operator control devices (deadmen) at the nozzles. G. “Recycling” of blast media will not be permitted. H. Blast cleaned surfaces shall be painted in the same day or before flash rusting occurs. I. All dust and blast products will be removed from all surfaces prior to paint application by blowing, brushing and/or water washing with potable water only. Care must be taken to prevent blown dust particles from settling back on the surfaces to be coated. J. During the filling of the CONTRACTOR’S blast media containers and the handling and storage of the wasted blast media, the CONTRACTOR shall not all any dust or nuisance materials to escape the tank site boundaries. K. The CONTRACTOR shall provide a suitable filtration system at all tank openings during the interior blasting operations to prevent dust or any nuisance materials from escaping the tank site boundaries. L. Spent abrasive materials shall remain at the sire and spread evenly. 3.07 PAINT APPLICATION- GENERAL A. Solvent vapors released during and after the application of the interior water 08/12/2011 B3008D – 8/13 compartment paint system shall be completely and continuously removed by forced ventilation. The capacity of ventilating fans shall be at least 300 cfm per gallon of coasting applied per hour. During the seven (7) day curing period, continuous (24 hours a day), forced ventilation at a rate of at least one (1) complete air exchange every four (4) hours shall be maintained. B. All surfaces shall be free of all dirt, dust, overspray, salt deposits, blast products, mud, oil, grease, rust, mill scale, contamination from power stage air motor exhausts and any other objectionable substances prior to paint application. C. CONTRACTOR must comply with all recommendations of the paint manufacturer in regard to drying time for each coat, technique of applications, ventilation, thinning, safety precautions, etc. It will be the CONTRACTOR’S responsibility to fully inform himself and all members of his field crew of these recommendations and to comply with them in all respects. D. All paint shall be applied by workmen skilled in the painting of elevated water tanks. E. Paint shall not be applied to any surface under any of the following weather conditions: 1. Ambient temperature below 50º F. 2. Steel surface temperature below 50º F. 3. When surface temperature is less than 5º F above the Dew Point. 4. Relative Humidity above 85% 5. During wet, damp or foggy weather F. Paint shall not be applied to any surface when there is a possibility that windblown dust, dirt, debris or insects will collect on freshly applied paint or when high winds will adversely affect the painting operations. G. All coating materials, blast material, and all equipment used in surface preparation and painting shall be subject to inspection at all times by the ENGINEER. H. All paint shall be delivered to the jobsite in originally labeled and unopened containers, shall be stored inside, and shall be protected against freezing. No adulterant, unauthorized thinner or other material not included in the paint formulation shall be added, unless approved in wiring by the paint manufacturer and the ENGINEER. I. Paint shall be thoroughly mixed by means of mechanical agitation only. The mixing and use of partial units will not be permitted. Unless otherwise 08/12/2011 B3008D – 9/13 authorized, all paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning of paint will be permitted only to obtain recommended coverage at lower application temperatures and as recommended by the manufacturer. J. Care shall be taken to prevent paint from being dropped, spilled or windblown onto concrete or masonry surfaces, buildings, structures, cars, or other property and adjacent structures. All surfaces so damaged shall be cleaned, repaired, replaced or painted to the satisfaction of the OWNER and ENGINEER. K. The first full primer coast must cover the anchor pattern completely with no peaks exposed after normal drying time. L. Do not paint over any surfaces not fully blasted or cleaned. M. Care must be taken to avoid dry overspray. Dry overspray must be removed by hand sanding prior to coating application to the satisfaction of the ENGINEER. N. All small parts such as ladders, handrails, bolted connections, etc. must be fully blast cleaned and primed in one operation. O. CONTRACTOR must provide adequate forced ventilation on the interior of the tank designed to prevent overspray build-up during the interior painting operations. P. CONTRACTOR must carefully observe the minimum and maximum re-coat times as specified by the paint manufacturer. Coatings which exceeded the maximum re-coat time shall be prepared for topcoating in strict accordance with the recommendations of the paint manufacturer and as approved by the ENGINEER. 3.08 REPAIR A. Damaged Materials: Repair or replace damaged materials and surfaces not scheduled to be coated. B. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. C. Coating Defects: Repair in accordance with Coating Manufacturer’s instructions coatings that exhibit film characteristics or defects that would adversely affect performance or appearance of coating systems. 3.09 DISINFECTION A. Disinfection of Water Contact Surfaces and Filling of Water Storage Tanks: 1. Do not disinfect water contact surfaces or fill water storage tanks until 08/12/2011 B3008D – 10/13 application of coating systems is complete, coatings have fully cured, and field quality control inspection is complete. 2. Allow number of days in accordance with manufacturer’s instructions and as directed by Engineer for full cure of coating systems on water contact surfaces before flushing, disinfecting, or filling with water. 3. Disinfection: AWWA C 652 Method 2 or 3. 4. The tank shall be filled with clean water furnished by the owner. B. Bacteriological Testing: Upon completion of the disinfection process the Owner or his representative shall arrange for bacteriological testing of water samples. The tank shall not be put into service until safe test results are obtained. 3.10 FIELD QUALITY CONTROL A. Required Applicator Inspections and Documentation: 1. Verify coatings and other materials are as specified. 2. Verify environmental conditions are as specified. 3. Verify surface preparation and application are as specified. 4. Verify DFT of each coat and total DFT of each coating system are as specified using wet film and dry film gauges. DFT’s shall be measured in accordance with SSPC-PA2. 5. Coating Defects: a. Check coatings for film characteristics or defects that would adversely affect performance of coating systems. b. Check exterior finish for film characteristics or defects that adversely affect appearance. c. Check for holidays on steel immersion surfaces using a holiday detector in accordance with NACE SP0188-06. 6. Report: a. Prepare inspection reports daily. b. Submit written reports describing inspections made and actions taken to correct nonconforming work. Reports shall include as a minimum the following: i. Material quality assurance ii. Surface preparation iii. Coating application iv. Temperatures v. Wind direction and speed vi. Humidity and dew point vii. Testing (WFT, DFT, holiday detection, etc.) viii. Crew and equipment resources c. Report nonconforming work not corrected. d. Submit copies of report to Engineer and General Contractor. 08/12/2011 B3008D – 11/13 B. Coating Manufacturer’s Field Services: Coating Manufacturer’s representative shall provide technical assistance and guidance for surface preparation, application, and repair of coating systems. 3.11 SPECIAL PRECAUTIONS A. Non-painted surfaces such as galvanized parts, insulation, valve stems, gauges, safety devices, lights, control panels, etc. shall be protected against damage from abrasives and paint. B. The CONTRACTOR is not to drill, cut, burn holes in or weld any temporary attachments to any part of the tank unless approved by the ENGINEER. C. After the inside water compartment coating system has been fully cured and until the tank is ready to be disinfected, hydro test and placed in service, CONTRACTOR shall not allow manways, roof vents or any other openings in the tank to remain open. D. CONTRACTOR is to provide a suitable cover or plug for the inlet/outlet lines to prevent entrance of blast products, debris or any other foreign matter. E. During the inside spray painting; CONTRACTOR must prevent paint damage to adjacent private property and structures by the ventilated overspray. Filters, collection systems, etc. at all tank openings must be provided to prevent the escape of overspray. 3.12 CLEANING A. After completion of painting, remove all traces of splashed materials, paint droppings, and spots from finished and adjacent surfaces. B. Remove temporary coverings and protection of surrounding areas and surfaces. 3.13 FIRST ANNIVERSARY INSPECTION A. Owner will set date for one-year inspection of coating systems. B. Owner will be responsible for draining the tank prior to the inspection. Owner will be responsible for system operation and pressure maintenance during the inspection and repair, if any. C. Inspection shall be attended by Owner, Engineer, Applicator, and Coating Manufacturer’s representative. D. Repair deficiencies in coating systems as determined by Engineer in accordance with Coating Manufacturer's instructions. 08/12/2011 B3008D – 12/13 PART 4 – MEASUREMENT & PAYMENT 4.01 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. B. Where the proposal provides a specific pay item for “COATING SYSTEM FOR STEEL WATER STORAGE TANKS”, acceptable work and materials will be measured per lump sum complete in place. Payment will be made at the unit price bid per each of which price shall be full compensation for furnishing all supervision, labor, material, equipment and incidentals required to complete the work as specified to the limits indicated on the plans. Where indicated on the plans, this pay item may include labor, materials, equipment, and other ancillary items as indicated for a complete system. 08/12/2011 B3008D – 13/13 SURFACE PREPARATION & PAINTING SCHEDULE LOCATION SURFACE PREP. COAT NO. 1 COAT NO. 2 COAT NO. 3 * TANK INTERIOR Total DFT = 15.0 mils SSPC-SP10 (full blast) NSF Zinc-Rich, Aromatic Urethane Minimum DFT = 3.0 mils Coverage = Full Coat Color = Gray Application = Spray ** NSF Certified. Hi-Build Epoxy Minimum DFT = 5.0 mils Coverage = Full Coat Color = Beige Application = Spray NSF Certified. Hi-Build Epoxy Minimum DFT = 5.0 mils Coverage = Full Coat Color = White Application = Spray * All interior cleaning and painting shall be performed IN THE FIELD. Shop painting on interior surfaces will not be permitted. ** Prior to application of Coat No. 2, all edges, corners, weld seams and similar areas shall be stripe coated. Thin approximately 30% and apply by stiff bristle brush. Stripe coat must fill all voids. * TANK EXTERIOR Total DFT = 12.0 mils SSPC-SP10 (spot blast) Zinc-Rich, Aromatic Urethane Minimum DFT = 3.0 mils Coverage = Full Coat Color = Gray Application = Spray Hi-Build Epoxy Minimum DFT = 5.0 mils Coverage = Full Coat Color = Beige Application = Brush/roller Modified Siloxane Hybrid Minimum DFT = 4.0 mils Coverage = Full Coat Color = Light Blue Application = Brush/roller * All exterior abrasive cleaning and prime coating shall be performed IN THE SHOP. OTHER DRY STEEL Total DFT = 11.0 mils SSPC-SP10 (full blast) Zinc-Rich, Aromatic Urethane Minimum DFT = 3.0 mils Coverage = Full Coat Color = Gray Application = Spray Hi-Build Epoxy Minimum DFT = 3.0 mils Coverage = Full Coat Color = Beige Application = Spray Hi-Build Epoxy Minimum DFT = 5.0 mils Coverage = Full Coat Color = White Application = Spray THIS PAGE BLANK INTENTIONALLY JOB NO. CPA-680 DATE: December, 2013 Special Provision No. 1 to Item No. C3001 – 1/2 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: Letters Color of Pipe Color of 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 prevention unit) Dark Blue with White Bands Red Seal Water (lines downstream from an air gap, repump system) Dark Blue with Red Bands White 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 JOB NO. CPA-680 DATE: December, 2013 Special Provision No. 1 to Item No. C3001 – 1/2 Letters Color of Pipe Color of 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 08/03/2004 C3001 - 1/7 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 firms 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 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 08/03/2004 C3001 - 2/7 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. 08/03/2004 C3001 - 3/7 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. 08/03/2004 C3001 - 4/7 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 08/03/2004 C3001 - 5/7 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 final 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. 08/03/2004 C3001 - 6/7 *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. 13 13 -- 22 Wastewater Treatment Plant Equip. Piping**** Submerged NACE-#2 7 18 9 -- 4.4 Galvanized Steel and Galvanized Pipe Conduit Threads Exterior Solvent Cleaning 15 17 -- -- 2.9 Galvanized Steel Interior Solvent Cleaning 15 8**8**-- 4.5 Factory Finished Machinery, Electrical and Motors *** Exterior & Interior Hand Clean 5* 17 18 -- 9 --5.5 7.0 Piping and Valves Interior Exterior NACE-#3 NACE-#2 16 16 17 -- -- 5.5 Structural and Misc. Steel, Control Panels Interior NACE-#3 16 18 9 -- 7.0 Structural and Misc. Steel, Control Panels Exterior NACE-#2 16 3 4 4 3.0 (Finish Coat) Concrete Block Walls Interior Para 3.01 A.-- N/A Concrete Block Buildings Exterior Manufacturer's Spec.-- 2 4 4 3.0 (Finish Coat) 1 -- -- 1st Coat 2nd Coat Clay or Brick Masonary Exterior Manufacturer's Spec.-- TABLE NO. 1 SYSTEM SCHEDULE Type of Surface Exposure Cleaning Primer 3rd Coat Minimum Total Mil Thickness Table No. 2 -- Material Reference Concrete Walls and Ceilings Interior Para 3.01 A.-- 3 4 4 3.0 (Finish Coat) Wood Exterior & Interior Manufacturer's Spec.10 11 11 -- 4.5 Metal Doors, Frames and Windows Exterior & Interior NACE-#4 18 9 -- -- 4.0 Potable Water Treatment Plant Equipment, Piping* Submerged NACE-#2 7 12 -- -- 8.0 Valves and Bolting on C.I. Pipe Buried -- 14 14 -- 32 Wastewater Wet-Well Interior Surfaces Para. 3.01 A.6 13 13 -- 22 Steel Sheet Piling Submerged NACE-#2 7 13 13 -- 22 08/03/2004 C3001 - 7/7 Epoxy Primer Paint, Sealer and Coating Schedule TABLE No. 2 * Or Manufacturer's standard, whichever is greater. Do not exceed manufacturer's maximum standard, if applicable. 17 18 Finish Coat Metal Primer Metal Primer Metal Primer ** For potable water use. Symbol 1 2 3 11 4 5 6 7 Finish Coat Finish Coat Wood Primer 12 Min. Dry Mils Per Coat* NA NA 16 13 14 15 8 9 10 Service Primary Sealer Weatherproof Primary Sealer Primary SealerNA 2.0-4.0 (as recommended) 1.5 2.0 1.5 1.5 2.0 0.4 3.0 2.5 1.5 1.5 4.0 & 6.0 (as recommended) 10.0 2.0 Finish Coat Submerged Steel or Iron, and Concrete Submerged Steel or Iron Buried Steel or Iron Galvanized metal primer Steel Above Ground & AboveWayerline Steel Interior Intermediate Finish 16.0 Generic Type Chemical Penetrant Brand and Manufacturer 46-V-6 Silikote Water Repellent-Mobil 600 Emulsion--Koppers Concrete & Marsonary Filler 79-W-1 Exterior Latex Primer-Valspar Amercoat 5625-Ameron Cook Corocryl 827 Series 600 EMulsion--Koppers Concrete & Marsonary Filler 79-W-8 Block Filler--Valspar Amercoat 5625- Ameron Cook Corocryl 304 Block Filler Koppers-600-Koppers 79 Series Exterior Latex- Valspar Americoat 5801-Ameron Cook Corocryl 827 Series 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 654-Epoxy Primer-Koppers 13-R-56 Epoxy Primer Valspar Amercoat 71-Ameron Cook Co-Poly Primer 920-Y-134 Inorganic Coatings, Inc. P21 Epoxy Epoxy Coating Hi-Gard-Koppers 78-Series High 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 Rustarmor 500 Enamel--Koppers 12 Series Panorama Coatings-Valspar Amercoat 5401 Ameron Cook 801 Enamel Inorganic Coating, Inc. P35 Urethane Dupont Imron 326 Devoe-Napko 369 Pruthane Thin Rustarmor 500 with 15% Koppers 400-- Koppers 17-W-4 Exterior First Coater-Valspar Cook 307 Rustamor 500 Enamel--Koppers 20 Series M. F. Enamel-Vaspar Cook 801 Enamel Amercoat 5401 - Ameron Epoxy Coating Hi-Gard Koppers 78-Series High Build Epoxy-Valspar Amercoat 395 (White) Ameron Cook Epicon MW 930-W-965 Inorganic Coatings, Inc. P29 Coal Tar Epoxy 300-M--Koppers Co. 578-J-1 High Build Coal Tar Epoxy-Valspar Amercoat 330 Ameron Cook Coal Tar Epoxy 920-B-950 InOrganic Coatings, Inc. P29 Coal Tar Epoxy Bitumastiv No. 50--Koppers 35-J-10 High Build Bituminous Coating Valspar 40 Passivator--Koppers 13-Y-8 Val-Chem Vinyl Wash Primer-Valspar Amercoat 178 Inorganic Coatings, Inc.B11 Wash Primer Cook 900-Y-002 Vinyl Wash Primer Inorganic Coatings, Inc. IC531 Dupont 347 WB Inorganic Zinc Devoe-Napko Zinc Prime 9z Inorganic Coatings Inc. P24 Epoxy Cupont Corlar 823 Devoe-Napko 545 Epoxy Inorganic Coatings, Inc. P21 Epoxy Dupont Corlar 823 Devoe-Napko Chemfast 545 Buff Acrylic Emulsion Vinyl-Acrylic Emulsion with epoxy esters Acrylic Emulsion Alkyd,Zinc Chromate Polyamide-Cured Expoy Resin Polyamide-Cured Expoy Resin Alkyd, Straight Long-Oil Aliphatic Urethane Oil Base Vinyl Wash Primer High Ratio Silicate Inorganic Zinc Ployamide Cured Epoxy Resin Alkyd, Straight Long-Oil Polyamide-Cured Epoxy Resin Coal-tar Epoxy Two Componet Tar-base Pitch THIS PAGE BLANK INTENTIONALLY 08/03/2004 C3007 – 1/6 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 1/8-inch diameter greater than joint width for joints less than ¾-inch wide. Use 1-inch diameter rod for joints ¾-inch wide. Use Sonofoam as manufactured by Sonneborn Contech, Ethafoam SB as manufactured by Dow Chemical U.S.A., or equal. 08/03/2004 C3007 – 2/6 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: 08/03/2004 C3007 – 3/6 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. 08/03/2004 C3007 – 4/6 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. 08/03/2004 C3007 – 5/6 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. 08/03/2004 C3007 – 6/6 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. JOB NO. CPA-670 DATE: December 21, 2015 Special Provision No. 1 to Item No. E1304 – 1/1 SPECIAL PROVISION NO. 1 TO ITEM NO. E1304 – HORIZONTAL CLOSE COUPLED END SUCTION CENTRIFUGAL PUMPS 1. CONDITIONS OF SERVICE The following conditions of service shall be strictly adhered to: Pump Identification BP Number of Units 4 Type of Drive (variable or constant) V Discharge Size, inch, minimum 6 Suction Size, inch, minimum 6 Min. Flow Condition Design Capacity, US gpm 2300 Design Head, ft 93 Max. Flow Condition Design Capacity, US gpm Design Head, ft Efficiency at Design, %, minimum 70 Rotative Speed, RPM, maximum 1750 Shut-off Head, ft, minimum 121 NPSHR at Design, ft, maximum 22.53 Motor T.E.F.C. T.E.F.C. Horse power, H.P. 75 Motor Speed, R.P.M. 1750 Number of Phases 3 3 Cycles 60 Hz 60 Hz Voltages 460/480 V 460/480 V 03/04/15 E1304 – 1/4 ITEM E1304 HORIZONTAL CLOSE COUPLED END SUCTION CENTRIFUGAL PUMPS PART 1 – GENERAL 1.01 DESCRIPTION The Contractor shall furnish materials, equipment and labor to furnish, install and test the pumping system complete with the pumps, motors, mounting bases, piping, valves and appurtenances, as indicated on the contract drawings and as herein specified. 1.02 CONDITIONS OF SERVICE Refer to Special Provision No. 1 for Conditions of Service. 1.03 SUBMITTALS A. General. Prior to purchase, delivery, or custom manufacture of equipment, the Contractor shall submit eight (8) sets of detail drawings, cuts, bulletins, performance curves, material standards, and installation details for pumps, motors, and accessories. B. Special. Additional submittals may be required for specific items of classes of equipment. The Contractor shall submit eight (8) sets of any additional data required by the specification governing such equipment. C. Approval. No work shall be performed on any pumping unit, or equipment furnished for that unit, until all submittals for that unit have been approved by the Engineer. 1.04 INSTALLATION AND ACCEPTANCE TESTS A. The pumping units shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings by the Contractor. B. Installation shall include furnishing the required oil and grease for initial operation. The grades of oil and grease shall be in accordance with the manufacturer's recommendations. 1.05 REFERENCE STANDARDS The work in this section is subject to the requirements of applicable portions of the following standards: Hydraulic Institute Standards IEEE Standards NEMA Standards OSHA Rules and Regulations 03/04/15 E1304 – 2/4 PART 2 – PRODUCTS 2.01 GENERAL DESCRIPTION The pump shall be a centrifugal horizontal close-coupled end suction pump as manufactured by Aurora or pre-approved equal. Information for pre-approval must be received by the Engineer a minimum of ten days before bid date. Pre-approval information shall include all information necessary for determining compliance to these specifications. Any deviations from these specifications must be specifically indicated and/or labeled in this submittal. 2.02 MATERIALS OF CONSTRUCTION Casing ....................................Cast Iron (ASTM A48) Impeller ..................................Bronze (ASTM B584) Shaft .......................................Steel (AISI C1045) Case Wear Ring .....................Bronze (ASTM B62) Shaft Sleeve ...........................Bronze (ASTM B62) 2.03 CASING The casing will be of the end suction design with tangential discharge outlet. For suction piping diameters of 2" or less and discharge piping diameters of 1.5" or less, the suction and discharge connections shall be NPT threaded. For suction piping diameters of 2" or greater, the suction inlet shall be a flat-faced flange connection and the discharge outlet shall be a bolt through flange connection. Flange connections shall be ANSI 125# rated. The casing shall have tapped and plugged holes for priming and draining. The casing bore shall be large enough to allow "back pullout" of the impeller without disturbing the casing or suction and discharge piping. The casing shall be supported by the driving unit. 2.04 IMPELLER The impeller shall be of the enclosed type, vacuum cast in one piece. It shall be finished all over, the exterior being turned and the interior being finished smooth and cleaned of all burrs, trimmings, and irregularities. The impeller shall be dynamically balanced. The impeller will be keyed to the shaft, and fastened with a washer, gasket and capscrew. 2.05 CASE WEARING RING The pump casing shall be fitted with a case wear ring to minimize abrasive and corrosive wear to the casing. The case wear ring shall be of the radial type, press fitted into the casing. 2.06 STUFFING BOX The stuffing box shall be integrally cast with a mounting bracket, and shall provide an adequate area for internal recirculation of the pumped fluid around the sealing medium. 03/04/15 E1304 – 3/4 2.07 MECHANICAL SEAL Shaft sealing shall be accomplished by means of a mechanical seal with a Ni-Resist seat, carbon washer, Buna-N elastomers, and stainless steel metal parts. 2.08 SHAFT The impeller shall be direct-coupled to the motor shaft. The motor shaft shall be machined to provide a keyway, and drilled and tapped to accept the impeller fastener. Stub shafts are not acceptable. 2.09 SHAFT SLEEVE The pump shaft shall be fitted with a shaft sleeve to minimize shaft wear. The sleeve shall be sealed to the impeller hub by an O-ring, and shall be positively driven by a pin to the keyway. The use of adhesive compounds to fasten the sleeve to the shaft shall not be accepted. 2.10 MOTOR The motor shall be a NEMA-JM configuration in accordance with the latest NEMA Standards, and shall meet the requirements indicated in the Operating Conditions above. Each motor shall have a sufficient horsepower rating to operate the pump at any point on the pump's head-capacity curve without overloading the nameplate horsepower rating of the motor, regardless of service factor. The motor shall have a service factor of at least 1.15. The service factor is reserved for variations in voltage and frequency. PART 3 - INSTALLATION 3.01 PIPING Piping shall be of the sizes and types indicated. Piping shall be adequately supported to prevent strain from being transmitted to the pump casing. An isolation valve shall be installed on the suction piping as indicated. A discharge check valve shall be installed in the discharge line in a horizontal position, where indicated. A discharge plug or gate valve shall be installed after the check valve. The Contractor shall insure that the pumps and motors are properly installed with no pipe strain transmitted to the pump casing. 3.02 EQUIPMENT Pumps, motors, and accessories for each class of pumping units shall be designed, sized, and tagged according to the governing section of this specification. 3.03 INSTALLATION a. General. All pumps, motors, and accessories shall be installed in the locations and 03/04/15 E1304 – 4/4 according to the details shown on the plans, in the Scope of Work, and in the governing sections of this specification. When so indicated, equipment shall be furnished uninstalled. b. Non-submersible Pumps. The Contractor shall furnish all necessary foundation bolts of the size and type recommended by the pump manufacturer, unless shown otherwise in the plans. The bolts shall be carefully set by means of a jig or template. They shall be accurately located, and all exposed concrete surfaces shall receive a rubbed finish which will be smooth and uniform free from all form marks. 3.04 PAINTING All pumps and accessories furnished and/or installed by the Contractor shall be painted according to the painting specification item. 3.05 FIELD SERVICE The manufacturer's field engineer or representative shall provide the following services for all pumping equipment installed by the contractor. A. Inspect the equipment for proper installation. B. Be present for initial start-up of equipment, and assist in necessary adjustment. C. Instruct plant personnel in operation and maintenance procedures. 3.06 WARRANTY The pump unit or any part thereof shall be warranted against defects in material or workmanship within one year from date of installation or 18 months from date of manufacture, whichever occurs first. Defective part shall be replaced at no charge with a new or remanufactured part, F.O.B. factory or authorized warranty service station. The warranty shall not assume responsibility for removal, reinstallation or freight, nor shall it assume responsibility of incidental damages resulting from the failure of the pump to perform. The warranty shall not apply to damage resulting from accident, alteration, design, misuse or abuse. PART 4 – MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Includes cost of same in Contract price bid for work of which this is a component part. Std. 07/22/2014 H1001 - 1/3 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. Std. 07/22/2014 H1001 - 2/3 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 C110/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. Std. 07/22/2014 H1001 - 3/3 2.02 COATING AND LINING A. Exterior Coating 1. Buried Pipe and Fitting: Bituminous coated, not less than 1 mil thick. Wrap pipe and fittings with polyethylene film 8 mils thick in accordance with ANSI/AWWA C105/A21.5. 2. Exposed Pipe and Fittings: Prime and paint as per Item C3001 “Painting and Protective Coating”. B. Interior Lining 1. Air Service: Bituminous coated, not less than 1 mil thick. 2. Water Service: Cement mortar lined per ANSI/AWWA 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. THIS PAGE BLANK INTENTIONALLY 11/5/13 H1201 - 1/ 1 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. THIS PAGE BLANK INTENTIONALLY 10/13/2005 J1002 - 1/2 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. 10/13/2005 J1002 - 2/2 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.” 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 Std. 08/03/2004 J1003A - 1/3 ITEM NO. J1003A - POLYVINYL CHLORIDE (PVC) WATER TRANSMISSION PIPE (14” - 24”) 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 A. The manufacturer shall pressure test all pipe, including the joint, that is marked with the designation number of AWWA C905-88 at 73.4 Deg. F. +/- 3.6 Deg. F. (23 Deg. C. +/- 2 Deg. C.). Each length of pipe shall be proof tested at twice the pressure rating listed in Table 3 Transmission-Pipe Pressure Rating of AWWA C905-88 Sec. 4.6 Pressure Strength and Hydrostatic Proof Testing. B. Field Tests: Waterline shall be tested in accordance with Item J2003 - “Hydrostatic Testing of Pressure Lines.” C. Related Documents 1. AWWA C905-88; Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameters 14 In. Through 36 In. 2. ASTM D1784; Standard Specification for Rigid Polyvinyl Chloride (PVC) Compounds and Chlorinated Polyvinyl Chloride (CPVC) Compounds. 3. ASTM D2122; Standard Method of Determining Dimensions of Thermoplastic Pipe and Fittings. 4. ASTM D3139; Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 5. ASTM F477; Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. Std. 08/03/2004 J1003A - 2/3 PART 2 – PRODUCTS 2.01 MATERIALS A. This product specification covers 14-inch (356 mm) nominal diameter through 24 inch (610 mm) nominal diameter polyvinyl chloride (PVC) potable water transmission pipe with integral bell and spigot joints. The pipe shall be extruded from Class 12454-A or 12454-B PVC compound as defined in ASTM D-1784 and provide for a hydrostatic design basis (HDB) of 4,000 psi (27.58 MPa). The pipe outside diameters shall conform to dimensions of cast iron pipe (CI). All pipe furnished shall be in conformance with American Water Works Association (AWWA) Standard C905-88, or latest revision thereof. B. Pipe shall be homogenous throughout. It shall be free from voids, cracks, inclusions, and other defects. It shall be as uniform as commercially practical in color, density, and other physical properties. Pipe surfaces shall be free from nicks and scratches. Joining surfaces of spigots and joints shall be free from gouges and imperfections that could cause leakage. C. Except as noted on the plans or procurement specifications for specific jobs, all C905 PVC pipe shall have a pressure rating of 235 PSI and a dimension ratio of 18 or have the highest pressure rating available for each size of pipe. D. Dimensions and tolerances for each nominal pipe size shall be in accordance with Table 2 Dimensions for PVC Transmission Pipe with CI Outside Diameter of Section 3 Pipe Requirements in AWWA C905-88. All pipe shall be suitable for use as a pressure conduit. E. Pipe shall be furnished in standard laying lengths of 20 feet plus or minus 1 inch (6.1 m +/- 25 mm) unless otherwise noted. Each pipe shall have an integral bell formed on the pipe end, and be designed to be at least as strong as the pipe wall. F. An elastomeric gasket shall be designed with a retainer ring which locks the gasket into integral bell groove and shall be installed at the point of manufacture. The dimensions and design of the gasket joint provided for the PVC transmission pipe shall meet requirements provided in ASTM D3139 and ASTM D2122. The gasket shall be reinforced with a steel band and shall conform to ASTM F477. G. Each length of pipe furnished shall bear identification markings that will remain legible after normal handling, storage, and installation. Markings shall be applied in a manner that will not weaken or damage the pipe. Markings shall be applied at intervals of not more than 5 ft. (1.5 m) on the pipe. The minimum required markings are given in the list below. Marking requirements shall be in conformance with Section 4.7 Marking Requirements of AWWA C 905-88. Std. 08/03/2004 J1003A - 3/3 1. Nominal size and OD base (for example, 24 CI) 2. PVC 3. Dimension Ratio (for example, DR 25) 4. AWWA pressure rating (for example, PR 165) 5. AWWA designation number for this standard (AWWA C905) 6. Manufacturer’s name or trademark. 7. Manufacturer’s production code, including day, month, year, shift, plant, and extruder of manufacture. H. Pipe shall be bundled in pallets for ease of handling and storage. Pipe bundles (units) shall be packaged to provide structural support to insure that the weight of upper units shall not cause deformation to pipe in lower units. No pipe bundles shall be accepted which show evidence of ultraviolet radiation “sunburn” on exposed pipe as may be caused from extended unprotected storage conditions. I. The manufacturer shall take adequate measures during pipe production to assure compliance with AWWA C905-88 by performing quality-control tests and maintaining results of those tests as outlined in Section 4: Inspection and Testing of that standard. Submission of shall constitute certification of compliance with AWWA C905-88 Section 4: Inspection and Testing. 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.” THIS PAGE BLANK INTENTIONALLY 10/13/2005 J2001 - 1/7 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. 10/13/2005 J2001 - 2/7 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. 10/13/2005 J2001 - 3/7 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. 10/13/2005 J2001 - 4/7 F. Cutting Pipe: Cut cast or ductile iron pipe with wheel-type cutters or cold chisel. Flame cutting of cast iron pipe not allowed. Make cuts in a neat and workmanlike manner without damage to pipe and so as to leave a smooth end at right angles to axis of pipe. Field cutting of PVC and A.B.S. type resin pipe to be per pipe manufacturer’s recommendations. G. Temporary Plug: When pipe laying operation is halted, seal open end of pipe with temporary plug. Plug to remain in place until pipe laying operation commences again. 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.” 10/13/2005 J2001 - 5/7 C. Backfill Procedure at Pipe Zone: In pipe zone, when designated on PLANS, use bank sand, cement stabilized sand or select backfill material, free from rocks and rock fragments, and deposit in trench simultaneously on both sides of pipe for full width of trench and to elevation of 12 inches above the top of barrel of pipe. Moisten if necessary, tamp in thin (approximately 4-inch) layers, and thoroughly compact under and on each side of pipe to provide solid backing against external surface of pipe. Walking or working on completed pipeline, except as necessary in tamping or backfilling, not permitted until trench has been backfilled at least 12 inches over top of pipe. Backfill to be compacted to 95 percent in accordance with ASTM D698. Approximate optimum moisture content to be maintained during compaction. 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 10/13/2005 J2001 - 6/7 held responsible for subsequent care of plant. Restoration of asphalt-topped flexible base and concrete streets as specified under other items of TECHNICAL SPECIFICATIONS or PLANS. 2.08 CLEAN-UP Remove from site of work, and from public and private property, temporary structures, rubbish, and waste materials, including excess excavated materials. Dispose of surplus earth as shown on PLANS. Complete cleanup not greater than 500 feet behind pipe laying operation. Pipe-laying operation to be suspended temporarily if complete 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. 10/13/2005 J2001 - 7/7 F. Street and Driveway Surfacing: As per applicable Item of TECHNICAL SPECIFICATIONS or PLANS. 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. THIS PAGE BLANK INTENTIONALLY 11/5/2013 J2003 - 1/2 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: 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 11/5/2013 J2003 - 2/2 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. Std. 10/13/2005 J2005 - 1/4 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. Std. 10/13/2005 J2005 - 2/4 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: Std. 10/13/2005 J2005 - 3/4 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. Std. 10/13/2005 J2005 - 4/4 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. 10/13/2005 J3006 - 1/2 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 ¼-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. 11/18/03 J3006 - 2/2 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. 10/13/2005 J3009 - 1/2 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. Std. 11/18/03 J3009 - 2/2 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. Std. 10/13/2005 J3022 - 1/3 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. Std. 04/26/2005 J3022 - 2/3 B. The stem shall be vertical and furnished with dual O-rings above the stem collar for an inside screw design. Another O-ring shall be provided underneath the stem collar to seal bearing surfaces from line content. The area between the O-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: Std. 04/26/2005 J3022 - 3/3 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. THIS PAGE BLANK INTENTIONALLY 11/5/2005 J3024 - 1/1 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. THIS PAGE BLANK INTENTIONALLY Std. 07/22/2014 J3025 - 1/3 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. Std. 07/22/2014 J3025 - 2/3 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. Std. 07/22/2014 J3025 - 3/3 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. THIS PAGE BLANK INTENTIONALLY 10/13/2005 J3045 - 1/5 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 10/13/2005 J3045 - 2/5 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 10/13/2005 J3045 - 3/5 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. 10/13/2005 J3045 - 4/5 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 10/13/2005 J3045 - 5/5 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. THIS PAGE BLANK INTENTIONALLY 1/19/01 K3001 – 1/5 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. Std. 1/19/01 K3001 – 2/5 4. Type C. Type C material shall be crushed gravel. Unless otherwise shown on the plans, crushed gravel shall have a minimum of 60 percent of the particles retained on the No. 4 sieve with two (2) or more crushed faces as determined by Test Method Tex-460-A, Part I. 5. Type D. As shown on the plans. TABLE 1 PHYSICAL REQUIREMENTS GRADE 1 GRADE 2 GRADE 3 Triaxial Class 1: Min. compressive strength, psi: 45 at 0 psi lateral pressure and 175 at 15 psi lateral pressure Master Grading 1-3/4" 0 7/8" 10-35 3/8" 30-50 No. 4 45-65 No. 40 70-85 Max LL ...............................35 Max PI ................................10 Wet Ball Mill Max .....................................40 Max increase in passing No. 40 .................................20 Triaxial Class 1 to 2.3: Min. compressive strength, psi: 35 at 0 psi lateral pressure and 175 at 15 psi lateral pressure Master Grading 2-1/2" 0 1-3/4" 0-10 No. 4 45-75 No. 40 60-85 Max LL .............................. 40 Max PI ............................... 12 Wet Ball Mill Max .................................... 45 Max increase in passing No. 40 ................................ 20 Triaxial Class - Unspecified Master Grading 2-1/2" 0 1-3/4" 0-10 No. 4 30-75 No. 40 50-85 Max LL ........................ 40 Max PI ......................... 12 Wet Ball Mill Max .............................. 50 Max increase in Passing No. 40 ......................... 20 GRADE 4 GRADE 5 GRADE 6 Triaxial Class Unspecified Master Grading 1-3/4" ....................................0 No. 4 ............................. 45-75 No. 40 ........................... 50-85 Max LL ...............................40 Max PI ................................12 Triaxial Class Unspecified Master Grading 1-3/4" ................................... 0 No. 40 ........................... 50-85 Max LL .............................. 40 Max PI ............................... 12 As Shown on the Plans 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)". Std. 1/19/01 K3001 – 3/5 6. Testing of flexible base materials shall be in accordance with the following TXDOT standard laboratory test procedures: Moisture Content Tex-103-E Liquid Limit Tex-104-E Plasticity Index Tex-106-E Bar Linear Shrinkage Tex-107-E Sieve Analysis Tex-110-E Moisture-Density Determination Tex-113-E Roadway Density Tex-115-E Wet Ball Mill Tex-116-E Triaxial Tests Tex-117-E (Part I or II as selected by the Engineer) Particle Count Tex-460-A, Part I Samples for testing the base material for triaxial class, soil constants, and gradation and wet ball mill will be taken prior to the compaction operations. B. Cement: ASTM C150, Type I. C. Water: Clean, fresh water. 2.02 MIX DESIGN A. Cement content will be selected by the Engineer based on compressive strength tests provided by the Contractor so as to meet the strength as shown on the plans. When Strength L, M or N is shown on the plans, compressive strength conforming to the requirements in Table 1 will be determined by mix design test provided by the Contractor on laboratory prepared samples in accordance with Test Method Tex-120- E. B. When material properties or sources change, the Engineer may require the Contractor to provide additional mix design tests and adjust the cement content as required. TABLE 1 STRENGTH REQUIREMENTS Strength Minimum Design Compressive Strength Allowable Cement Content % Strength L 750 psi 4 - 9 Strength M 500 psi 3 - 9 Strength N As shown on plans Strength O No strength specified As shown on the plans Std. 1/19/01 K3001 – 4/5 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 40ºF 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 ½-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. Std. 1/19/01 K3001 – 5/5 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. THIS PAGE BLANK INTENTIONALLY Std. 10/13/2005 K3003 - 1/3 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)”. Std. 10/13/2005 K3003 - 2/3 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 ¾-inch sieve are removed, remainder of material meets following requirements when tested dry by laboratory sieves: Percent Minimum Passing 1¾-inch Sieve 100 Minimum Passing ¾-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. Std. 10/13/2005 K3003 - 3/3 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. THIS PAGE BLANK INTENTIONALLY 08/03/2004 K3007 - 1/2 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 ¾ 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. 08/03/2004 K3007 - 2/2 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 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. 10/13/2005 K3101 - 1/10 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. 10/13/2005 K3101 - 2/10 1. Fillers a. Premolded 1) Asphalt filler board per ASTM D994-71. 2) Premolded joint material per ASTM D1751-73. 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 10/13/2005 K3101 - 3/10 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 ½-inch 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 C171-69. 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 10/13/2005 K3101 - 4/10 grouting block outs for embedded pipes and similar items, use grout 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 10/13/2005 K3101 - 5/10 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. 10/13/2005 K3101 - 6/10 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 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. 10/13/2005 K3101 - 7/10 (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 10/13/2005 K3101 - 8/10 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 10/13/2005 K3101 - 9/10 checking while setting. After each day’s run, barricade street. No wheeling will be 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. I. 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 ¼-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 ¼-inch, but less than ½-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 ½-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 10/13/2005 K3101 - 10/10 direction until cores are obtained which have designated thickness less ½-inch. Width of such area to be entire width of pavement within length of such area to be determined. If deficiency in thickness is not more than ¾-inch, Contractor may leave such pavement in place, relinquishing thereby any claim for compensation incurred in its construction. If deficiency in thickness is ¾-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. APPENDIX “A” FORM FOR REQUEST FOR TIME EXTENSION 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 APPENDIX “B” QUALIFICATION STATEMENT APPENDIX B 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 “C” GEOTECHNICAL REPORTS GEOTECHNICAL ENGINEERING STUDY PROPOSED PUMP STATION CITY OF PORT ARTHUR PORT ARTHUR, TEXAS Prepared for: Arceneaux & Gates, Inc. 3501 Turtle Creek Drive, Suite 320 Port Arthur, Texas 77642 Prepared by: Tolunay-Wong Engineers, Inc. 2455 West Cardinal Drive, Suite A Beaumont, Texas 77705 March 31, 2014 Project No. 13.23.247 / Report No. 63737 TWE Project No. 13.23.247 i Report No. 63737 TABLE OF CONTENTS 1 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 3-1 3.4 Boring Logs 3-1 3.5 Groundwater Measurements 3-2 4 LABORATORY SERVICES 4-1 4.1 Laboratory Testing Program 4-1 5 PROJECT SITE CONDITIONS 5-1 5.1 Site Description and Surface Conditions 5-1 5.2 Subsurface Soil Stratigraphy & Properties 5-1 5.3 Groundwater Observations 5-1 6 DISCUSSION 6-1 6.1 General 6-1 6.2 Elevated Storage Tank 6-1 6.3 Ground Storage Tanks 6-1 6.4 Shallow Foundations Recommendations 6-1 6.5 Parking Lot 6-2 7 ELEVATED STORAGE TANK 7-1 7.1 General 7-1 7.2 Deep Foundation Design 7-1 8 GROUND STORAGE TANKS 8-6 8.1 Discussion 8-6 8.2 Ground Storage Tank Foundation Design 8-6 9 SHALLOW FOUNDATION RECOMMENDATIONS 9-1 9.1 General 9-1 9.2 Conventional Spread Footings 9-1 10 PAVEMENT DESIGN RECOMMENDATIONS 10-1 10.1 Pavment Design Criteria 10-1 10.2 Pavement Section Materials 10-2 TWE Project No. 13.23.247 ii Report No. 63737 11 CONSTRUCTION CONSIDERATIONS 11-1 11.1 Subgrade Preparation and Structural Select Fill 11-1 11.2 Drainage 11-2 11.3 Open Excavations 11-2 11.4 Shallow Foundation Construction 11-2 11.5 Driven Pile Installation 11-3 11.6 Augercast Pile Installation 11-3 11.7 Load Testing 11-4 12 LIMITATIONS AND DESIGN REVIEW 12-5 12.1 Limitations 12-5 12.2 Design Review and Construction Monitoring 12-5 12.3 Closing Remarks 12-5 TWE Project No. 13.23.247 iii Report No. 63737 TABLES AND APPENDICES TABLES Table 4-1: Laboratory Testing Program 4-1 Table 5-1: Groundwater Level Measurements 5-2 Table 7-1: Lateral Shaft Design Parameters 7-2 Table 7-2: Static Lateral Group Efficiency Factors 7-4 Table 10-1: Vehicle Classification and Traffic Loading 10-1 Table 10-2: Recommended Pavement Thicknesses 10-1 Table 10-3: Rigid Pavement Components 10-2 Table 11-1: Compaction Equipment and Maximum Lift Thickness 11-1 APPENDICES Appendix A: Project Information Arceneaux & Gates, Inc. Appendix B: Soil Boring Location Plan TWE Drawing No. 13.23.247-1 Appendix C: TWE Project Boring Logs and a Key to Symbols and Terms used on Boring Logs Appendix D: Typical Concrete Ringwall Section TWE Drawing No. 13.23.247-2 Appendix E: Allowable Unit Friction and End Bearing Curves and Pile Capacity Table Borings B-3 and B-4 TWE Project No. 13.23.247 1-1 Report No. 63737 1 INTRODUCTION AND PROJECT DESCRIPTION 1.1 Introduction This report presents the results of our geotechnical engineering study performed for the proposed new pump station project for the City of Port Arthur on Terminal Road in Port Arthur, Texas. Our study was conducted in accordance with TWE Proposal No. P13-B278 (Revision 1) dated December 18, 2013. 1.2 Project Description The project consists of the construction of water storage tanks, an emergency generator, an electrical building, a surge tank, new pumps and a parking lot. We understand the project consists of two (2) options for the water storage tanks. The first option is to construct one (1) elevated storage tank 93-ft in diameter and 150-ft tall with a capacity of 2-million gallons. The second option is the construction of two (2) 1,000,000-gal, 80-ft diameter ground storage tanks with a roof height of 30-ft. The locations of the proposed ground storage tanks, structures and equipment associated with the proposed pumping station are presented on the drawing provided in Appendix A. TWE Project No. 13.23.247 2-1 Report No. 63737 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 assist our Client in the design and construction of a foundation system for the proposed new pump station. Our scope of services for the project consisted of: 1. Drilling two (2) soil borings within the proposed tank foundation area, one (1) soil boring within the electrical building and surge tank area and one (1) soil boring within the proposed parking lot area 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 subsurface materials encountered; 3. Providing geotechnical design recommendations for shallow foundation systems including allowable soil bearing capacity, lateral resistance, uplift resistance and estimates of settlement; 4. Providing geotechnical design recommendations for deep foundation systems including allowable axial compression and tension capacities, lateral analysis soil design parameters, pile group considerations and estimates of settlement; 5. Providing geotechnical pavement design recommendations including suitable material types, material thicknesses and subgrade support characteristics; and, 6. Providing general construction considerations including site preparation, excavation, fill and backfill requirements, compaction requirements, foundation installation and hydrotest recommendations. 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 at the project site. Any statements in this report or on the boring logs regarding odors, colors, unusual or suspicious items and conditions are strictly for the information of the Client. A geological fault study was also beyond the scope of our study. TWE Project No. 13.23.247 3-1 Report No. 63737 3 FIELD PROGRAM 3.1 Soil Borings Our field program was performed from December 30, 2013 to January 2, 2014. The field program consisted of drilling, logging and sampling two (2) soil borings to depths of 100-ft below ground surface at the center of the tanks, one (1) soil boring to a depth of 20-ft within the proposed surge tank location and one (1) soil boring within the proposed parking lot. TWE coordinated the field activities, logged the boreholes and attempted groundwater level readings during drilling and sampling. The soil boring locations are presented on Drawing No. 13.23.247- 1 in Appendix B of this report. 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 performed using conventional ATV-mounted drilling equipment. The boreholes were advanced using dry-auger drilling methods until groundwater was encountered or until the boreholes became unstable and collapsed. At that point, the borings were 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 5-ft intervals thereafter until the boring completion depths were reached. 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 tube a distance of about 24-in. The field sampling procedures were conducted in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils (ASTM D 1587). Our geotechnician visually classified the recovered soils and obtained field strength measurements of the soils using a calibrated pocket penetrometer. The samples were extruded in the field, wrapped in foil, placed in moisture sealed plastic bags and protected from disturbance prior to transport to the laboratory. The recovered soil sample depths and pocket penetrometer measurements are presented on the boring logs in Appendix C. 3.4 Boring Logs Our interpretations of general subsurface soil and groundwater conditions at the boring locations are included on the project boring logs. The interpretations of the soil types throughout the boring depths and the locations of strata changes were based on visual classifications during field sampling and laboratory testing using 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 the corresponding pocket penetrometer readings for cohesive soils. The project boring logs and a key to the terms and symbols used on boring logs are presented in Appendix C. TWE Project No. 13.23.247 3-2 Report No. 63737 3.5 Groundwater Measurements Groundwater level measurements were attempted in the open boreholes during dry-auger drilling. Measurements were taken initially during dry-auger drilling when groundwater was first encountered and at five (5) minute intervals over a fifteen (15) minute time period. The groundwater measurements observed within the soil borings are summarized in Section 5.3 of this report. TWE Project No. 13.23.247 4-1 Report No. 63737 4 LABORATORY SERVICES A laboratory testing program was conducted on selected samples to assist in classification of and evaluation of the physical and engineering properties of the soils encountered in the project borings. 4.1 Laboratory Testing Program Laboratory tests were performed in general accordance with ASTM International standards to measure physical and engineering properties of the recovered samples. The types and brief descriptions of the laboratory tests performed are presented below. Table 4-1: 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 One-Dimensional Consolidation of Soils using Incremental Loading ASTM D 2435 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-µm) 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 (UC) 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. 13.23.247 4-2 Report No. 63737 One-Dimensional Consolidation of Soils Using Incremental Loading (ASTM D 2435) This test method determines the magnitude and rate of consolidation of soil when it is restrained laterally and drained axially while subject to incrementally applied controlled-stress loading. Results of consolidation testing provide important information regarding the stress-soil history and soil compressibility. During consolidation testing, the soil sample is initially set in a consolidation cell followed by a saturation period in which swelling is prevented by controlled loading. Once swelling ceases, the consolidation test is performed by adding predetermined incremental loads up to a percent strain of about 20% of the loading frame capacity. Once this capacity is met, the final load is removed to observe the final rebound. Consolidation testing includes an unload-reload cycle which reduces the effect of soil disturbance from sampling. Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soils (ASTM D 2850) This test method determines 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). The unconsolidated-undrained (UU) triaxial shear strength of cohesive soils is applicable to situations where loads are assumed to take place so rapidly that there is insufficient time for induced pore-water pressures to dissipate and drainage to occur during the loading period. 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 from 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. The laboratory test results are presented on the logs of borings in Appendix C of this report. TWE Project No. 13.23.247 5-1 Report No. 63737 5 PROJECT SITE CONDITIONS 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. Subsurface conditions may vary at areas not explored by the project borings. Significant variations at areas not explored by the soil borings will require reassessment of our recommendations. 5.1 Site Description and Surface Conditions The project site is located on a vacant property on Terminal Road in Port Arthur, Texas. At the time of our field program, the project site was generally flat, and access to the boring locations was feasible using our conventional ATV-mounted drilling equipment. The water storage tanks and a pumping station will be constructed within an open lot that consists of grass cover at the intersection of Terminal Road and West Service Road in Port Arthur, Texas. An aerial of the project site is presented on Drawing No. 13.23.247-1 in Appendix B. 5.2 Subsurface Soil Stratigraphy & Properties The generalized subsurface profile encountered in project borings B-1 through B-4 consists of primarily firm to very stiff cohesive clay from existing ground surface to the completion depth of 100-ft. However, medium dense clayey sand (SC) was encountered from a depth of 13-ft to 18- ft within boring B-4. Logs of the project borings and a key to terms and symbols used on boring logs are presented in Appendix C of this report. Results of Atterberg limit tests on selected cohesive soil samples from the project borings indicated liquid limits (LL) ranging from 24 to 85 with corresponding plasticity indices (PI) ranging from 9 to 62. In-situ moisture contents ranged from 8% to 45%. The amount of material passing the No. 200 sieve ranged from 69% to 100% within the selected soil samples tested for grain size distribution. Undrained shear strengths estimated from field pocket penetrometer readings ranged from 0.17- tsf to 1.50-tsf. Undrained shear strengths determined from laboratory UC/UU testing ranged from 0.34-tsf to 1.16-tsf within the selected samples tested with corresponding total unit weights ranging from 112-pcf to 131-pcf. Based on the soil strength data obtained in the field and laboratory, the cohesive soils recovered from the project borings were inferred to have soft to hard, but typically firm to stiff consistencies. 5.3 Groundwater Observations Groundwater level measurements were attempted in the open boreholes when groundwater was first encountered during dry-auger drilling and at five (5) minute intervals over a fifteen (15) minute time period. Groundwater measurements obtained from the project borings are presented in Table 5-1 on the following page. TWE Project No. 13.23.247 5-2 Report No. 63737 Table 5-1: Groundwater Level Measurements Soil Boring Boring Completion Depth Free Water during Dry-Auger Drilling Static Water Level after Fifteen (15) Minutes B-1 6-ft Free water was not encountered during dry-duger drilling B-2 20-ft 14.0-ft 6.0-ft B-3 100-ft 15.0-ft 6.6-ft B-4 100-ft 15.0-ft 5.6-ft Groundwater levels at the project site may fluctuate with climatic and seasonal variations and should be verified before construction. Accurate determination of static groundwater levels is typically made with standpipe piezometers. Installation of standpipe piezometers to evaluate long- term groundwater conditions within the project site was not included in our scope of services. TWE Project No. 13.23.247 6-1 Report No. 63737 6 DISCUSSION 6.1 General The project consists of the construction of water storage tanks, an emergency generator, an electrical building, a surge tank, new pumps and a parking lot. We understand the project consists of two (2) options for the water storage tanks. The first option is to construct one (1) elevated storage tank 93-ft in diameter and 150-ft tall with a capacity of 2,000,000-gal. The second option is the construction of two (2) 1,000,000-gal, 80-ft diameter ground storage tanks with roof heights of 30-ft. It is our understanding that the primary option is the installation of a single elevated tank structure with a capacity of 2,000,000-gal. The location of the proposed ground storage tanks and structures associated with the proposed pumping station are presented on the TWE Drawing No. 13.23.247-1 in Appendix B. 6.2 Elevated Storage Tank For the primary option of a single 2,000,000-gal elevated tank, it is estimated that the contents of the elevated tank will exert a maximum load of about 9,360-psf on the area beneath the tank. Based on the magnitude of the foundation loads and subsurface condition at this site, we recommend that a deep foundation system be considered to support the proposed elevated storage tank. Based on the conditions encountered in the soil borings performed for this project, deep foundation systems suitable for this project site could include driven piles and/or augered cast-in-place (ACIP) piles. Recommendations for the elevated storage tank are provided in Section 7 of this report. 6.3 Ground Storage Tanks For the secondary option of two (2) 1,000,000-gal tanks, it is estimated the ground storage tanks will exert a maximum load of about 1,872-psf on the area beneath the tanks. It appears the ground storage tanks can be supported on reinforced concrete ringwalls to distribute the concentrated loads of the tank structures and to provide a solid surface for fabrication of the tank shells. Recommendations for the ground storage tanks are provided in Section 8 of this report. 6.4 Shallow Foundations Recommendations We understand lightly-loaded structures such as an emergency generator, an electrical building, a surge tank and new pumps will be installed within the project site. The locations of the proposed structures are presented on the drawing in Appendix A of this report. It appears that shallow foundations systems consisting of conventional spread footings and slabs-on-grade will be suitable for supporting the associated lightly-loaded structures within the project site. Recommendations for shallow foundation systems are provided in Section 9 of this report. TWE Project No. 13.23.247 6-2 Report No. 63737 6.5 Parking Lot For the proposed use of the parking lot for the proposed pump station and the anticipated traffic frequencies, a flexible or rigid pavement system could be considered. Detailed traffic loads and frequencies were not available at the time of this report. Recommendations for suitable pavement sections are provided in Section 10 of this report. TWE Project No. 13.23.247 7-1 Report No. 63737 7 ELEVATED STORAGE TANK 7.1 General We understand the primary option for the project is to construct one (1) elevated storage tank 93- ft in diameter and 150-ft tall with a capacity of 2,000,000-gal. We recommend a deep foundation system be considered to support the proposed elevated storage tank. Based on the conditions encountered in the soil borings performed for this project, deep foundation systems suitable for this project site could include driven piles and/or augered cast-in-place (ACIP) piles. Recommendations for the elevated storage tank are provided in the following sections. 7.2 Deep Foundation Design 7.2.1 Axial Capacity We have developed unit friction and end bearing capacity curves for calculating allowable shaft/pile capacity for use with augercast piles and driven concrete piles. The design factor curves (F and E) for ACIP piles and driven concrete piles are provided in Appendix E of this report. Example calculations illustrating the proper use of these curves are provided on the figures. The unit friction (F) curves include minimum factors of safety of 2.5 and 3.0 for side friction when computing compression and tension capacity, respectively. A factor of safety of 3.0 was applied to end bearing capacity for ACIP piles. 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 diameters/widths. If groups of piles having spacing of less than three (3) diameters/widths are being considered for this project, TWE should be contacted to analyze group capacities and settlements. In order to assist in pile selection, pile capacity tables for several pile sizes and depths are also presented in Appendix E of this report. The values for “F” and “E” given in the pile capacity tables are taken from the pile capacity curves provided for individual piles having a minimum center-to-center spacing of at least three (3) pile diameters/widths. The pile depths listed are measured from existing ground surface. Some general guidelines for estimating group pile capacities are provided in Section 7.2.3 of this report. It should be noted that the tension capacity is based solely on soil-pile interaction. Piles and pile cap connections should be structurally capable of resisting design uplift loads. A detailed analysis of axial load versus settlement for deep foundations was beyond the scope of this investigation. However, for single isolated piles designed in accordance with the computed allowable values of side friction and end bearing, foundation settlements should be less than about 0.5-in. TWE Project No. 13.23.247 7-2 Report No. 63737 7.2.2 Lateral Capacity For deep foundations, lateral loads are resisted by the soil as well as the rigidity of the pile. Lateral capacity will vary with pile type and 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 codes (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. Detailed analyses can be performed for the final pile size and configuration upon request. For the conditions observed at the proposed new substation and transmission line cut-in sites, we developed the following soil parameters in Table 7-1 below for use with lateral analysis of pile foundations for the project. Table 7-1: Lateral Shaft Design Parameters Depth Range (ft) LPILE Soil Type Effective Unit Weight γ' (pci) Cohesion, c (psi) Lateral Modulus k (pci) Strain Factor ε50 0 – 15 Stiff Clay without Free Water 0.072 6.94 500 0.007 15 – 30 Soft Clay without Free Water 0.033 5.56 100 0.010 30 – 45 Stiff Clay without Free Water 0.029 12.50 500 0.007 45 – 60 Stiff Clay without Free Water 0.033 9.72 500 0.007 60 – 75 Very Stiff Clay without Free Water 0.034 19.44 1,000 0.005 75 – 85 Stiff Clay without Free Water 0.033 12.50 500 0.007 85 – 95 Very Stiff Clay without Free Water 0.033 16.67 1,000 0.005 95 – 100 Stiff Clay without Free Water 0.031 12.50 500 0.007 7.2.3 Pile Groups Groups of piles having a center-to-center spacing of less than three (3) pile diameters/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 on the following page. TWE Project No. 13.23.247 7-3 Report No. 63737 7.2.3.1 Axial Group Capacity and Group Efficiency The following method can be used to determine the axial capacity and efficiency of pile groups. To evaluate the group capacity, two (2) distinct failure modes are considered. In the first mode, a block-type behavior is assumed in which it is idealized that the piles and confined soil mass encompassed by the group act as a unit like a pier. The ultimate bearing capacity of the block, Qc is equal to the ultimate load carried in friction by the circumferential area of the group plus the ultimate load resistance derived from the base of the assumed equivalent pier. Qc = fsAc + 9CuAb 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) In the second mode of failure, it is assumed that the piles in the group act individually. The ultimate bearing capacity of the group, Qc, considering individual mode of failure is determined by multiplying the number of piles in a group by the ultimate load carrying capacity of individual piles. Qc = ∑Qi Qi = Ultimate Capacity of Individual Piles in the Group The lower the of two (2) capacities of the group considering block mode of failure and individual mode of failure is taken as the required ultimate capacity of the pile group. The group efficiency is defined as the ratio of the group capacity considering block mode of failure and the group capacity considering individual mode of pile failure. 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 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 diameters/widths, center-to-center, is selected as a first approximation. 7.2.3.2 Shaft/Pile Groups 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 diameters/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. TWE Project No. 13.23.247 7-4 Report No. 63737 Total settlements of the group, primarily elastic in nature, will occur during loading and could be on the order of 0.5-in to 1-in for normal operating conditions. Differential settlements between adjacent groups could 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 on the order of 0.5-in to 0.75-in. Once foundation design is complete, TWE should be contacted in order to determine the consolidation settlement of the final pile group design. 7.2.3.3 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 7-2 below. Table 7-2: Static Lateral Group Efficiency Factors S/D (Center-to-Center Spacing/Diameter or Width) 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 above 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 above procedure for determining lateral group reduction is considered to provide a general estimate of group efficiency as documented in “Investigation of the Resistance of Pile Caps to Lateral Loading” by R.L. Mokwa (1999). A more detailed approach to determining the lateral grouping effects is provided in “Analysis and Design of Shallow and Deep Foundations” by Lymon C. Reese, William M. Isenhower, and Shin-Tower Wang (2006 edition). Article 15.5.3 of this publication describes a method in which the p-y curves for a single pile are modified to take into account the group effect. This article concludes that the group effect could be taken into account most favorably by reducing the value of p for the p-y curve of the single shaft to obtain p-y curves for the pile group. TWE Project No. 13.23.247 7-5 Report No. 63737 The LPILE computer program provides a mechanism whereby the p-y modification factor 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 diameter/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. 13.23.247 8-6 Report No. 63737 8 GROUND STORAGE TANKS 8.1 Discussion Based on information provided by the Client, we understand that the ground storage tank option includes two (2) ground storage tanks 80-ft in diameter and 30-ft tall. It is estimated that the proposed tanks will transmit a sustained bearing pressure of about 1,872-psf (1.00 specific gravity) during operation and hydrotesting. Based on the information obtained from the soil borings performed for the project, it appears that a shallow ringwall foundation system will be suitable for supporting the proposed tank structures. The performance of the new ground storage tanks will ultimately depend upon the uniformity of the underlying foundation soils and the quality of construction. Although not encountered within the soil borings performed for the project, any weak, wet or otherwise unsuitable soils encountered during foundation excavation or site preparation should be removed to the level of firm or dense soil and replaced with properly compacted select fill. Site and subgrade preparation recommendations are provided in detail in Section 11.1 of this report. 8.2 Ground Storage Tank Foundation Design It appears the ground storage tanks can be supported on reinforced concrete ringwalls to distribute the concentrated loads of the tank structures and to provide a solid surface for fabrication of the tank shells. The reinforced concrete ringwall should be supported on competent soils at a depth of at least 3-ft below existing ground surface. For constructability purposes, the width of the ringwall should be at least 18-in to facilitate placement of reinforcing steel and cleaning of the excavation prior to the placement of concrete. The proposed tank foundation should be designed and constructed in general accordance with American Petroleum Institute (API) Standard 650, Appendix B (Recommendations for Design and Construction of Aboveground Oil Storage Tanks). 8.2.1 Tank Stability Analysis Foundation instability can develop quickly or slowly and it often results in large, non-uniform settlements and tilting of tanks. In a number of well-documented cases, bearing capacity failures in the foundations of tanks have resulted in severe damage such as rupture of tanks, loss of contents and environmental damage. The tank foundation system should satisfy two (2) fundamental and independent design criteria in order to protect against instability. First, the bearing pressure transmitted to the foundation soils should not exceed the allowable net bearing pressure which includes an appropriate safety factor. Second, settlements during the operating life of the tank should not be of a magnitude that will cause structural damage to the tank or its piping connections. TWE Project No. 13.23.247 8-7 Report No. 63737 For tanks supported on shallow foundations such as concrete ringwalls, tank stability is governed by the bearing capacity of the underlying soils. If the underlying soils do not have adequate bearing capacity, tank instability can develop resulting in possible tank damage. Two (2) modes of foundation instability have been observed in practice: base shear and edge shear. These failure modes are described in the following paragraphs. The mechanism of base shear failure is very similar to the mechanism for bearing failure of a shallow footing on clay. In this mode of failure, the entire tank acts as a unit in which the foundation soils are squeezed outward laterally from beneath the tank whereby the entire base of the tank acts as a single unit which undergoes downward movement. In the case of edge shear, the near surface soils shear which allows a section of the tank to deform. Edge shear failure is possible because steel tanks are relatively flexible and when local failure occurs, a portion of their perimeters move independently of the adjacent areas of the tank bases. Edge shear failure is typically the most common mode of bearing failure for ground storage tanks. Both of the above modes of failure were evaluated using available bearing capacity theories that take into account the characteristics of the underlying foundation soils beneath the tank in comparison with the tank width. Discussions regarding our analyses are provided below. For base shear, we computed an ultimate soil bearing capacity on the order of 6,100-psf. The minimum factor of safety against base shear failure when the ringwalls are supported on undisturbed natural soils at a depth of at least 3-ft was calculated to be 3.26 during operation and hydrotesting. For edge shear, we computed an ultimate soil bearing capacity on the order of 5,530-psf. The minimum factor of safety against edge shear failure for the proposed tanks when the ringwalls are supported on undisturbed natural soils at a depth of at least 3-ft was calculated to be 2.95 during operation and hydrotesting. For punching shear, we evaluated the bearing capacity for a continuous strip footing with a depth of 3-ft and a width of 1.5-ft. For punching shear, we computed an ultimate soil bearing capacity on the order of 7,100-psf. The factor of safety against punching shear failure for the proposed tank when the ringwall is supported on undisturbed natural soils at a depth of at least 3-ft was calculated to be 3.79 during operation and hydrotesting. The safety factors indicated above are considered to be acceptable given that properly monitored and stage-loaded hydrotests are performed for the new tanks and that the material to be stored does not have a specific gravity greater than 1.00. 8.2.2 Reinforced Concrete Ringwall Design As previously mentioned, the planned tanks can be supported on a reinforced concrete ringwall foundations and the base of the tank ringwalls should be supported on undisturbed natural soils at a depth of at least 3-ft below existing ground surface. Shallower ringwall depths could increase the potential for tank instability. TWE Project No. 13.23.247 8-8 Report No. 63737 The width of the ringwall should be designed so that the vertical pressure below the ringwall is approximately equal to the vertical pressures beneath the tank at the ringwall depth. However, we recommend a minimum ringwall width of at least 18-in for the proposed tanks. A sketch presenting our recommended typical concrete ringwall section is included in Appendix D. The ringwall foundation should be constructed by over-excavating and forming up the ringwall. Care should be taken to maintain a clean excavation prior to concrete placement as discussed in Section 11. Compaction requirements and subgrade preparation recommendations are also discussed in Section 11. The concrete ringwall should be designed to resist radial outward forces created by active lateral earth pressures acting on the inside of the ringwall. The passive resistance of the soils outside the ringwall should be neglected. Lateral earth pressures are a result of the uniform tank pressure transferred through the soil to the ringwall and the pressure of the soil against the ringwall. To compute lateral earth pressures acting on the ringwall resulting from the weight of the confined soil, assume a triangular lateral stress distribution, a lateral earth pressure coefficient of 0.50 for the foundation soils and a soil unit weight of 120-pcf. In addition, ringwall design should incorporate resistance to any possible hydrostatic pressure increases within the ringwalls over their design life. Outside fill should be sloped to drain away from the ringwall foundation. Backfill against the exterior of the ringwall should consist of medium plasticity, sandy lean clay (CL) materials meeting the material and compaction requirements in Section 11. Select fill should extend at least 2-ft beyond the outside face of the ringwall. The remaining outside fill beyond 2-ft may consist of existing site soils. 8.2.3 Tank Settlement Settlements can be expected due to consolidation of the subsurface soils beneath the tank footprint. Significant settlements of the new tank structure are not expected provided that the surcharge loads exerted by the new tank are not greater than the bearing capacity of the natural soils encountered at the project site. Settlement analysis was performed using the UniSettle computer program (Version 4.0) distributed by UniSoft Ltd. The program was developed by Pierre Goudreault and Bengt Fellenius and uses the Janbu Tangent Modulus approach (Janbu 1998) to calculate consolidation and elastic settlements. Using the geotechnical information derived from the soil borings B-3 and B-4 performed for the project, we calculated long-term settlements for the proposed above ground storage tanks to be approximately 5.0-in to 6.0-in at the center of the tank with differential settlements on the order of 2.0-in to 3.0-in at the edge of the tank. It is expected that approximately 30% of the anticipated tank foundation settlements could occur during the hydrotest. The remainder of the settlements expected should occur over the service life of the tank structure at a decreasing rate over time depending on the loading frequency and duration of loads. For this reason, it is recommended that final piping connections be made after the hydrotest. We recommend that the pad within the periphery of the tank be graded to provide proper crowning to account for the anticipated consolidation settlements. TWE Project No. 13.23.247 8-9 Report No. 63737 The performance of the foundation system will be sensitive to construction quality as well as soil-structure interaction. Care should be taken to ensure that the soils at the foundation bearing depth are not disturbed during excavation operations. 8.2.4 Tank Hydrotesting The proposed tanks should be tested before being placed in service. Testing generally consists of filling the tank with water under controlled conditions after construction is complete to check the competency of welds, to verify the ability of the ringwall foundation to carry the loads imposed by the tanks and to reduce the amount of settlement the tanks will experience over its service life. We recommend that a controlled, stage-loaded hydrotesting program for the tanks be accompanied by a settlement monitoring program. If monitoring during hydrotesting is desired, the following guidelines may be used to establish the program. We recommend that a series of reference points be established around the tank shell in order to monitor the movements of the tanks during hydrotesting. We suggest at least four (4) settlement points be established at equal spacing around the perimeter of the tanks. Elevations of these points should be obtained prior to, during and after hydrotesting. Initially, we suggest filling the tanks with water in four (4) equal increments. When half of the tank height is reached, the water level should be maintained until settlement observations indicate the rate of settlement has decreased significantly. The tanks may then be hydrotested to the next increments. When the maximum allowable fluid level is reached, the level should be maintained until settlement readings show either no movement or until the settlement rate is smaller than a predetermined range. If excessive settlement rates are observed, smaller loading increments may be required. Settlement observations should be reviewed as hydrotesting proceeds to assess differential settlement, local slope, tank tilt and out-of-plane distortion. Corrective action should be taken if necessary. Criteria for acceptable settlement should be established by the Client and/or tank manufacturer. Settlement observations should be obtained frequently, preferably two (2) times a day, in order to develop the data necessary to assess tank performance. If settlements begin to approach unacceptable limits, tank filling should be halted and not resumed until the situation is reviewed and evaluated. TWE Project No. 13.23.247 9-1 Report No. 63737 9 SHALLOW FOUNDATION RECOMMENDATIONS 9.1 General This section only applies to lightly-loaded equipment associated with the project. A suitable foundation should have an adequate factor of safety against exceeding the bearing capacity of the supporting soils. Also, the vertical movement of the foundation from settlement or swelling should be within tolerable structural limits. Lightly-loaded equipment could be supported on shallow foundations bearing the natural clay soils at a minimum depth of 2-ft below existing grade. Shallow foundations are generally defined as foundations with the width greater than the embedment depth. Shallow foundations include spread (square and rectangular, octagonal, and circular) and strip footings. The recommendations for square footings presented in this report can be applied to circular and octagonal shape footings of the same diameter as that of the square footing width, and for rectangular footings having a length to width ratio of 2 or less. Typically, a footing can be treated as strip footing when it has a length to width ratio of 10 or more. Our geotechnical recommendations for shallow foundation systems for this project are provided in the following sections. 9.2 Conventional Spread Footings Foundation systems must satisfy two (2) independent design criteria with respect to soil conditions. The first criterion is that the system be designed with an appropriate factor of safety against bearing capacity failure of the soils underlying the foundations. The second criterion is that movement beneath the foundation system due to compression (consolidation) or expansion (swell) of the underlying soils must be within tolerable limits for the structure. As requested, this report provides an allowable bearing capacity for conventional spread footings placed on natural soils at the recommended depth. Settlement can be computed by TWE based on proposed footing sizes, depths and actual loading conditions for existing soil conditions or improved soil conditions upon request. 9.2.1 Foundation Depth and Allowable Bearing Capacity We recommend that conventional spread footings be placed at a minimum depth of 2-ft below existing or final grade, whichever is deeper. Individual spread or continuous strip footings placed in the natural soils at the recommended depth can be designed for an allowable net soil bearing capacity of 1,500-psf. This bearing capacity value should provide a factor of safety of 3.0 against soil shear failure. Individual spread and continuous strip footings should have minimum widths of 24-in and 18-in, respectively, even if the actual bearing pressure is less than the design value. TWE Project No. 13.23.247 9-2 Report No. 63737 9.2.2 Uplift Resistance Resistance to vertical force (uplift) is provided by the weight of the concrete footing plus the weight of the soil directly above the footing. For this site, it is recommended that the ultimate uplift resistance be based on buoyant unit weights for soil and concrete of 60-pcf and 90-pcf, respectively. The calculated ultimate uplift resistance should be reduced by a factor of safety of 1.2 to calculate the allowable uplift resistance. 9.2.3 Lateral Resistance Horizontal loads acting on spread footings will be resisted by passive earth pressure acting on one side of the footing and by base adhesion in cohesive soils (clays). An allowable passive pressure of 750-psf may be used for the natural clay soils or properly compacted structural select fill material used as backfill around the footings. An allowable base adhesion of 325-psf may be used for footings in good contact with the natural clay soils or structural select fill at the recommended depth. 9.2.4 Resistance to Overturning Moments The contact pressure distribution of a spread footing subject to overturning moments will be trapezoidal. The design of the foundation should be such that full soil contact and positive pressure are maintained under the foundation. In addition, the maximum contact pressure should not exceed the allowable net bearing pressure for the foundation soil. 9.2.5 Settlement Estimated settlement for the recommended spread footings placed at the recommended depth is based on our experience. This estimate assumes uniformly loaded foundations with pressures that are no greater than the recommended allowable net bearing pressures and assume the foundations are designed and constructed in accordance with the recommendations provided in this report. In addition, the estimates assume that foundations will act as isolated foundations and that the clear spacing between adjacent foundations is great enough to significantly reduce the influence of adjacent foundations. Settlement of properly designed and installed spread footings is estimated to be on the order of about 1-in assuming a clear spacing between footings of at least the width of the larger adjacent footing. Differential settlement between spread footings could be on the order of about one-half (1/2) the total settlement. TWE Project No. 13.23.247 10-1 Report No. 63737 10 PAVEMENT DESIGN RECOMMENDATIONS 10.1 Pavment Design Criteria For the proposed use of the parking lot for pumping station and the anticipated traffic frequencies, a flexible or rigid pavement system could be considered. Detailed traffic loads and frequencies were not available at the time of this report. Tabulated in Table 10-1 below are the assumed traffic frequencies and loads used to design pavement sections for this project. Table 10-1: Vehicle Classification and Traffic Loading Pavement Area Traffic Design Index Description Parking Areas DI-1 Light traffic: few vehicles heavier than passenger cars; no regular use by heavily-loaded two (2) axle trucks or larger Light-Duty Driveways DI-2 Light to medium traffic: similar to DI-1; less than fifty (50) loaded, two (2) axle trucks or lightly- loaded larger vehicles per day; no regular use by heavily-loaded trucks with three (3) or more axles Heavy-Duty Driveways and Loading Areas DI-3 Medium traffic: less than three-hundred (300) heavily-loaded, two (2) axle trucks or buses per day; no more than thirty (30) heavily-loaded trucks with more than three (3) axles per day Listed in Table 10-2 below are pavement component thicknesses which may be used as a guide for pavement systems at the site for the traffic classifications stated herein. It should be noted that these systems were derived based on general soil characterization of the subgrade. No specific testing (such as CBR's, resilient modulus tests, etc.) was performed for this project to evaluate the support characteristics of the subgrade. A subgrade CBR value of 2 has been estimated for pavement design purposes. Table 10-2: Recommended Pavement Thicknesses Flexible Pavement System Component DI-1 DI-2 DI-3 Hot Mix Asphaltic Concrete 1.5-in 2.0-in 3.0-in Flexible Base 8.0-in 10.0-in 12.0-in Stabilized Subgrade 8.0-in 8.0-in 8.0-in Rigid Pavement System Component DI-1 DI-2 DI-3 Reinforced Concrete 5.0-in 6.0-in 8.0-in Stabilized Subgrade 8.0-in 8.0-in 8.0-in TWE Project No. 13.23.247 10-2 Report No. 63737 Structural select fill with a thickness of 12-in can be substituted for the stabilized subgrade layer in the pavement sections shown in Table 10-2. Material and compaction requirements for structural select fill are provided in Section 11 of this report. Reinforcing steel consisting of deformed steel rebar should be used in rigid concrete pavement. Thickness should be based on concrete flexural strength, soil modulus and traffic volume. Selection of steel should be dependent on joint spacing, slab thickness and other factors as discussed in published literature. The suggested guidelines in Table 10-3 below should be modified by the Engineer based upon the actual configuration of the pavement layout. Table 10-3: Rigid Pavement Components Component Description Minimum Reinforcing Steel #3 bars should be spaced at 18-in on centers in both directions. Minimum Dowel Size 3/4-in bars, 18-in in length, with one (1) end treated to slip should be spaced at 12-in on centers at each joint. Control Joint Spacing Maximum control joint spacing should be 15-ft. If sawcut, control joints should be cut as soon as the concrete has hardened sufficiently to permit sawing without excessive raveling which is usually within four (4) to twenty-four (24) hours of concrete placement. Isolation / Expansion Joints Expansion joints should be used in areas adjacent to structures, such as manholes and walls. 10.2 Pavement Section Materials 10.2.1 Reinforced Concrete Hydraulic cement concrete should be provided in accordance with TxDOT Item 421 “Hydraulic Cement Concrete.” 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 if used for the proposed pavement areas. TWE Project No. 13.23.247 10-3 Report No. 63737 10.2.2 Dense-Graded Hot Mix Asphalt Asphaltic concrete surface course should be a plant mixed, hot laid, fine-graded surface course meeting the master specification requirements of TxDOT Item 340 “Dense-Graded Hot Mix Asphalt” and specific criteria for the job mix formula. The mix should be designed for a stability of at least forty (40) and should be compacted to contain 5% to 9% air voids or 91% to 95% of the maximum theoretical density as determined by Tex-207-E “Determining Density of Compacted Bituminous Mixtures.” Rolling patterns should be established to achieve maximum compaction of the dense-graded hot mix asphalt. At least one (1) pneumatic-tire roller having a minimum weight of 12-tons should be used to compact the surface course. TWE would be pleased to provide quality control testing and inspection services of hot mix asphalt concrete surfacing if used for the proposed pavement areas. 10.2.3 Flexible Base The base course of flexible pavement for the project should consist of Type A, Grade 1 crushed stone meeting the requirements of TxDOT Item 247 “Flexible Base.” Flexible base materials should be compacted in maximum 6-in compacted lifts to at least 95% of the maximum dry density within 2% of the optimum moisture content as determined from ASTM D 698. 10.2.4 Stabilized Subgrade Subgrade soils in pavement areas should be stabilized with hydrated lime in accordance with TxDOT 2004 Standard Specification Item 260. It is estimated that 6% hydrated lime by dry weight of soil will be required. The actual quantity of lime required should be determined after the project site is stripped and the subgrade soils are exposed by use of a laboratory strength series test. The lime used should be Type A hydrated lime or Type B commercial slurry conforming to TxDOT Item 260. The lime stabilized subgrade should be compacted to a minimum of 95% of the maximum dry density as determined by ASTM D 698 at above the optimum moisture content. Structural select fill with a thickness of 12-in can be substituted for the stabilized subgrade layer in the pavement sections shown in Table 10-2. Material and compaction requirements for structural select fill are provided in Section 11 of this report. TWE Project No. 13.23.247 11-1 Report No. 63737 11 CONSTRUCTION CONSIDERATIONS 11.1 Subgrade Preparation and Structural Select Fill Areas designated for 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 11-1 below. Table 11-1: Compaction Equipment and Maximum Lift Thickness Compaction Equipment Maximum Lift Thickness (in) Mechanical Hand Tamper 4 Pneumatic Tired Roller 6 Tamping Foot Roller 8 Sheepsfoot Roller 8 Structural fill for the project 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. Structural sand fill material used to backfill excavation and raise site grade within the interior of the proposed tank ringwall should consist of clean sand with less than 15% material finer than the No. 200 sieve. Structural sand fill should be placed in maximum 8-in loose lifts and uniformly compacted to at least 70% relative density as determined by ASTM D 4253 and ASTM D 4254. TWE Project No. 13.23.247 11-2 Report No. 63737 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. 11.2 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. 11.3 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. 11.4 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. Spread footing 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. TWE Project No. 13.23.247 11-3 Report No. 63737 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. 11.5 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 structures nearby. 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 and design pile capacities. These supplemental techniques should be avoided since they may reduce pile capacities. Driving of center cluster piles first will facilitate driving operations. Accurate records of the final tip elevation and driving resistances should be obtained during the pile driving operations. Some pile heaving may be experienced during installation of adjacent displacement type piles. It is therefore recommended that tip elevations of piles be recorded and if significant heave is noted after driving of subsequent piles, provisions must be made for reseating them. 11.6 Augercast Pile Installation The proper installation of augercast piles is dependent on Contractor experience, construction procedure and equipment. The Contractor should have relevant experience with augering and pumping equipment, installing augercast piles in similar subsurface conditions and placing of reinforcing steel. Key personnel including the crane operator, grout pump operator and full-time field supervisor should have a minimum of three (3) years experience with installing augercast piles of similar size and depth in the local area. 11.6.1 Installation Monitoring We recommend a pile installation monitoring be implemented and performed by a qualified representative of the Geotechnical Engineer. Several aspects to monitor during augercast pile installation are viscosity of the pumped grout mixture, initial grout placement prior to raising the augers, resulting grout head observed at pile completion, incremental grout factors computed over 5-ft intervals during auger withdrawal, uniformity of grout placement; computed grout factor along completed pile length, continuous grout placement, auger withdrawal without delays or grout pressure fluctuations and reinforcing steel placement. TWE Project No. 13.23.247 11-4 Report No. 63737 11.6.2 Grout Mix A grout mix should be furnished to meet the requirements of the project and tested by a qualified representative of the Geotechnical Engineer. A minimum of six (6) 2-in square grout cubes should be cast each day during which piles are installed. Two (2) grout cubes should be tested in compression at seven (7) days and twenty-eight (28) days after placement. The remaining grout cubes should be held for additional testing, if necessary 11.6.3 Grout Placement The required grout volume to obtain a uniform pile will vary depending on subsurface soil conditions. Installation of piles with inappropriate grout volumes will affect the performance of the foundation system. Therefore, the Contractor should calibrate the grout pump before augercast pile installation commences. Grout should be pumped with sufficient pressure typically ranging from 300-psi to 400-psi. The auger should be withdrawn slowly enough to keep the hole filled to prevent collapse and lateral penetration of grout into soft or porous zones surrounding the pile. The auger withdrawal rate should be constant and not exceed 10-ft per minute. Pumped grout volumes typically range from 115% to 150% of the theoretical volume of the pile. A pressure head of at least 10-ft of grout above the injection point should be maintained at all times during auger withdrawal so that the grout exhibits a displacing action and resists the movement of loose material into the hole. The Contractor should determine the appropriate pressure head requirement during construction. Specific criteria regarding the minimum curing time before drilling adjacent piles and the minimum distance between new and previously installed, freshly grouted piles should be established in the project specifications. These criteria are necessary to protect newly completed piles from damage during the installation of adjacent piles. 11.6.4 Sonic Logging We recommend that the ACIP piles and/or drilled shafts installed for the project be tested for quality and consistency using the Cross-Hole Analyzer (CHAMP) developed by Pile Dynamics, Inc. The CHAMP presents real time analysis on-site of the piles/shafts installed. Data obtained from the field is transferred to a computer for review and additional analysis with using the CHA-W software and report preparation. Caving, necking, soil inclusions and grout voids can be detected using sonic logging. Sonic logging also allows for evaluation of pile/shaft installation procedures at the start of construction so that an acceptable procedure can be established. The percentage of piles/shafts to be evaluated will depend on the location and number of piles/shafts installed for the project. TWE would be pleased to develop a sonic logging program for the project. 11.7 Load Testing In order to confirm the geotechnical and detailed engineering analyses performed for the project, we recommend that a pile/shaft load testing program be considered to supplement the data available for the project. TWE would be pleased to assist with the development of an appropriate pile/shaft load testing program for this project upon request. TWE Project No. 13.23.247 12-5 Report No. 63737 12 LIMITATIONS AND DESIGN REVIEW 12.1 Limitations This report has been prepared for the exclusive use Arceneaux & Gates, Inc. and their project team for specific application to the design and construction of the proposed storage tanks and pump station for the City of Port Arthur 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 and times performed and only to the depth penetrated. The soil borings do not necessarily reflect strata variations that could exist at other locations within the project site. The validity of the recommendations provided is based in part on assumptions about the stratigraphy made by the Geotechnical Engineer. Such assumptions can be confirmed only during the construction phase. Our recommendations presented in this report must be reevaluated if subsurface conditions during construction 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. 12.2 Design Review and Construction Monitoring Review of the design and construction drawings 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 our authorized scope of services for this study. 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. 12.3 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. 13.23.247 Report No. 63737 APPENDIX A PROJECT INFORMATION ARCENEAUX & GATES, INC. LAST PRINTED: FROM: F - 3 0 PLEASURE ISLAND PUMP STATION CITY OF PORT ARTHUR PLESURE ISLAND PUMP STATION PORT ARTHUR, JEFFERSON COUNTY, TEXAS TWE Project No. 13.23.247 Report No. 63737 APPENDIX B SOIL BORING LOCATION PLAN DRAWING NO. 13.23.247-1 D R A W N B Y : C H E C K E D B Y : A P P R O V E D B Y : S C A L E : D W G . N O . D A T E : M . M . T . G . H . P . J . K . S O I L B O R I N G L O C A T I O N P L E A S U R E I S L A N D G S T P U M P S T A T I O N C I T Y O F P O R T A R T H U R P O R T A R T H U R , T E X A S 1 3 . 2 3 . 2 4 7 - 1 N . T . S . J A N U A R Y 0 6 , 2 0 1 3 V I C I N I T Y M A P P R O J E C T L O C A T I O N &23<5,*+7*22*/(($57+$//5,*+765(6(59(' C O P Y R I G H T * 2 2 * / ( 0 $ 3 6 $ / / 5 , * + 7 6 5 ( 6 ( 5 9 ( ' S O I L B O R I N G C O O R D I N A T E S B-1 B O R I N G L O N G I T U D E L A T I T U D E B - 1 1 : D E P T H 6 ' S O I L B O R I N G L O C A T I O N L E G E N D B - 2 1 : 2 0 ' B - 3 1 : 1 0 0 ' B - 4 1 : 1 0 0 ' B- 2 B - 3 B - 4 TWE Project No. 13.23.247 Report No. 63737 APPENDIX C LOGS OF BORINGS AND A KEY TO SYMBOLS AND TERMS USED ON BORING LOGS 0 5 10 15 20 25 30 35 Firm gray and brown FAT CLAY (CH) -with organics from 0' to 2' -becomes stiff at 2' -with ferrous nodules from 2' to 4' -with calcareous nodules from 4' to 6' Bottom @ 6' (P)1.25 (P)1.75 (P)2.25 11 55 39 95 Tolunay-Wong Engineers, Inc. LOG OF BORING B-1 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:6 ft NOTES:Free water was not encountered during dry-auger drilling. The open borehole was backfilled with soil cuttings.DATE BORING STARTED:01/02/14DATE BORING COMPLETED:01/02/14LOGGER:W. AlfredPROJECT NO.:13.23.247 EL E V A T I O N ( F T ) --- - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'6' ---- 29° 51' 59.72" 93° 57' 24.94" N W Page 1 of 1 0 5 10 15 20 25 30 35 Firm gray FAT CLAY (CH) -with organics from 0' to 2' -becomes stiff, gray and brown at 2' -with ferrous nodules from 2' to 10' -firm with silt pockets from 4' to 6' -with calcareous nodules from 6' to 8' -becomes very stiff at 8' -with sand pockets from 8' to 10' Very stiff brown LEAN CLAY with SAND (CL) -with calcareous nodules from 10' to 12' -becomes stiff and brown at 13' Bottom @ 20' (P)0.75 (P)2.00 (P)0.75 (P)2.25 (P)4.00 (P)3.00 (P)2.00 (P)1.75 20 10 14 9 8 98 113 115 60 52 51 42 37 36 0.71 0.98 2.25 15 15 10 2 96 81 74 Tolunay-Wong Engineers, Inc. LOG OF BORING B-2 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:20 ft NOTES:Free water was encountered at a depth of 14.0-ft during dry-auger drilling and rose to a depth of 6.0-ft after fifteen (15) minutes. The open borehole was backfilled with cement-bentonite grout. DATE BORING STARTED:01/02/14DATE BORING COMPLETED:01/02/14LOGGER:W. AlfredPROJECT NO.:13.23.247 EL E V A T I O N ( F T ) --- - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'15' 15'20' 29° 51' 58.44" 93° 57' 24.57" N W Page 1 of 1 0 5 10 15 20 25 30 35 Firm brown and gray FAT CLAY (CH) -with organics from 0' to 4' -becomes gray and tan at 2' -with ferrous nodules from 4' to 6' -with calcareous nodules from 6' to 10' -becomes stiff at 8' Firm brown and tan LEAN CLAY (CL) -soft from 18' to 20' -with silt partings from 23' to 30' -becomes stiff and gray at 28' Stiff gray FAT CLAY (CH) -slickensided from 33' to 35' (P)1.25 (P)1.25 (P)1.00 (P)1.25 (P)2.00 (P)1.00 (P)0.75 (P)0.50 (P)1.00 (P)2.25 (P)2.25 27 28 26 23 31 30 43 98 96 104 92 78 54 63 61 41 39 46 44 23 0.67 0.96 1.66 0.92 1.97 14 15 6 1 4* 4 16 95 96 87 90 Tolunay-Wong Engineers, Inc. LOG OF BORING B-3 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:100 ft NOTES:Free water was encountered at a depth of 15.0-ft during dry-auger drilling and rose to a depth of 6.6-ft after fifteen (15) minutes. The open borehole was backfilled with cement-bentonite grout. CON: One-Dimensional Consolidation. DATE BORING STARTED:12/30/13DATE BORING COMPLETED:12/30/13LOGGER:W. AlfredPROJECT NO.:13.23.247 Page 1 of 3 EL E V A T I O N ( F T ) --- - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'15' 15'100' 29° 51' 58.33" 93° 57' 23.96" N W 35 40 45 50 55 60 65 70 Stiff gray FAT CLAY (CH) -firm from 43' to 45' -with calcareous nodules from 43' to 50' -slickensided from 58' to 50' Very stiff gray FAT CLAY with SAND (CH) (P)1.75 (P)1.00 (P)1.50 (P)2.50 (P)2.50 (P)4.25 (P)4.00 40 31 93 77 85 55 62 1.21 1* CON Tolunay-Wong Engineers, Inc. LOG OF BORING B-3 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:100 ft NOTES:Free water was encountered at a depth of 15.0-ft during dry-auger drilling and rose to a depth of 6.6-ft after fifteen (15) minutes. The open borehole was backfilled with cement-bentonite grout. CON: One-Dimensional Consolidation. DATE BORING STARTED:12/30/13DATE BORING COMPLETED:12/30/13LOGGER:W. AlfredPROJECT NO.:13.23.247 Page 2 of 3 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'15' 15'100' 29° 51' 58.33" 93° 57' 23.96" N W 75 80 85 90 95 100 105 Very stiff gray FAT CLAY with SAND (CH) -becomes stiff at 73' -very stiff from 78' to 80' Hard gray FAT CLAY (CH) -with silt seams from 88' to 90' -becomes very stiff at 93'-with ferrous nodules from 93' to 95' -slickensided from 98' to 100' Bottom @ 100' (P)2.00 (P)3.00 (P)2.50 (P)4.50 (P)3.50 (P)2.00 26 28 39 95 83 84 52 61 31 1.30 2.32 8 4* 37 79 Tolunay-Wong Engineers, Inc. LOG OF BORING B-3 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:100 ft NOTES:Free water was encountered at a depth of 15.0-ft during dry-auger drilling and rose to a depth of 6.6-ft after fifteen (15) minutes. The open borehole was backfilled with cement-bentonite grout. CON: One-Dimensional Consolidation. DATE BORING STARTED:12/30/13DATE BORING COMPLETED:12/30/13LOGGER:W. AlfredPROJECT NO.:13.23.247 Page 3 of 3 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'15' 15'100' 29° 51' 58.33" 93° 57' 23.96" N W 0 5 10 15 20 25 30 35 Stiff brown FAT CLAY (CH) -with organics from 0' to 2' -with ferrous nodules from 2' to 10 -with sand seams from 4' to 6' -with calcareous nodules from 6' to 10' -firm and slickensided from 6' to 8' Stiff brown LEAN CLAY (CL), with calcareous nodules Medium dense brown CLAYEY SAND (SC) Very stiff brown FAT CLAY (CH) -becomes stiff at 23' -with silt partings from 23' to 35' -brown and gray from 28' to 30' -becomes very stiff at 33' -slickensided from 33' to 35' (P)1.50 (P)2.50 (P)1.75 (P)1.50 (P)2.50 (P)2.50 (P)4.50 (P)3.50 (P)2.50 (P)1.75 (P)2.50 31 23 29 32 25 22 30 34 45 102 92 101 78 65 69 49 69 47 48 33 47 1.67 0.93 1.12 2.03 14 5 15 5 * ** * 97 95 41 93 100 CON Tolunay-Wong Engineers, Inc. LOG OF BORING B-4 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:100 ft NOTES:Free water was encountered at a depth of 15.0-ft during dry-auger drilling and rose to a depth of 5.6-ft after fifteen (15) minutes. The open borehole was backfilled with cement-bentonite grout. CON: One-Dimensional Consolidation. DATE BORING STARTED:12/31/13DATE BORING COMPLETED:12/31/13LOGGER:T. McClainPROJECT NO.:13.23.247 Page 1 of 3 EL E V A T I O N ( F T ) --- - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'15' 15'100' 29° 51' 57.93" 93° 57' 22.74" N W 35 40 45 50 55 60 65 70 Very stiff brown FAT CLAY (CH) -becomes stiff and gray at 38' -slickensided from 43' to 45' -with shell from 48' to 50' -slickensided from 53' to 60' -becomes very stiff at 58' Hard gray LEAN CLAY with SAND (CL) -with calcareous nodules from 63' to 70' -becomes very stiff at 68' (P)2.25 (P)2.50 (P)2.25 (P)2.75 (P)3.75 (P)4.50 (P)4.25 44 20 78 80 49 56 32 1.77 4* 80 Tolunay-Wong Engineers, Inc. LOG OF BORING B-4 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:100 ft NOTES:Free water was encountered at a depth of 15.0-ft during dry-auger drilling and rose to a depth of 5.6-ft after fifteen (15) minutes. The open borehole was backfilled with cement-bentonite grout. CON: One-Dimensional Consolidation. DATE BORING STARTED:12/31/13DATE BORING COMPLETED:12/31/13LOGGER:T. McClainPROJECT NO.:13.23.247 Page 2 of 3 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'15' 15'100' 29° 51' 57.93" 93° 57' 22.74" N W 75 80 85 90 95 100 105 Very stiff gray LEAN CLAY with SAND (CL) -becomes hard at 73' Stiff gray and brown SANDY LEAN CLAY (CL) -becomes very stiff and gray at 83' -with silt partings from 83' to 85' Hard gray LEAN CLAY with SAND (CL) Very stiff gray FAT CLAY (CH), with silt partings -becomes stiff at 98' -slickensided from 98' to 100' Bottom @ 100' (P)4.50 (P)2.25 (P)4.00 (P)4.50 (P)4.25 (P)2.75 18 24 30 90 24 69 9 46 1.79 4* 69 73 Tolunay-Wong Engineers, Inc. LOG OF BORING B-4 PROJECT:Proposed Pump Station Port Arthur, Texas CLIENT:Arceneaux & Gates Engineers, Inc. Port Arthur, Texas COMPLETION DEPTH:100 ft NOTES:Free water was encountered at a depth of 15.0-ft during dry-auger drilling and rose to a depth of 5.6-ft after fifteen (15) minutes. The open borehole was backfilled with cement-bentonite grout. CON: One-Dimensional Consolidation. DATE BORING STARTED:12/31/13DATE BORING COMPLETED:12/31/13LOGGER:T. McClainPROJECT NO.:13.23.247 Page 3 of 3 EL E V A T I O N ( F T ) -- - - - - - - - - - - - - - - - - - - - - - - - - - DE P T H ( F T ) SA M P L E T Y P E SY M B O L MATERIAL DESCRIPTION COORDINATES: SURFACE ELEVATION: DRILLING METHOD: Dry Augered: to Wash Bored: to (P ) P O C K E T P E N ( t s f ) (T ) T O R V A N E ( t s f ) ST D . P E N E T R A T I O N TE S T B L O W C O U N T MO I S T U R E CO N T E N T ( % ) DR Y U N I T W E I G H T (p c f ) LI Q U I D L I M I T (% ) PL A S T I C I T Y IN D E X ( % ) LA B M I N I V A N E SH E A R ( t s f ) CO M P R E S S I V E ST R E N G T H ( t s f ) FA I L U R E S T R A I N ( % ) CO N F I N I N G PR E S S U R E ( p s i ) PA S S I N G # 2 0 0 SI E V E ( % ) OT H E R T E S T S PE R F O R M E D -- 0'15' 15'100' 29° 51' 57.93" 93° 57' 22.74" N W TWE Project No. 13.23.247 Report No. 63737 APPENDIX D TYPICAL SECTION – CONCRETE RINGWALL FOOTING DRAWING NO. 13.23.094-2 D R A W N B Y : C H E C K E D B Y : A P P R O V E D B Y : S C A L E : D W G . N O . D A T E : M . K . T . G . H . P . J . K . T Y P I C A L S E C T I O N - C O N C R E T E R I N G W A L L F O O T I N G N E W G R O U N D S T O R A G E T A N K S P R O P O S E D P U M P S T A T I O N C I T Y O F P O R T A R T H U R P O R T A R T H U R , T E X A S 1 3 . 2 3 . 2 4 7 - 2 N . T . S . M a r c h 2 5 , 2 0 1 4 TWE Project No. 13.23.247 Report No. 63737 APPENDIX E ALLOWABLE UNIT FRICTION & END BEARING CURVES AND PILE CAPACITY TABLE SOIL BORINGS B-3 AND B-4 0 10 20 30 40 50 60 70 0 2 4 6 8 10 12 14 16 18 20 De p t h b e l o w E x i s t i n g G r a d e ( f t ) ALLOWABLE UNIT SIDE FRICTION AND END BEARING RESISTANCE AUGERED CAST-IN-PLACE PILES "Fc" CURVE (Includes Factor of Safety = 2.5) "E" CURVE (Includes Factor of Safety = 3.0) "Ft" CURVE (Includes Factor of Safety = 3.0) Allowable Unit Side Resistance (F) per foot of Pile Perimeter (tons/ft) Project: Client: Figure 1 Report No.: 63737 Project No.: 13.23.247 Appendix E Port Arthur, Texas Arceneaux & Gates, Inc. Port Arthur, Texas Proposed Pump Station Augered Cast-in-Place Piles Allowable Unit F & E Curves 70 80 90 100 Allowable Unit End Bearing (E) per square foot of Pile Tip Area (tons/ft2) EXAMPLE: Augered Cast-in-Place Pile (24-in Diameter, 50-ft Length) P = 6.28-ft A = 3.14-ft 2 Fc = 5.94-tons/ft Ft = 4.95-tons/ft E = 1.63-tons/ft 2 Qc = (6.28)(5.94) + (3.14)(1.63) = 42.4-tons Qt = (6.28)(4.95) = 31.1-tons DESIGN EQUATIONS: Compression: Qc = PFc + AE Tension: Qt = PFt TERMS: P = Average Pile Perimeter (ft) A = Pile Tip Area (ft 2) Fc, Ft & E = Allowable Unit Friction (Compression/Tension) and End Bearing Factors Qc,t = Allowable Pile Capacity in Compression and Tension (tons) (See Notes 1 thru 4 on Figure 2 of Appendix F) Fc Ft E 14 20 3.67 1.07 1.54 1.28 0.93 7 5 14 30 3.67 1.07 2.42 2.02 2.10 11 7 14 40 3.67 1.07 4.40 3.67 1.63 18 13 14 50 3.67 1.07 5.94 4.95 1.63 24 18 14 60 3.67 1.07 7.48 6.23 3.27 31 23 14 70 3.67 1.07 10.56 8.80 3.27 42 32 14 80 3.67 1.07 12.98 10.82 2.10 50 40 14 90 3.67 1.07 15.36 12.80 2.80 59 47 14 100 3.67 1.07 17.60 14.67 2.10 67 54 16 20 4.19 1.40 1.54 1.28 0.93 8 5 16 30 4.19 1.40 2.42 2.02 2.10 13 8 16 40 4.19 1.40 4.40 3.67 1.63 21 15 16 50 4.19 1.40 5.94 4.95 1.63 27 21 16 60 4.19 1.40 7.48 6.23 3.27 36 26 16 70 4.19 1.40 10.56 8.80 3.27 49 37 16 80 4.19 1.40 12.98 10.82 2.10 57 45 16 90 4.19 1.40 15.36 12.80 2.80 68 54 16 100 4.19 1.40 17.60 14.67 2.10 77 61 18 20 4.71 1.77 1.54 1.28 0.93 9 6 18 30 4.71 1.77 2.42 2.02 2.10 15 10 18 40 4.71 1.77 4.40 3.67 1.63 24 17 18 50 4.71 1.77 5.94 4.95 1.63 31 23 AUGERED CAST-IN-PLACE PILES Allowable Axial Capacity (tons) Pile Diameter (in) Embedment Depth (ft)Perimeter (ft)Area (ft2) Design Factors from Curves Compression (tons) Tension (tons) (See Note 4) 18 50 4.71 1.77 5.94 4.95 1.63 31 23 18 60 4.71 1.77 7.48 6.23 3.27 41 29 18 70 4.71 1.77 10.56 8.80 3.27 56 41 18 80 4.71 1.77 12.98 10.82 2.10 65 51 18 90 4.71 1.77 15.36 12.80 2.80 77 60 18 100 4.71 1.77 17.60 14.67 2.10 87 69 24 20 6.28 3.14 1.54 1.28 0.93 13 8 24 30 6.28 3.14 2.42 2.02 2.10 22 13 24 40 6.28 3.14 4.40 3.67 1.63 33 23 24 50 6.28 3.14 5.94 4.95 1.63 42 31 24 60 6.28 3.14 7.48 6.23 3.27 57 39 24 70 6.28 3.14 10.56 8.80 3.27 77 55 24 80 6.28 3.14 12.98 10.82 2.10 88 68 24 90 6.28 3.14 15.36 12.80 2.80 105 80 24 100 6.28 3.14 17.60 14.67 2.10 117 92 Notes: Project: Client: 1) Pile embedment depth is depth below existing ground surface at the time borings were performed. 2) Allowable axial compression loads in the above table are net loads and should consist of DL + LL. 3) Allowable compression and tension values in the above table may be increased by 33% for transient loads including wind. 4) Allowable tension capacity provided in the above table does not include the weight of the pile. Port Arthur, Texas Arceneaux & Gates, Inc. Port Arthur, Texas Proposed Pump Station Figure 2 Appendix E Augered Cast-in-Place Piles Allowable Axial Capacity Table Project No.: 13.23.247 Report No.: 63737 0 10 20 30 40 50 60 0 5 10 15 20 25 30 De p t h b e l o w E x i s t i n g G r a d e ( f t ) Allowable Unit Side Resistance (F) per foot of Pile Perimeter (tons/ft) ALLOWABLE UNIT SIDE FRICTION AND END BEARING RESISTANCE DRIVEN PRECAST CONCRETE PILES "Fc" CURVE (Includes Factor of Safety = 2.5) "E" CURVE (Includes Factor of Safety = 2.5) "Ft" CURVE (Includes Factor of Safety = 3.0) Project: Client: Allowable Unit F & E Curves Driven Concrete Piles Proposed Pump Station Project No.: 13.23.247 Port Arthur, Texas Report No.: 63737 Arceneaux & Gates, Inc.Appendix E Port Arthur, Texas Figure 3 70 80 90 100 Allowable Unit End Bearing (E) per square foot of Pile Tip Area (tons/ft2) EXAMPLE: Driven Precast Concrete Pile (12-in Width, 80-ft Length) P = 4.00 ft A = 1.00 ft 2 Fc = 17.35 tons/ft Ft = 14.46 tons/ft E = 3.23 tons/ft 2 Qc = (4.00)(17.35) + (1.00)(3.23) = 72.6-tons Qt = (4.00)(14.46) = 57.8-tons DESIGN EQUATIONS: Compression: Qc = PFc + AE Tension: Qt = PFt TERMS: P = Average Pile Perimeter (ft) A = Pile Tip Area (ft 2) Fc, Ft & E = Allowable Unit Friction (Compression/Tension) and End Bearing Factors Qc,t = Allowable Pile Capacity in Compression and Tension (tons) (See Notes 1 thru 4 on Figure 2 of Appendix E) Fc Ft E 12 55 4.00 1.00 9.21 7.68 2.52 39 31 12 60 4.00 1.00 10.42 8.68 5.04 47 35 12 65 4.00 1.00 12.14 10.12 5.04 54 40 12 70 4.00 1.00 13.97 11.64 5.04 61 47 12 75 4.00 1.00 15.81 13.17 3.23 66 53 12 80 4.00 1.00 17.35 14.46 3.23 73 58 12 85 4.00 1.00 18.97 15.81 4.33 80 63 12 90 4.00 1.00 20.86 17.38 4.33 88 70 12 95 4.00 1.00 22.76 18.97 3.23 94 76 12 100 4.00 1.00 24.47 20.39 3.23 101 82 14 55 4.67 1.36 9.21 7.68 2.52 46 36 14 60 4.67 1.36 10.42 8.68 5.04 55 41 14 65 4.67 1.36 12.14 10.12 5.04 64 47 14 70 4.67 1.36 13.97 11.64 5.04 72 54 14 75 4.67 1.36 15.81 13.17 3.23 78 61 14 80 4.67 1.36 17.35 14.46 3.23 85 67 14 85 4.67 1.36 18.97 15.81 4.33 94 74 14 90 4.67 1.36 20.86 17.38 4.33 103 81 14 95 4.67 1.36 22.76 18.97 3.23 111 89 14 100 4.67 1.36 24.47 20.39 3.23 119 95 16 55 5.33 1.78 9.21 7.68 2.52 54 41 16 60 5.33 1.78 10.42 8.68 5.04 65 46 16 65 5.33 1.78 12.14 10.12 5.04 74 54 16 70 5.33 1.78 13.97 11.64 5.04 83 62 16 75 5.33 1.78 15.81 13.17 3.23 90 70 16 80 5.33 1.78 17.35 14.46 3.23 98 77 16 85 5.33 1.78 18.97 15.81 4.33 109 84 16 90 5.33 1.78 20.86 17.38 4.33 119 93 16 95 5.33 1.78 22.76 18.97 3.23 127 101 16 100 5.33 1.78 24.47 20.39 3.23 136 109 18 55 6.00 2.25 9.21 7.68 2.52 61 46 18 60 6.00 2.25 10.42 8.68 5.04 74 52 Embedment Depth (ft)Tension (tons) SQUARE PRECAST CONCRETE PILES Allowable Axial Capacity (tons) Pile Width (in) (Square)Perimeter (ft)Area (ft2)Compression (tons) Design Factors from Curves 18 65 6.00 2.25 12.14 10.12 5.04 84 61 18 70 6.00 2.25 13.97 11.64 5.04 95 70 18 75 6.00 2.25 15.81 13.17 3.23 102 79 18 80 6.00 2.25 17.35 14.46 3.23 111 87 18 85 6.00 2.25 18.97 15.81 4.33 124 95 18 90 6.00 2.25 20.86 17.38 4.33 135 104 18 95 6.00 2.25 22.76 18.97 3.23 144 114 18 100 6.00 2.25 24.47 20.39 3.23 154 122 24 55 8.00 4.00 9.21 7.68 2.52 84 61 24 60 8.00 4.00 10.42 8.68 5.04 104 69 24 65 8.00 4.00 12.14 10.12 5.04 117 81 24 70 8.00 4.00 13.97 11.64 5.04 132 93 24 75 8.00 4.00 15.81 13.17 3.23 139 105 24 80 8.00 4.00 17.35 14.46 3.23 152 116 24 85 8.00 4.00 18.97 15.81 4.33 169 126 24 90 8.00 4.00 20.86 17.38 4.33 184 139 24 95 8.00 4.00 22.76 18.97 3.23 195 152 24 100 8.00 4.00 24.47 20.39 3.23 209 163 Project: Client: 1) Pile embedment depth is depth below existing ground surface. Pleasure Island Pump Station Project No.: 13.23.247 Port Arthur, Texas Report No.: 63737 Appendix E Port Arthur, Texas Driven Concrete Piles Figure 4 Notes: 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 allowed by applicable building code). 4) Allowable axial tension capacity values in the above table do not include the weight of the pile. Allowable Axial CapacityArceneaux & Gates, Inc. Project: Client: Allowable Unit F & E Curves Driven Concrete Piles Pleasure Island Pump Station Project No.: 13.23.247 Port Arthur, Texas Report No.: 63737 Arceneaux & Gates, Inc.Appendix -- Port Arthur, Texas Figure 1 0 10 20 30 40 50 60 70 80 90 100 0 5 10 15 20 25 30 De p t h b e l o w E x i s t i n g G r a d e ( f t ) Allowable Unit Side Resistance (F) per foot of Pile Perimeter (tons/ft) ALLOWABLE UNIT SIDE FRICTION AND END BEARING RESISTANCE DRIVEN PRECAST CONCRETE PILES Allowable Unit End Bearing (E) per square foot of Pile Tip Area (tons/ft2) "Fc" CURVE (Includes Factor of Safety = 2.5) "E" CURVE (Includes Factor of Safety = 2.5) "Ft" CURVE (Includes Factor of Safety = 3.0) EXAMPLE: Driven Precast Concrete Pile (12-in Width, 80-ft Length) P = 4.00 ft A = 1.00 ft2 Fc = 17.35 tons/ft Ft = 14.46 tons/ft E = 3.23 tons/ft2 Qc = (4.00)(17.35) + (1.00)(3.23) = 72.6-tons Qt = (4.00)(14.46) = 57.8-tons DESIGN EQUATIONS: Compression: Qc = PFc + AE Tension: Qt = PFt TERMS: P = Average Pile Perimeter (ft) A = Pile Tip Area (ft2) Fc, Ft & E = Allowable Unit Friction (Compression/Tension) and End Bearing Factors Qc,t = Allowable Pile Capacity in Compression and Tension (tons) (See Notes 1 thru 4 on Figure 2 of Appendix --) Fc Ft E 12 55 4.00 1.00 9.21 7.68 2.52 39 31 12 60 4.00 1.00 10.42 8.68 5.04 47 35 12 65 4.00 1.00 12.14 10.12 5.04 54 40 12 70 4.00 1.00 13.97 11.64 5.04 61 47 12 75 4.00 1.00 15.81 13.17 3.23 66 53 12 80 4.00 1.00 17.35 14.46 3.23 73 58 12 85 4.00 1.00 18.97 15.81 4.33 80 63 12 90 4.00 1.00 20.86 17.38 4.33 88 70 12 95 4.00 1.00 22.76 18.97 3.23 94 76 12 100 4.00 1.00 24.47 20.39 3.23 101 82 14 55 4.67 1.36 9.21 7.68 2.52 46 36 14 60 4.67 1.36 10.42 8.68 5.04 55 41 14 65 4.67 1.36 12.14 10.12 5.04 64 47 14 70 4.67 1.36 13.97 11.64 5.04 72 54 14 75 4.67 1.36 15.81 13.17 3.23 78 61 14 80 4.67 1.36 17.35 14.46 3.23 85 67 14 85 4.67 1.36 18.97 15.81 4.33 94 74 14 90 4.67 1.36 20.86 17.38 4.33 103 81 14 95 4.67 1.36 22.76 18.97 3.23 111 89 14 100 4.67 1.36 24.47 20.39 3.23 119 95 16 55 5.33 1.78 9.21 7.68 2.52 54 41 16 60 5.33 1.78 10.42 8.68 5.04 65 46 16 65 5.33 1.78 12.14 10.12 5.04 74 54 16 70 5.33 1.78 13.97 11.64 5.04 83 62 16 75 5.33 1.78 15.81 13.17 3.23 90 70 16 80 5.33 1.78 17.35 14.46 3.23 98 77 16 85 5.33 1.78 18.97 15.81 4.33 109 84 16 90 5.33 1.78 20.86 17.38 4.33 119 93 16 95 5.33 1.78 22.76 18.97 3.23 127 101 16 100 5.33 1.78 24.47 20.39 3.23 136 109 18 55 6.00 2.25 9.21 7.68 2.52 61 46 18 60 6.00 2.25 10.42 8.68 5.04 74 52 18 65 6.00 2.25 12.14 10.12 5.04 84 61 18 70 6.00 2.25 13.97 11.64 5.04 95 70 18 75 6.00 2.25 15.81 13.17 3.23 102 79 18 80 6.00 2.25 17.35 14.46 3.23 111 87 18 85 6.00 2.25 18.97 15.81 4.33 124 95 18 90 6.00 2.25 20.86 17.38 4.33 135 104 18 95 6.00 2.25 22.76 18.97 3.23 144 114 18 100 6.00 2.25 24.47 20.39 3.23 154 122 24 55 8.00 4.00 9.21 7.68 2.52 84 61 24 60 8.00 4.00 10.42 8.68 5.04 104 69 24 65 8.00 4.00 12.14 10.12 5.04 117 81 24 70 8.00 4.00 13.97 11.64 5.04 132 93 24 75 8.00 4.00 15.81 13.17 3.23 139 105 24 80 8.00 4.00 17.35 14.46 3.23 152 116 24 85 8.00 4.00 18.97 15.81 4.33 169 126 24 90 8.00 4.00 20.86 17.38 4.33 184 139 24 95 8.00 4.00 22.76 18.97 3.23 195 152 24 100 8.00 4.00 24.47 20.39 3.23 209 163 Project: Client: Arceneaux & Gates, Inc.Appendix -- 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 allowed by applicable building code). 4) Allowable axial tension capacity values in the above table do not include the weight of the pile. Pile Width (in) (Square) Embedment Depth (ft)Perimeter (ft)Area (ft2)Compression (tons) Port Arthur, Texas Driven Concrete Piles Figure 2 Design Factors from Curves Allowable Axial Capacity Tension (tons) SQUARE PRECAST CONCRETE PILES Allowable Axial Capacity (tons) Pleasure Island Pump Station Project No.: 13.23.247 Port Arthur, Texas Report No.: 63737