SPECIAL SPECIFICATION. Atmos Energy - Natural Gas Distribution System

Similar documents
2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

RIGHT-OF-WAY PERMIT APPLICATION

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

CHAPTER 2 REQUIREMENTS FOR STATEWIDE ONE-CALL NOTIFICATION CENTER

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

CITY OF TAMPA ADDENDUM 2. April 18, 2018

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

Fees: An application fee of one hundred dollars ($100) shall be included with the application submission.

GENERAL PROVISIONS I. WORK REQUIREMENTS

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

APPLICATION & PERMIT FOR CONSTRUCTION IN PUBLIC RIGHT OF WAY. Name of Owner: Name of Applicant: Address of Applicant: City: State: Zip:

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Applying for a Kinder Morgan Canada. Proximity Permit. Design and Construction Guidelines CANADA

City of Bowling Green Department of Public Works

TOWN OF NORTH HERO MUNICIPAL WATER DEPARTMENT

Electric Service Information Sheet Georgia Power Company

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

CURB CUTS SPECIFICATIONS AND STANDARDS

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016

CITY ENGINEER'S ESTIMATE ITEM DESCRIPTION UNIT QTY. UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL UNIT PRICE ITEM TOTAL REMOVALS

BID TABULATION BID REQUEST NO

Right-of-Way Construction Permit Application

BARTOW COUNTY UTILITY PERMIT PROCEDURES

DESIGN VARIANCE REQUIREMENT & FORM

Rock Chalk Park - Infrastructure Report. July 2013

PART A ROADWAY - BASE BID

POWER CONSTRUCTION COMPANY CCIP PROGRAM SAFETY REQUIREMENTS

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS

EXCAVATION PERMIT GUIDELINES

ADDENDUM No. 1 January 29, Paving Program Village of Milford

Project No Paving & Seal Coat of 52 nd Street NE

NON-MOTORIZED FACILITIES

BID TAB PROJECT: REPLACEMENT OF ALBON ROAD BRIDGE NO. 606, PID NO BID OPEN: MAY 9, 2012 COMPLETION DATE: NOVEMBER 16, 2012

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Underground Utility Line Protection Act AKA Damage Prevention Act. HB2627 ACT 187 Signed: 12/19/96 PN Effective: 12/19/96 to 12/31/06

Spartanburg County Roads & Bridges 9039 Fairforest Road Spartanburg, South Carolina Telephone Fax

a. RIGHTS-OF-WAY. PG&E will own, operate, and maintain Distribution Main Extension facilities only:

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

Allen County Highway Engineering Department Problems and Progress

ROAD OPENING PERMIT APPLICATION. Instructions

WASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103

WASHTENAW COUNTY ROAD COMMISSION Permit Engineering Section 555 N. Zeeb Road Ann Arbor, MI 48103

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

CITY OF JENKS COMMERCIAL BUILDING PERMIT P.O. Box N. Elm Jenks, OK 74037(918)

REQUEST FOR PROPOSALS. Demolition

SUBDIVISION IMPROVEMENTS AGREEMENT

Master Development Plan for the TxDOT North Tarrant Express Project, Segments 2-4. Chapter 6: Preliminary Cost Estimates.

INVITATION TO BID BL050-15

6.0 MONITORING AND CONTINGENCY PLANS

REIMBURSEMENT GUIDELINES AND BILLING PROCEDURES FOR UTILITY ADJUSTMENTS

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

MULTNOMAH COUNTY, OREGON

CITY OF ELKO BID TABULATION * RE-BID* FOR Sports Complex April 4, 2018

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Public Works Maintenance STORMWATER AND

PUBLIC UTILITY DISTRICT NO. 1 of Whatcom County 2019 Small Works Roster Application for Qualification

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

ARTICLE I. Section 1. "City" shall mean the City of Marion, Linn County, Iowa.

Right-of-Way Utilization Permit Please complete a separate application for each road

Draft Post Oak Savannah Groundwater Conservation District Groundwater Well Assistance Program (GWAP)

Water and Wastewater System Schedules of Rates and Charges and Fees As of July 1, 2015

2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE


ROCKLAND ELECTRIC COMPANY B.P.U. NO. 3 - ELECTRICITY. 1st Revised Leaf No. 18 Superseding Original Leaf No. 18 GENERAL INFORMATION

CITY OF SOUTH SAN FRANCISCO GRADING PERMIT APPLICATION CHECKLIST

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Standard Specifications for Work on Railroad Property

GP-4-1 of 9 GP-4 SCOPE OF WORK

Dunkirk Gas Corporation. Dunkirk Natural Gas Pipeline Project. Exhibit 6. Economic Effects of Proposed Facility

UNDERGROUND UTILITY LINE PROTECTION LAW - OMNIBUS AMENDMENTS Act of Dec. 19, 1996, P.L. 1460, No. 187 Cl. 66 Session of 1996 No.

Oil & Gas Supplemental Questionnaire

LETTING : CALL : 056 COUNTIES : MILLE LACS

ROAD CROSSING AGREEMENT FOR SUB-SURFACE FACILITIES. - and - NAME ADDRESS CITY, POSTAL CODE

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

residential property. A one-call notification system may be for a region of the state or statewide in scope, unless federal law provides otherwise.

BID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $

HYDROSTATIC TEST PLAN

GENERAL LICENSE PROCESS INSTRUCTIONS

Revised Cal. P.U.C. Sheet No E Cancelling Original Cal. P.U.C. Sheet No E. ELECTRIC RULE NO. 15 Sheet 1 DISTRIBUTION LINE EXTENSIONS

Power Construction Company CCIP Program Safety Requirements

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

OIL & GAS SERVICE CONTRACTOR SUPPLEMENTAL

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

CHECKLIST FOR CONSTRUCTION STAGING PLAN IN CORAL GABLES

964 East Street, Suite 205 / PO Box 910 Pittsboro, NC WATER TREATMENT PLANT LAGOON BIOSOLIDS REMOVAL & DISOPSAL PROJECT

Transcription:

2004 Specifications CSJ 2374-02-110, etc. SPECIAL SPECIFICATION 5191 Atmos Energy - Natural Gas Distribution System 1. Description. This Item will govern the installation of approximately two thousand feet of 18-line pipe, including the installation of 2 each TDW type Stopple fittings, approximately three hundred feet of 4-in. line pipe, and related 8-in. and 4-in. tie-ins, to remove and relocate the existing crossing of LBJ Interstate Highway 635 at Town East Blvd., in the City of Mesquite, Dallas County, Texas for of all facilities belonging to Atmos Energy Corporation (formerly known as TXU Gas), hereinafter referred to as Owner, and the Department. This will include any facilities not shown in the plans, as directed by Owner. Special provisions exist for this utility installation, Contractor to refer to the project Special Provisions for details regarding: As-Built Documentation, Inspection, Subcontracting, Final Acceptance, Insurance Requirements and Indemnification. Only an Owner approved contractor will perform this utility work. The Contractor through his utility Sub-Contractor will perform Owner s installation as detailed in this specification. The term Sub-Contractor is used in this specification when referring specifically to the Owner approved contractor. The General Contractor and all Sub-Contractors will be required to follow and adhere to all Owner and Department procedures, guidelines, and the specific Construction Specifications noted herein. All work performed in the construction of this facility will meet as a minimum the requirements of the following codes: A. Code of Federal Regulations Title 49 Part 191 & 192 Transmission of Natural and Other Gas by Pipeline. B. ANSI-B31.8 Gas Transmission and Distribution Piping Systems C. API Standard 1104 Standard for Welding Pipelines and Related Facilities 2. Materials. A. Owner will furnish all permanent distribution materials such as pipe, fittings, wrap, valves, etc as more specifically noted on the Owner Drawings and the Specifications noted herein, including welder qualification test pipe. Owner will also supply radiographic testing (x-ray) for non-destructive inspection. 1) Line pipe will be 18.000 in. O.D., 0.500 in. and 0.375 in. wt, Gr. X42 ERW. All 0.375 in. pipe will be coated with 14-16 mil of FBE coating and all 0.500 in. 1-10 5191

bored piping will be coated with 30-40 mils Powercrete (or equivalent). The approximate total quantity is 2000 ft. Average joint length is 40 ft. or approximately fifty (50) joints. 2) Line pipe will also be 4.500 O.D., 0.237 wt, X42, ERW. All pipe will be coated with 14-16 mil of FBE coating. The approximate total quantity is three hundred 300 ft. Average joint length is 40 ft. or approximately 8 joints. 3) 90 and 45 deg. weld ells will be 18.000 in. O.D., 0.375 in. wt, Y42, 3-D radius B. Line Pipe will be picked up at vendor s pipe yard, and transported to job site by Sub- Contractor at Sub-Contractor s expense, on trucks capable of ROW transport/stringing. C. The Sub-Contractor will supply all other consumable material not listed in Owner Drawings or within this specification required to properly complete the installation will be furnished by the Sub-Contractor, unless otherwise noted. The following list is not intended to be all-inclusive and Sub-Contractor will be responsible for providing all other customary material as may be required to complete the project, which may not be specifically listed below. 1) Welding equipment and all miscellaneous welding materials including welding rods. 2) All timbers or other materials, required to store, move or erect pipe, piping, structures, and other facilities and equipment. 3) Sub-Contractor s temporary buildings and latrines. Sub-Contractor will remove all such temporary structures immediately upon completion of job. 4) All fencing; permanent or temporary. 5) Material for test manifolds required to facilitate hydrostatic pressure tests, over and above the material supplied by Owner for hydrostatic test. 6) All material required to restore roads to their original condition. 7) Pigs for cleaning, filling, sizing, and dewatering pipeline. 8) All material required for coating field joints and making coating repairs. 9) All cement, concrete aggregate, ready mixed concrete, sand, crushed stone, form lumber, form clamps, form oil, creosoted timbers, nails, spikes, tie wires, reinforcing steel bars, mesh, chairs, bar supports, concrete hardener, and waterproofing. 10) Paint, primer, equipment and paint thinner for painting all above ground facilities and sand for sandblasting. 11) Fill dirt, Geo Tec Grid (or equivalent) and fabric, gravel material, RCP culverts, pad dirt, rock shield, sacks of sand and/or cement required for sack breakers and for support. 12) All materials furnished by Sub-Contractor and entering into the permanent construction will be new and of the specifications prescribed by Owner. Sub- Contractor will make all arrangements for ordering, receiving and storing materials that it furnishes. Owner reserves the right to approve the source of supply and manufacturer of all materials 2-10 5191

furnished by Sub-Contractor that will be a part of the permanent construction. Sub- Contractor will not place orders for any materials of this type until Owner has had the opportunity of exercising this option. D. Backfill. All backfill and bedding operations will be in accordance with Item 400, "Excavation and Backfill for Structures," as described herein and as directed. E. Pavement. The Sub-Contractor will remove and replace pavement surfaces in accordance with Item 400 Excavation and Backfill for Structures. 3. Construction. A. Sub-Contractor. All activities associated with the installation and removal of Owner facilities are to be facilitated by an Owner approved Sub-Contractor. This includes all excavations and boring operations associated with the installation operations. Refer to the special provisions to the contract for this Owner for a sample list of current Owner approved contractors. Other qualified Contractors not included in the list are allowed, if approved by Owner. 1) Sub-Contractor will call and/or notify DIG TESS and any other known utilities (i.e. Department, local municipalities, subdivision developer, land owners, etc.) and have utilities located in the area of construction prior to any excavation activity. 2) Owner operations personnel are to be notified 48 hours prior to exposing any pipeline tie-in points. Owner operations personnel will be on site during this excavation. 3) Sub-Contractor will give notification to Owner, at least 48 hours prior to starting, and is required to have an Owner Representative on-site during all construction activities. B. Schedule. 1) Sub-Contractor is to complete the enclosed Proposed Sub-Contractor Schedule sheet and return to TXDOT with its bid proposal for Owner review and approval. 2) Construction activities are restricted as follows (unless otherwise expressly consented by Owner or Department): October 1st through January 2 nd. For the portion of the project located on the Mesquite Independent School Property ROW, construction can only take place during June 1 through July 15, and on other partial days/hours as expressly consented to by Owner. Sub-Contractor is required to give 2 weeks prior notice to the Owner before mobilizing onto the worksite. C. Access/Easement/Working Room. 1) Access to the site will be via public streets and private property near the site. 3-10 5191

2) Temporary working space has been secured by Owner and the Department. See Owner supplied drawings for details. 3) At Sub-Contractor s expense, Sub-Contractor is to return disturbed ROW to preconstruction grade and contours to the extent practicable and to the satisfaction of the Owner Representative and the Department. D. Construction Staking. 1) Owner s provided for, and designated land surveying contractor will place proposed pipeline centerline and elevation stakes (at non-standard depth areas) on site prior to construction activity. E. Environmental. Sub-Contractor will be required to be familiar with and adhere to the procedures, guidelines, rules, and/or recommendations of any other Governmental or local entity that may have jurisdictional authority that may have more stringent requirements to that of the Owner or Department. 1) Sub-Contractor will adhere to the project SWPP PLAN and any additional SWPP plan requirements designated by the on-site Owner Representative at Sub- Contractor s expense. Sub-Contractor will also be required to be familiar with and adhere to the procedures, guidelines, rules, and/or recommendations of any other Governmental or local entity that may have jurisdictional authority that may have more stringent requirements to that of the Owner or TXDOT. 2) The General Contractor and/or the Sub-Contractor will provide to the on-site Owner Representative, a copy of the Notice of Intent ( NOI ), Signature Page, and copies of all communication and correspondence with the Environmental Protection Agency (EPA) for the TXDOT provided SWPP Plan. 3) Best Management Practices (BMP s) will be implemented by the Sub-Contractor. Sub-Contractor will submit for Owner approval, install, and maintain this plan. F. Safety. a. Mud or dirt from the job site is to be kept off the adjacent roadways. b. Sub-Contractor will be responsible for following all other requirements mandated by the Department and other applicable jurisdictional agencies. c. Sub-Contractor supplied spill prevention kits will be placed on job site by the Sub-Contractor. d. Sub-Contractor to coordinate with Owner Representative for disposal of Asbestos Containing Material (ACM) utilizing Owner designated disposal Sub-Contractor. 1) All Sub-Contractor and Sub-Contractor employees that are working on the job site, visiting the job site, or supporting this project (i.e. trucking, management, etc ) must comply with Owner s safety procedures and guidelines. 3) All traffic control is to conform to the TEXAS MANUAL ON UNIFORM 4-10 5191

TRAFFIC CONTROL DEVICES for streets and highways. Sub-Contractor will submit to Owner, install, and maintain a Safety Plan, incorporating the Department and other jurisdictional requirements. 4) Tires or other protective devices are to be used when crossing asphalt or concrete roads with track equipment to protect the roadway and curbs from damage. G. Trench Excavation. Trench excavation and backfilling as required to complete the natural gas distribution system installation will be performed in accordance with Item 400, "Excavation and Backfill for Structures", as outlined herein, as shown on the plans and as directed. All bell holes and ditches will satisfy the latest rules/standards of OSHA. An OSHA approved Competent Person must be on the job site at all times. The competent person(s) will be identified to the Owner at the pre-construction meeting and will give a copy of their current OSHA certification to the Owner Representative. Blasting to perform the excavation will not be allowed unless authorized in the plans or in writing by the Engineer. Only an Owner approved Contractor will perform any excavations required for the installation of the permanent natural gas system. 1) Classification of Excavations. No classification of excavated materials will be delineated. Excavation and trench work will include the removal and subsequent handling of all materials excavated in accordance with Item 400, "Excavation and Backfill for Structures." 2) Excavation Below Grade. Any part of the bottom of the trench excavated below the grade shown on plans will be corrected with approved material and compacted in a manner as described in Article 400.5 of Item 400, "Excavation and Backfill for Structures" and as directed. 3) Trench Excavation Protection. All trench excavation will be accomplished in accordance with Item 402, "Trench Excavation Protection." Sub-Contractor will be responsible for sub-contracting qualified personnel to professionally engineer all bell holes 20 ft. in depth or greater. All expenses related to the engineering services, additional soil analysis, and implementing the designs are to be incurred by the Sub-Contractor. H. Pavement. The Sub-Contractor will remove pavement and surfaces as part of the trench excavation in accordance with Item 400, "Excavation and Backfill for Structures". I. Concrete Removal & Restoration. The Sub-Contractor will remove pavement and surfaces as part of the trench excavation. The removal and restoration of pavement and surfaces will be based upon the minimum trench width and will be in conformance with Item 361 Full Depth Repair of Concrete Pavement and Item 104 Removal of Concrete. The Sub-Contractor will use such methods as sawing, drilling or chipping to assure the breaking of the pavement along straight lines. If the Sub-Contractor removes or damages pavement or surfaces beyond the limits 5-10 5191

specified above, such pavement or surfaces will be repaired or restored at the expense of the Sub-Contractor. J. Natural Gas Distribution System. 1) Welding. The Sub-Contractor is required to be familiar with and adhere to previously supplied Owner Welding Procedures, as well as Publication Standard API 1104. Should there be a conflict between the Owner Welding Procedures and the API Standard, the more stringent procedure will be followed. Copies of the Owner Welding Procedure are available upon request. a. All welders working on this project will hold a current Welder Qualification Card (API-1104 Multiple) issued by Owner. b. All non-qualified welders will be tested pursuant to an Owner approved Welding Procedure. Testing of welders, including the establishment and approval of a welding procedure in accordance with API 1104, ASME B31.3 and Owner Pipeline Welding Specifications. Sub-Contractor will supply rods. d. Sub-Contractor s welders are to be qualified for the Welding Procedure by an Owner welding inspector at the Owner s designated facility, at the job location, or at Sub-Contractor s yard as may be mutually agreed upon between parties. e. For all testing, Sub-Contractor will supply the test pipe. f. All welding rods, oxygen, and acetylene are to be supplied by the Sub- Contractor. g. Material Inspection/Handling. i. The Sub-Contractor will be solely responsible for all material and pipe after custody of it has been transferred to him. Sub-Contractor will replace any damage to material or pipe at Sub-Contractor s expense. ii. Pipe will be loaded, hauled, and unloaded in a manner and with such equipment as required to prevent any damage to the pipe coating, pipe walls, or pipe ends. h. Pipe Laying. i. All pipe coating will be tested for holidays by utilizing a holiday detector as it is being lowered into the ditch line. ii. If rock is encountered, at the discretion of the Owner, all pipe will be wrapped with rock shield. Sub-Contractor will supply all rock shield and tape. iii. All line pipe field joints will be sandblasted and all field applied Fusion Bond Epoxy Coatings (FBE) will be applied as described in plans and as 6-10 5191

directed by Owner. Sub-Contractor will follow and adhere to per the manufacturer and suggested installation and handling procedures for all FBE and Powercrete coating applications. If approved by Owner, the specific, actual coating that will be used for the project, may have different application and product specifications from what is shown within the attachments. Sub-Contractor is responsible for obtaining specifications, maintaining, storing, and installing all coating products per the specific manufacturer s recommended specifications. K. Non-destructive Examination (NDE) of Welds. Sub-Contractor will coordinate with Owner for non-destructive examination of all welds. Exams will be performed at Owner s expense. 1) 100% of all welds will be non-destructively tested. Radiographic Inspection (Xray) units will be provided and coordinated by the Owner on-site representative. Radiographic Inspection costs will be an Owner expense, reimbursable to Owner by Department. 2) All NDE work will be performed in accordance with API 1104. L. Horizontal Directional Drilling. Sub-Contractor will coordinate with an Owner approved drilling contractor, at Sub-Contractor s expense. The Sub-Contractor will be solely responsible for all material and pipe after custody of it has been transferred to him. Sub-Contractor will replace any damage to material or pipe at Sub- Contractor s expense. Pipe will be loaded, hauled, and unloaded in a manner and with such equipment as required to prevent any damage to the pipe coating, pipe walls, or pipe ends. LBJ Interstate Highway 635 (station 18+65 to station 22+92 - approximately 427 ft. bore) may be drilled using a Horizontal Directional Drill (HDD) technique. Sub-Contractor to provide a drilling plan for Owner approval. Owner has provided a general profile drawing of the proposed drill location. Sub- Contractor to field verify all foreign utility locations M. Tie-ins. 1) Lock-out/Tag-out procedure will be performed by Owner and Sub-Contractor. Sub-Contractor will follow Owner procedures for Lock-out/Tag outs. 2) Sub-Contractor will supply air movers for use on this project. Sub-Contractor will be responsible for providing air compressors, and related equipment and personnel to vacate pipeline segments of gaseous mixture. 3) Sub-Contractor will coordinate with an Owner approved tapping and plugging contractor for coordinating and scheduling the tapping and plugging operation, at Sub-Contractor s expense. The Sub-Contractor will supply Owner approved labor and hand tools to support Owner Operations in preparation for decommissioning the existing pipeline for final tie-ins, including the installation 7-10 5191

of Owner supplied, Department reimbursed, stopple fittings, temporary alternate feed lines during tie-ins, and re-commissioning the newly installed pipeline. 4) Sub-Contractor will provide Owner approved stoppling service and equipment necessary to open the line and insert the stoppling tool, and upon completion, install Owner supplied completion plug and blind flange. N. Hydrostatic Testing. Sub-Contractor will be required to perform a hydrostatic test of all installed piping per Owner approved procedures. Hydrostatic test duration and details are shown on the Owner Drawings. 1) Testing. a. Sub-Contractor to provide a chart showing temperature and pressure to Owner with the closing documentation. b. All pumps, hoses, frac tanks, etc., necessary to divert, store, or use the water is to be supplied by the Sub-Contractor. c. Test heads, end caps, and other testing material will be provided by the Sub- Contractor. d. Water for the hydrotest can be obtained through a fire hydrant via a water meter from the City or other suitable municipal source, to the extent that the water must be drinkable. All expenses related to obtaining the water will be at the Contractor s expense, including third party meter fees. 2) Discharge. Owner will be responsible for hauling off all test water and obtaining the appropriate disposal permit(s). All expenses related to water disposal will be at Owner s expense. 3) Pigging New Section. Sub-Contractor will supply to Owner, a Drying Plan for Owner approval. Sub-Contractor is to pig the pipeline to determine that it is free of debris and dry per Owner standards. O. Removals. All removals will be in conformance with Item496, Removing Structures. Removals by an Atmos Energy approved Sub-Contractor are limited to those required for the successful installation of the new natural gas facility. All other natural gas piping removals required for this project can be performed by a Sub- Contractor other than the Owner approved Sub-Contractor once the facility has been abandoned in place. Sub-Contractor performing the removals must confirm with Owner and or it s representative prior to removing any segment of pipe from the project site. 1) ACM Removal. Sub-Contractor to coordinate with Owner Representative for disposal of Asbestos Containing Material (ACM) utilizing Owner designated 8-10 5191

4. Measurements. disposal Sub-Contractor. A. Trench Excavation and Backfill. This Item will not be measured for payment but will be considered subsidiary to the structure installed in the trench. B. Trench Excavation Protection. Trench Excavation protection will be measured in accordance with Item 402, "Trench Excavation Protection." C. Cut and Restore Pavement. This Item will not be measured for payment but will be considered subsidiary to the structure installed in the trench. D. Concrete Removal & Restoration. The removal of concrete curb, sidewalk, driveways, medians and/or islands required to be removed and replaced due to the installation of natural gas facilities will not be measured separately but will be considered subsidiary to the various bid Items. Replacement of such items will be measured per foot or square foot as dimensioned and detailed on the plans. E. Natural Gas Distribution System. Pipe will be measured by plan footage installed of the size and type specified in the plans. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, Plans Quantity Measurement. Additional measurements or calculations will be made if adjustments of quantities are required. Materials provided by Sub-Contractor will not be measured for payment but will be considered subsidiary to the pipe installation. 1) Stopples and tie-in to 18 in.. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 2) Non-destructive Examination of Welds. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 3) Horizontal Directional Drilling. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 4) Testing. This Item will not be measured directly for payment but will be considered subsidiary to the pipe installed. 5) Service tie-ins. These Items will not be measured directly for payment but will be considered subsidiary to the main installed. F. Removals. This Item will be a plan footage in conformance with Item 496 Removing Structures. 5. Payment. A. The work performed and materials furnished in accordance with this Item and 9-10 5191

measured as provided under "Measurement" will be paid for at the unit price bid for the Items hereinafter described. The prices will be full compensation for hauling all materials; for all excavation and backfill; for trench excavation protection; dewatering, shaping and fine grading of trench; for cutting and restoring pavements; for removing and replacing concrete surfaces; for placing, and testing pipe and for all other items of material, labor, equipment, tools; for all testing and incidentals necessary to complete the work in accordance with the plans and specifications. B. Trench Excavation and Backfill. Payment for excavation and non-stabilized backfill for the natural gas system will not be paid for directly but will be considered part of the price bid for the specific pipe size installed. C. Trench Excavation Protection. Payment will be made in accordance with Item 402, "Trench Excavation Protection" for Trench Protection (Gas). D. Natural Gas Distribution System. Payment for pipe installation will be by the foot for Pipe (Gas) of the size and type of pipe specified on the plans, complete-inplace. This price will be full compensation for warehousing, hauling, excavating, furnishing and placing backfill, boring, steel casing, testing, replacing pavement structure, sod, riprap, curbs or other surface; for installing all fittings, wrapping, pipe stacks and vents; and for all labor, tools, equipment and incidentals necessary to complete the work. 1) Stopples and tie-in to 18 in. This Item will not be paid directly will be considered subsidiary to the pipe installed. 2) Non-destructive Examination of Welds. This Item will not be paid directly but will be considered subsidiary to the pipe installed. 3) Horizontal Directional Drilling. This Item will not be paid directly but will be considered subsidiary to the pipe installed. 4) Testing. This Item will not be paid directly but will be considered subsidiary to the pipe installed. E. Removals. Payment for this Item will be made by foot of pipe removed for Removal (Gas) as detailed on the plans. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, Plans Quantity Measurement. Additional measurements or calculations will be made if adjustments of quantity are required. 10-10 5191