Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-599 - 11/1/2016 - Approved
2016-599 11/01/16 M2016-147 Associated Construction Partners 00 52 23 AGREEMENT This Agreement,for the Project awarded on November 1, 2016 , is between the City of Corpus Christi (Owner)and Associated Construction Partners Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Lift Station Repairs-Citywide 2016 Project No. E16304 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.-Acting Construction Engineer City of Corpus Christi-Engineering Services 4917 Holly Road#5 Corpus Christi TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 290 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 320 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23-1 E16304 Lift Station Repairs Citywide 2016 Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF LIFT STATION REPAIRS - CITYWIDE 2016 PROJECT NUMBER E16304 City of ���`� �*'P► Corpus �*MARK A; MARQ.P�FY, r 62015 Christi URRAH ENGINEERING 2725 Swantner Corpus Christi, TX 78404 (361) 854-3101 TBPE FIRM No.! 145 TBPLS FIRM No.: 10032400 AUGUST 2016 Record Drawing No. STL - 215 UE Job No.: 26175.135.00 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev 01-13-2016) 00 30 06 Non-Collusion Certification 004516 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 006113 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures Table of Contents 000100- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Division/ Title Section 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 026210 Polyvinyl Chloride Pipe 027604 Disposal of Water from Sanitary Sewer Cleaning Operations 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 2G30[2] Manhole Restoration with a Protective Coating 211[4] Chain-Link Fence (Heavy Duty-Vinyl Coated) 5A1[1] Structural Steel and Other Metals 5E8[2] Fixed Aluminum Louvers 5E9[2] Aluminum Access Covers (Standard Weight) 9J1[5] Coating of Concrete Walls 9K1[1] Painting Yard Piping 11135[1] Wet Pit Submersible Pumps 11G3[4] Lift Station Identification Signs 13C1[1] General Requirements 15C2[1] Ductile Iron Pipe and Fittings 15D3[1] Plug Valves 15D4[1] Check Valves 15D30[1] Miscellaneous Gauges, Couplings and Valves 16A1[1] Supplementary General Conditions for Electrical Work 16A2[1] Grounding 16A3[1] Labeling 16A4[1] Record Drawings 16A5[1] Testing Table of Contents 000100-2 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Division/ Title Section 16A6[2] Utility Connections and Service 16A7[1] Demolition 16131[1] Wiring Methods 16132 Material 16133 Installation 16C[1] Low Voltage Power Conductions 16C2 Signal and Control Wiring 16C3 Splices and Terminations 16C4 Conductor Identification Appendix Title Traffic Control Details END OF SECTION Table of Contents 000100-3 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Lift Station Repairs—Citywide 2016 Project No. E16304 A. This project consists of the rehabilitation of seven lift stations which requires control of flow pumping, the replacement of discharge piping, plug valves, check valves, pumps, pump bases, guide rails, pump control panels, main electrical disconnects, new chainlink fencing, minor site fill, concrete coating, pipe painting,temporary traffic control and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$1,675,300. The Project is to be substantially complete and ready for operation within 290 calendar days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday, September 28, 2016 at 2:00 pm.,to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: Invitation to Bid and Instructions to Bidders 002113- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Lift Station Repairs—Citywide 2016, Project No. E16304 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at Wednesday, September 28, 2016 at 2:00 pm., at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, September 13, 2016 at 10:00 am, at the following location: City Hall Building—Engineering Services Smart Board Conference Room Yd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Invitation to Bid and Instructions to Bidders 002113-2 Lift Station Repairs—Citywide 2016, Project No. E16304 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6 EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only Invitation to Bid and Instructions to Bidders 002113-3 Lift Station Repairs—Citywide 2016, Project No. E16304 answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 7 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 Lift Station Repairs—Citywide 2016, Project No. E16304 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10 CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110,trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. Invitation to Bid and Instructions to Bidders 002113-5 Lift Station Repairs—Citywide 2016, Project No. E16304 ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 0045 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16-MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders 002113-6 Lift Station Repairs—Citywide 2016, Project No. E16304 ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 1$—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-7 Lift Station Repairs—Citywide 2016, Project No. E16304 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 Lift Station Repairs—Citywide 2016, Project No. E16304 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113-9 Lift Station Repairs—Citywide 2016, Project No. E16304 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on:Wednesday, September 28, 2016 at 2:00pm., for Lift Station Repairs Citywide 2016, Project No. E16034 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Lift Station Repairs—Citywide 2016, Project No. E16304 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev O1-13-2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 003000-2 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev O1-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 003000-3 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev O1-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 290 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 320 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. D. SECTION 00 30 05 DISCLOSURE OF INTEREST. E. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 003000-4 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev O1-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-5 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev O1-13-2016 00 30 01 BID FORM Project Name: Lift Station Repairs- Citywide 2016 Project Number: E16304 Owner: City of Corpus Christi Bidder: OAR: Designer: Urban Engineering Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al IMobilization I I LS 1 1 SUBTOTAL PART A-General (Item Al) Part B-Leeward Lift Station(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Lift Station Improvements LS 1 B2 Electrical LS 1 B3 Control of Flow LS 1 B4 Wet Well Cleaning LS 1 B5 Perimeter Fence LS 1 SUBTOTAL PART B-Leeward Lift Station (Items 61 thru 135) Part C-Jackfish Lift Station (Duplex Submersible)(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Lift Station Improvements LS 1 C2 Electrical LS 1 C3 Control of Flow LS 1 C4 Wet Well Cleaning LS 1 SUBTOTAL PART C-Jackfish Lift Station (Items C1 thru C4) Part D-Lake Padre South Lift Station(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Lift Station Improvements LS 1 D2 Electrical LS 1 D3 Control of Flow LS 1 D4 Wet Well Cleaning LS 1 D5 Perimeter Fence LS 1 SUBTOTAL PART D-Lake Padre South Lift Station (Items D1 thru D5) Part E-Seahorse Lift Station(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 Lift Station Improvements LS 1 E2 Electrical LS 1 E3 Control of Flow LS 1 E4 Wet Well Cleaning LS 1 E5 j Perimeter Fence LS 1 SUBTOTAL PART E-Seahorse Lift Station (E1 THRU E5) Bid Form Page 1 of 3 Lift Station Repairs-Citywide 2016, Project No. E16304 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Part F-Up River Road Lift Station(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 Lift Station Improvements LS 1 F2 Electrical LS 1 F3 Control of Flow LS 1 F4 Wet Well Cleaning LS 1 SUBTOTAL PART F-Up River Road Lift Station(F1 THRU F4) Part G-Turtle Cove Lift Station (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 Lift Station Improvements LS 1 G2 Electrical LS 1 G3 Control of Flow LS 1 G4 Wet Well Cleaning LS 1 SUBTOTAL PART G-Turtle Cove Lift Station(G1 THRU G4) Part H-Studebaker Lift Station (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 Lift Station Improvements LS 1 H2 Electrical LS 1 H3 Control of Flow LS 1 H4 Wet Well Cleaning LS 1 SUBTOTAL PART H-Studebaker Lift Station(H1 THRU 1114) Part I-Allocations(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) 11 Utility Unforeseen Allocation LS 1 40,000 $ 40,000.00 12 Force Main Dewatering Allocation LS 1 10,000 $ 10,000.00 13 Seahorse Lift Station Electrical Service Allocation LS 1 60,000 $ 60,000.00 SUBTOTAL PART I-Allocations(11 THRU 13) $ 110,000.00 Bid Form Page 2 of 3 Lift Station Repairs-Citywide 2016, Project No. E16304 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-General (Item Al) SUBTOTAL PART B- LEEWARD LIFT STATION (Items B1 thru 135) SUBTOTAL PART C-JACKFISH LIFT STATION (Items C1 thru C4) SUBTOTAL PART D - LAKE PADRE SOUTH LIFT STATION (Items D1 thru D5) SUBTOTAL PART E -SEAHOURSE LIFT STATION (Items E1 thru E5) SUBTOTAL PART F- UP RIVER ROAD LIFT STATION (Items F1 thru F4) SUBTOTAL PART G -TURTLE COVE LIFT STATION (Items G1 thru G4) SUBTOTAL PART H -STUDEBAKER LIFT STATION (Item H1 thru H4) SUBTOTAL PART I -ALLOCATIONS (Item 11 thru 13) $ 110,000.00 TOTAL PROJECT BASE BID (PARTS A THRU 1) Contract Times Bidder agrees to reach Substantial Completion in 1 290 Idays Bidder agrees to reach Final Completion in 320 days Bid Form Page 3 of 3 Lift Station Repairs-Citywide 2016, Project No. E16304 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 11-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes F-1 No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes F-1 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes F-1 No D. Describe each employment or business relationship with the local government officer named in this section. 4 Signature of person doing business with the governmental entity Date Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY-CITY- PURCHASING YCITEPURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and defmitions. COMPANY NAME: P. O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: I. Corporation ❑ 2. Partnership ❑ 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Job Title and City Department(if known) 2. State the names of each "official' of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Consultant City of Corpus Christi 00 30 05-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. £ "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.,, g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Lift Station Repairs—Citywide 2016 Project No. E16304 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516-1 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). Statement of Experience 004516-2 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the "TCEQ'), the United States Environmental Protection Agency(the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers,the Texas Department of State Health Services, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five (5)years. 2. Whether the Bidder's response reveals more than one (1) case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death, within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder. The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format(PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing softwa re. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder, within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑ Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑ Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑ Yes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes & Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 004516- 10 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five (5)years? Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers' compensation experience rating sheets for the past five (5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six (6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the ❑ Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516- 11 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Table 5— Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated %of Contract Price Statement of Experience 0045 16- 12 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Add ress: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 13 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on [ ], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Lift Station Repairs-Citywide 2016 Proiect No. E16304 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: TBD City of Corpus Christi- Engineering Services Corpus Christi TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 290 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 320 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 005223- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 005223-2 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. b. List as necessary. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev 06-22-2016 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev O1-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113- 2 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev O1-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev.01-13-2016 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Lift Station Repairs—Citywide 2016, Project No. E16304 Rev.01-13-2016 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction ......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands ....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site .............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment, and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 00 72 00- 1 Corpus Christi Standards- Regular Projects 03-23-2015 6.03 Insu ra nce.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9 —Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor ..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities .........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200- 2 Corpus Christi Standards- Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price ........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work; Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work .......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200- 3 Corpus Christi Standards- Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17— Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.06 No Waiver ...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards- Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy ......................................................................60 General Conditions 007200-5 Corpus Christi Standards- Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement -The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents -The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds- Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards- Regular Projects 03-23-2015 13. Change Proposal -A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim -A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern -Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products,wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; C. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents -Those items designated as Contract Documents in the Agreement. 20. Contract Price -The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards- Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and C. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team -Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective -When applied to Work, refers to Work that is unsatisfactory,faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings -The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition -The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 007200-8 Corpus Christi Standards- Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations -Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens -Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification -Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award -The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer(the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR -The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees- Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards- Regular Projects 03-23-2015 43. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR -The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values -A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site- Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion -The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 007200- 10 Corpus Christi Standards- Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities-All underground pipelines, conduits, ducts, cables,wires, manholes, vaults,tanks,tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products,telephone or other communications,fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work-The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive-A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 007200- 11 Corpus Christi Standards- Regular Projects 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 007200- 12 Corpus Christi Standards- Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; C. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 007200- 13 Corpus Christi Standards- Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 007200- 14 Corpus Christi Standards- Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; C. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200- 15 Corpus Christi Standards- Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200- 16 Corpus Christi Standards- Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1,for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g.fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 007200- 17 Corpus Christi Standards- Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; C. Damage to other adjacent land or areas; and General Conditions 007200- 18 Corpus Christi Standards- Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor's Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor's purposes, including aspects of the means, methods,techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor's safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor's interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 007200- 19 Corpus Christi Standards- Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor's cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or C. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. General Conditions 007200-20 Corpus Christi Standards- Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 007200-21 Corpus Christi Standards- Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 007200-22 Corpus Christi Standards- Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (i) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; J• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; p• q• Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft. $1,000,000 Per Claim _ • Required X Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents _ • Required X Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price • Required X Not Required Insurance Requirements Lift Station Repairs — Citywide 2016, Project No. E16304 007201-1 Rev 06-22-2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01- 2 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements 00 72 01- 3 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements 00 72 01- 4 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01- 5 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01- 6 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01- 7 Lift Station Repairs — Citywide 2016, Project No. [16304 Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 —TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01- 8 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements 00 72 01- 9 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 Lift Station Repairs — Citywide 2016, Project No. E16304 Rev 06-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Lift Station Repairs — Citywide 2016, Project No. E16304 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 TX -342 Heavy Building Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) END OF SECTION Wage Rate Requirements Lift Station Repairs — Citywide 2016, Project No. E16304 007202-2 REV 06-12-2015 General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the SO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. 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 01/08/2016 5UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 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: http://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0[1/14/2016 5:09:09 PM] 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 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. 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 http://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0[1/14/2016 5:09:09 PM] 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 http://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0[1/14/2016 5:09:09 PM] General Decision Number: TX160342 01/08/2016 TX342 Superseded General Decision Number: TX20150342 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. 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 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER $ 23.14 21.55 ELECO278-002 08/30/2015 Rates Fringes ELECTRICIAN $ 25.00 7.70 ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane $ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under $ 27.50 10.60 * IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL $ 23.02 6.35 SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER $ 20.04 0.00 CARPENTER $ 15.21 0.00 CEMENT MASON/CONCRETE FINISHER. $ 15.33 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation) $ 19.77 7.13 IRONWORKER, REINFORCING $ 12.27 0.00 IRONWORKER, STRUCTURAL $ 22.16 5.26 http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=0[4/18/2016 9:08:54 AM] LABORER: Common or General $ 9.68 0.00 LABORER: Mason Tender - Brick. $ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete $ 10.58 0.00 LABORER: Pipelayer $ 12.49 2.13 LABORER: Roof Tearoff $ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe $ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 13.93 0.00 OPERATOR: Bulldozer $ 18.29 1.31 OPERATOR: Drill $ 16.22 0.34 OPERATOR: Forklift $ 14.83 0.00 OPERATOR: Grader/Blade $ 13.37 0.00 OPERATOR: Loader $ 13.55 0.94 OPERATOR: Mechanic $ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 16.03 0.00 OPERATOR: Roller $ 12.70 0.00 PAINTER (Brush, Roller, and Spray) $ 14.45 0.00 PIPEFITTER $ 25.80 8.55 PLUMBER $ 25.64 8.16 ROOFER $ 13.75 0.00 SHEET METAL WORKER (HVAC Duct Installation Only) $ 22.73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation $ 21.13 6.53 TILE FINISHER $ 11.22 0.00 TILE SETTER $ 14.74 0.00 TRUCK DRIVER: Dump Truck $ 12.39 1.18 TRUCK DRIVER: Flatbed Truck $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck $ 12.50 0.00 TRUCK DRIVER: Water Truck $ 12.00 4.11 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 http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=0[4/18/2016 9:08:54 AM] 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 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 http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=0[4/18/2016 9:08:54 AM] because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: 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 7 http://www.wdol.gov/wdol/scafiles/davisbacon/TX342.dvb?v=0[4/18/2016 9:08:54 AM] 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy Lift Station Repairs — Citywide 2016, Project No. E16304 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy Lift Station Repairs — Citywide 2016, Project No. E16304 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Urban Engineering ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions Lift Station Repairs — Citywide 2016, Project No. E16304 007300-1 11-25-2013 3. A total of 39 rain days have been set for this Project. An extension of time due to rain days will be considered only after 39 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Lift Station Repairs — Citywide 2016, Project No. E16304 007300-2 11-25-2013 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. This project consists of the rehabilitation of seven lift stations which requires control of flow pumping, the replacement of discharge piping, plug valves, check valves, pumps, pump bases, guide rails, pump control panels, main electrical disconnects, new chainlink fencing, minor site fill, concrete coating, pipe painting, temporary traffic control and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. NONE B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. NONE B. Completion of the Work described in this Contract may impact the construction of the items listed above. Summary of Work Lift Station Repairs — Citywide 2016, Project No. E16304 01 1100 - 1 Rev 01-13-2016 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. NONE. B. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Lift Station Repairs — Citywide 2016, Project No. E16304 01 1100 - 2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances Lift Station Repairs — Citywide 2016, Project No. E16304 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES - NONE 1.04 DESCRIPTION OF ALLOWANCES - NONE 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Lift Station Repairs — Citywide 2016, Project No. E16304 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Lift Station Repairs — Citywide 2016, Project No. E16304 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 - Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Lift Station Repairs — Citywide 2016, Project No. E16304 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item B-1— Leeward Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Lift Station Improvements per plans and specifications, and not included under another Bid Item. C. Bid Item B-2 — Electrical: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Electrical portion of the project per plans and specifications. D. Bid Item B-3 — Control of Flow: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Control of Flow piping and pumping portion of the project per plans and specifications, and as outline in Specification 13C1.8. E. Bid Item B-4 — Wet Well Cleaning: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Wet Well Cleaning as identified in the plans and specifications. F. Bid Item B-5 — Perimeter Fence: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Perimeter Fence per the plans and specifications, and includes but is not limited to, the fence with vinyl slats, vehicle gates, man gates and concrete plating. G. Bid Item C-1— Jackfish Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Lift Station Improvements per plans and specifications, and not included under another Bid Item. Measurement and Basis for Payment Lift Station Repairs — Citywide 2016, Project No. E16304 012901-2 Rev 01-13-2016 H. Bid Item C-2 — Electrical: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Electrical portion of the project per plans and specifications. I. Bid Item C-3 — Control of Flow: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Control of Flow piping and pumping portion of the project per plans and specifications, and as outline in Specification 13C1.8. J. Bid Item C-4 — Wet Well Cleaning: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Wet Well Cleaning as identified in the plans and specifications. K. Bid Item D-1 — Lake Padre South Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Lift Station Improvements per plans and specifications, and not included under another Bid Item. L. Bid Item D-2 — Electrical: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Electrical portion of the project per plans and specifications. M. Bid Item D-3 — Control of Flow: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Control of Flow piping and pumping portion of the project per plans and specifications, and as outline in Specification 13C1.8. N. Bid Item D-4 — Wet Well Cleaning: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Wet Well Cleaning as identified in the plans and specifications. Measurement and Basis for Payment Lift Station Repairs — Citywide 2016, Project No. E16304 012901-3 Rev 01-13-2016 0. Bid Item D-5 — Perimeter Fence: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Perimeter Fence per the plans and specifications, and includes but is not limited to, the fence with vinyl slats, vehicle gates, man gates and concrete plating. P. Bid Item E-1— Seahorse Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Lift Station Improvements per plans and specifications, and not included under another Bid Item. Q. Bid Item E2 — Electrical: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Electrical portion of the project per plans and specifications. R. Bid Item E-3 — Control of Flow: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Control of Flow piping and pumping portion of the project per plans and specifications, and as outline in Specification 13C1.8. S. Bid Item E-4 — Wet Well Cleaning: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Wet Well Cleaning as identified in the plans and specifications. T. Bid Item E-5 — Perimeter Fence: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Perimeter Fence per the plans and specifications, and includes but is not limited to, the fence with vinyl slats, vehicle gates, man gates and concrete plating. U. Bid Item F-1— Up River Road Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Lift Station Improvements per plans and specifications, and not included under another Bid Item. Measurement and Basis for Payment Lift Station Repairs — Citywide 2016, Project No. E16304 012901-4 Rev 01-13-2016 V. Bid Item F2 — Electrical: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Electrical portion of the project per plans and specifications. W. Bid Item F-3 — Control of Flow: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Control of Flow piping and pumping portion of the project per plans and specifications, and as outline in Specification 13C1.8. X. Bid Item F-4 — Wet Well Cleaning: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Wet Well Cleaning as identified in the plans and specifications g. Y. Bid Item G-1 —Turtle Cove Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Lift Station Improvements per plans and specifications, and not included under another Bid Item. Z. Bid Item G-2 — Electrical: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Electrical portion of the project per plans and specifications. AA. Bid Item G-3 — Control of Flow: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Control of Flow piping and pumping portion of the project per plans and specifications, and as outline in Specification 13C1.8. BB. Bid Item G-4 — Wet Well Cleaning: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Wet Well Cleaning as identified in the plans and specifications. Measurement and Basis for Payment Lift Station Repairs — Citywide 2016, Project No. E16304 012901-5 Rev 01-13-2016 CC. Bid Item H-1 — Studebaker Lift Station Improvements: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Lift Station Improvements per plans and specifications, and not included under another Bid Item. DD. Bid Item H2 — Electrical: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Electrical portion of the project per plans and specifications. EE. Bid Item H-3 — Control of Flow: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Control of Flow piping and pumping portion of the project per plans and specifications, and as outline in Specification 13C1.8. FF. Bid Item H-4 — Wet Well Cleaning: 1. Lump Sum. 2. This item shall be measured for payment by the lump sum and shall include but is not limited to all materials, labor and equipment required to provide the Wet Well Cleaning as identified in the plans and specifications. GG. Bid Items not listed on the Proposal: 1. Items of work not listed on the Proposal necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their costs should be included in the appropriate bid item. Any item required on the plans and contract documents shall be paid under the appropriate bid which covers the item. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item 1-1— Utility Unforeseen Allocation: 1. Lump Sum. 2. Contractor shall insert the figure noted in this bid proposal. This item shall be used for unforeseen circumstances encountered during the construction of this project. Payment shall be negotiated and based on cost proposals provided by the Contractor for each circumstance. B. Bid Item 1-2 — Force Main Dewatering Allocation: 1. Lump Sum. Measurement and Basis for Payment Lift Station Repairs — Citywide 2016, Project No. E16304 012901-6 Rev 01-13-2016 2. Contractor shall insert the figure noted in his bid proposal. This item shall be used for circumstances dealing with the dewatering of the existing force main when necessary to make bypass connections. In most cases, the force main may be dewatered by opening the existing check valves and draining the force main into the existing lift station and collection system for storage until the bypass pump is started. Should the quantity of liquid in the force main exceed the storage capacity of the system, then the Contractor may utilize this bid item to compensate for providing the means necessary to deal with the additional liquid. All liquid in the force main shall be properly handled and transported to a City wastewater plant for treatment. Payment shall be negotiated for each circumstance and based on cost proposals provided by the Contractor. C. Bid Item 1-3 Seahorse Lift Station Electrical Service Allocation: 1. Lump Sum 2. Contractor shall insert the figure noted in the bid proposal. This item shall be used to bring 3-phase electrical service to the Seahorse Lift Station site. The power service company, AEP, shall make all necessary improvements to bring 3-phase power to the lift station site. Contractor shall coordinate with the AEP for the schedule and installation of the new power supply and payment to the Contractor will be made based on the invoice amount provided by AEP and submitted by the Contractor. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Lift Station Repairs — Citywide 2016, Project No. E16304 012901-7 Rev 01-13-2016 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. 1. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS — NOT USED A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: — N/A 1. Base line or grid reference points for horizontal control. — N/A 2. Benchmarks for vertical control. — N/A B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. — N/A Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. — N/A 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. — N/A 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. — N/A 3. Record Data and measurements per standards. — N/A 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-8 Rev 01-13-2016 C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Mark A. Maroney, P. E. Project Engineer (Urban Engineering) 361-854-3101 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/ Wastewater/ Stormwater hours) 361-885-6900 (361-885-6942 after Gas Department hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination Lift Station Repairs — Citywide 2016, Project No. E16304 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. Change Management Lift Station Repairs — Citywide 2016, Project No. E16304 013114-1 11-25-2013 d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." Change Management Lift Station Repairs — Citywide 2016, Project No. E16304 013114-2 11-25-2013 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. Change Management Lift Station Repairs — Citywide 2016, Project No. E16304 013114-3 11-25-2013 C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Lift Station Repairs — Citywide 2016, Project No. E16304 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Lift Station Repairs — Citywide 2016, Project No. E16304 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management Lift Station Repairs — Citywide 2016, Project No. E16304 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management Lift Station Repairs — Citywide 2016, Project No. E16304 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Lift Station Repairs — Citywide 2016, Project No. E16304 013300-4 11-25-2013 01 33 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Sample or Operations Information Mockup Data Submittal Register Lift Station Repairs - Citywide 2016, Project No. E16304 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings as required by the technical specifications: B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-1 11-25-2013 the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-2 11-25-2013 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-3 11-25-2013 and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-4 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-5 11-25-2013 products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-6 11-25-2013 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-7 11-25-2013 B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-8 11-25-2013 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 013302-9 11-25-2013 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Lift Station Repairs — Citywide 2016, Project No. E16304 01 33 02 - 10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Record Drawing for Entire Project B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Record Data Lift Station Repairs — Citywide 2016, Project No. E16304 013303-1 11-25-2013 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data Lift Station Repairs — Citywide 2016, Project No. E16304 013303-2 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record Data Lift Station Repairs — Citywide 2016, Project No. E16304 013303-3 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data Lift Station Repairs — Citywide 2016, Project No. E16304 013303-4 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data Lift Station Repairs — Citywide 2016, Project No. E16304 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: Construction Progress Schedule Lift Station Repairs — Citywide 2016, Project No. E16304 013304-1 11-25-2013 1. Give early warning of delays in time for correction. 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. Construction Progress Schedule Lift Station Repairs — Citywide 2016, Project No. E16304 013304-2 11-25-2013 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule Lift Station Repairs — Citywide 2016, Project No. E16304 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Lift Station Repairs — Citywide 2016, Project No. E16304 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Lift Station Repairs — Citywide 2016, Project No. E16304 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Lift Station Repairs — Citywide 2016, Project No. E16304 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: B. Work shall be completed within the specified time for these items: Description Time Substantial Completion of Entire 290 Calendar Days Final Completion of Entire Project 320 Calendar Days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures Lift Station Repairs — Citywide 2016, Project No. E106304 013500-1 11-25-2013 1.03 CRITICAL OPERATIONS — NOT USED 1.04 OWNER ASSISTANCE — NOT USED 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Lift Station Repairs — Citywide 2016, Project No. E106304 013500-2 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-3 11-25-2013 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-4 11-25-2013 c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-5 11-25-2013 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-6 11-25-2013 C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-7 11-25-2013 j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management Lift Station Repairs — Citywide 2016, Project No. E16304 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls Lift Station Repairs — Citywide 2016, Project No. E16304 01 50 00 - 1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. Thc Contractor must furnish thc OPT with a ficld officc at thc Sitc. Thc ficld officc must contain at Ioast 120 squarc fcct of usclablc spacc. Thc ficld officc must bc air conditioncd and hoatcd and must bc furnishcd with an inclincd tablc that mcaasures at Ioast 30 inchcs by 60 inchcs and two chairs. Thc Contractor shall movc thc ficld officc on thc Sitc as rcquircd by thc OAR. Thc ficld officc must bc furnishcd with a tcicphonc (with 21 hour per day answcring scrvicc) and fax machinc paid for by thc Contractor. Thcrc is no scparato pay itcm for thc ficld officc. B. Furnish a field office of adequate size for Contractor's use, if necessary. Providc confcrcncc room spacc for a minimum of 15 pcoplc. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial paymcnts will bc proccsscd until OPT's ficld officc facilitics aro complctcd and approvcd. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015000-3 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Dischargc Elimination Systcm (TPDES) Gcncral Pcrmit No. TXR150000 for stormwatcr dischargcs from construction activitics. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS Providc a SWPPP that complics with all rcquircmcnts of TPDES Gcncral Pcrmit No. TXR150000 and any othcr applicablc Laws and Rcgulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015700-1 11-25-2013 1.05 PERMITS — N/A A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS — N/A A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015700-4 11-25-2013 C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving location. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Wastewater Pre-treatment Coordinator to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER — N/A A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. Temporary Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015700-5 11-25-2013 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Lift Station Repairs — Citywide 2016, Project No. E16304 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Lift Station Repairs — Citywide 2016, Project No. E16304 01 70 00 - 1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements Lift Station Repairs — Citywide 2016, Project No. E16304 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements Lift Station Repairs — Citywide 2016, Project No. E16304 017000-3 11-25-2013 STANDARD SPECIFICATIONS SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" Over 12" 7. CAUSE FOR REJECTION AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de -watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de -watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de -watering facilities. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de - watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Unless otherwise specified on the Bid Form, this work shall be considered subsidiary to the project. 027604 Page 1 of 1 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0 25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/2 In. 2 In. 1-1/2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 Oto 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 Oto 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex -408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes 'A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water -reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water -reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water -reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7 -day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. 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. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 l0d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Damen. it 3/4" _ 34" 7/8" Bar or Srnot+er—Paan_ Damen. *1/24. 1" Har or Larger ---Pion_ Damen. * 1" H = over 6"--Demen.+ Zero or -+/27 H = 6" and less -Clic sen. + Zero or -I/4' {14 7/8" Bor or Smatter --aloes Dimon. * t/2^ 1" Bar or Larger — Plan Dimon. *I.. Pion Diinen_*1/ti 5. STORING Spiral or Circular Tie Tie ar Stirrup Plan Dings.* t/2 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 Lap TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. 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 without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS 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 at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. 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. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. 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. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork 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 for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). 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. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, 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. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. 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. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; 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 Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. 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 that 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 Bureau of Standards and Technology, latest edition. 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, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. 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. Molding specified 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, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 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. 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. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. 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 line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. 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. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. 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. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it 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. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, 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 Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. 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. 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 they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. 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. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. 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 "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. 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. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by 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 will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 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 shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE 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. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS 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. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS 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 designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. 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. 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. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 1 0 -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 one -sixteenth inch (1/16") 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. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures 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. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4 -DAY CURING Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees 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 restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) 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 the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the 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. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts X x 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 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 on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 TECHNICAL SPECIFICATIONS TECHNICAL SPECIAL PROVISIONS These Technical Special Provisions amend or supplement the Technical Specifications and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. ARTICLE TS -1 DEFINITIONS Design Specification - Whenever the term "Design Specification" is used, it shall be understood that the performance of the completed work is as designed by the ENGINEER, and the CONTRACTOR must follow the requirements of the drawings and specifications; followed the manufacturer's recommendations (material and equipment); followed industry standard procedures and provided top quality workmanship. Performance Specification - Whenever the term "Performance Specification" is used, it shall be understood that the performance of the completed work is the responsibility of the CONTRACTOR, provided the OWNER has faithfully followed all written operational and maintenance instructions supplied by the CONTRACTOR. (The CONTRACTOR is not relieved of the responsibility for improper performance of the completed work even if there was improper operation and/or maintenance by the OWNER but it obviously was not the cause of improper performance.) In a performance specification, the CONTRACTOR is responsible for the design of the item furnished and installed by him. It is intended that the item function properly without excessive operation and maintenance being required by the OWNER. The item furnished must incorporate the features specified but still perform as intended. The materials specified are to set a minimum standard but shall not be considered a design. If the design furnished by the CONTRACTOR requires higher quality material in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. When minimum dimensions are specified, they shall not be considered a design. If the design furnished by the CONTRACTOR requires larger dimensions in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. ARTICLE TS -2 [NOT USED] ARTICLE TS -3 [NOT USED] ARTICLE TS -4 LAYOUT OF THE WORK The Contractor shall layout the work from the existing facilities. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the Engineer prior to deviation. If, in the opinion of the Engineer, the required deviation would necessitate a revision to the Drawings, the Contractor shall provide supporting measurements as required by the Engineer. ARTICLE TS -5 QUALIFICATIONS OF MANUFACTURER'S FIELD SERVICE REPRESENTATIVES 1. General: The technical specifications require that for certain equipment and other items, the manufacturer shall include in his cost to the Contractor specified periods of on-site time of a qualified factory field service engineer to provide certain services. Providing these services is an extremely important part of seeing that the item is installed, adjusted and serviced properly. This, in turn, will help insure that the item furnished will function as intended and have a useful, trouble-free service life. 2. Prior Approval: As part of the submittal data required, the name and complete qualifications of the person the manufacturer proposes to send as his representative must be included. The Engineer will have the right to reject any person who, in the Engineer's opinion, is not qualified to perform the required services based on the information furnished. Tech. Spec. Prov. Page 1 of 3 3. On -The -Site Rejection: In the event a manufacturer's representative, while on the job site, demonstrates (in the opinion of the Engineer) that he/she is not thoroughly qualified to perform the required services, the Engineer shall have the right to immediately stop these services. The Contractor is obligated to replace the manufacturer's representative with a person who is qualified to redo as much of the completed service designated by the Engineer and complete the remaining services. This shall be done at no increase in the Contract amount (no cost to the City). 4. Video Tapes: The City reserves the right to video tape any and all services performed by manufacturer's field service representative(s). The Contractor shall give the Engineer seven days advance notice of when services will be performed by the manufacturer's representative. Should the Contractor fail to provide the required advance notice, the Engineer shall have the right to reschedule services to accommodate the City. ARTICLE TS -6 TENTATIVE APPROVAL AND ALTERNATE DESIGNS 1. General: Manufacturers shall obtain tentative approval (prior to bidding) for certain major items of equipment on which the Contractors are basing their bid. The successful bidder shall have the option of using any product which received tentative approval prior to bidding. 2. Procedure: a. Submission to the Engineer: (1) The Manufacturer shall deliver to the Engineer prior to the date set for bid opening, information (Which will be hereafter referred to as the Formal Submission) and this submission shall be on the major items of equipment, as set out hereinafter. To be considered, specific information must be received by the Engineer no later than 14 calendar days prior to the date set for bid opening. If the 14th day falls on Saturday or Sunday, then submission must be delivered to the Engineer by 5:00 P.M. on the previous Friday. Incomplete submissions will not be reviewed and will automatically be disapproved. The Engineer will respond in writing either approving or disapproving the submission within 48 hours prior to the bid opening time. (2) The Manufacturer is responsible for obtaining written proof that the Engineer has received this information and that it is approved for use on the project. b. Tentative Approval of Other Equipment: All other equipment must meet all requirements of the specifications, but tentative approval (prior to Bidding) will not be given. Any information on equipment, other than that listed above, submitted to the Engineer prior to bidding will not be reviewed and will be automatically be discarded without notification. c. Final Approval: If the equipment does receive tentative approval for use on the project, this does not constitute final approval. If it is found at any time in the future that exceptions were not listed or the item is not as it was represented, the Engineer shall have the right to reject the equipment; or require the Contractor to modify it to bring it into compliance at no increase in cost to the Contract. Tentative approval does not relieve the Contractor of any responsibility regarding performance of the equipment after installation. Likewise, no extra payment will be made to the Contractor for any changes found necessary to adapt this equipment, such as modifications to structures, foundations, piping, valves, electrical system, etc. 4. Alternate Design Concept: a. General: If a Contractor desires to base his bid on a concept different from that shown in the Contract Documents, it shall be said Contractor's responsibility to submit to the Engineer, 14 days prior to the date of bid opening, complete details of said concept including required modifications, if any, to existing or proposed structures. The final decision to accept or reject the alternate design concept shall rest solely with the Engineer acting on behalf of the City, with said acceptance or rejection being in writing from the Engineer to the prospective bidder no later than 48 hours before bid opening time. Time is of the essence, and failure of the bidder using a different design concept, Tech. Spec. Prov. Page 2 of 3 from that shown on the drawings or described in these specifications, to submit to the Engineer complete details 14 days prior to bid opening will cause said concept to be excluded from consideration. Alternate Designs not obtaining approval prior to bidding shall not be used in the construction of this project. b. Equipment: If the approved alternate design involves equipment, the Contractor is not relieved of any responsibility regarding performance of the equipment after installation. Likewise, no extras will be paid the Contractor for any changes found necessary to adapt the alternate equipment, such as modifications to the drawings, structural or foundation changes, additional piping and valves, changes in pipe sizes, electrical alterations, or any other modifications. ARTICLE TS -7 CITY WASTEWATER FACILITIES: SPECIAL REQUIREMENTS 1. Operation of City -Owned Equipment: The Contractor shall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, control, or any other item related to City wastewater facility at any time. All such items must be operated by an operator or other authorized maintenance employee of the City. 2. Handling and Disposal of Trash: All trash generated by the Contractor or his employees, agents, or sub- contractors shall be contained at all times at the facility site. Blowing trash will not be allowed. The Contractor shall keep work areas clean and remove all trash as necessary. Tech. Spec. Prov. Page 3 of 3 DIVISION 2 - SITEWORK SECTION 2G - SITE UTILITIES 2G30[21 MANHOLE RESTORATION WITH A PROTECTIVE COATING 2G30.1 SCOPE: This specification shall govern for all work, materials and equipment required for protecting and/or rehabilitating concrete structures by spray -application of a monolithic high -build epoxy coating to eliminate infiltration, provide corrosion protection, repair voids and enhance structural integrity. This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2G30.2 GENERAL: 2G30.2.1 Submittals: A. The following items shall be submitted: 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. 2. Material Safety Data Sheets (MSDS) for each product used. 3. Project specific guidelines and recommendations. 4. Applicator Qualifications: a. Manufacturer certification that applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Certification by the protective coating manufacturer that the equipment to be used for applying the products has been approved and applicator personnel have been trained and certified for proper use of the equipment. c. Three (3) years experience and five (5) recent references of projects of similar size and scope and applicator must provide references indicating successful application on underground concrete or masonary substrates of a minimum 5,000 of of the specified 100% solids, high -build solvent -free epoxy coating by heated, plural component spray application. d. Proof of any necessary federal, state or local permits or license necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 6. Or equal submittal: In order to be considered as an equal product, said product will have to meet the minimum characteristics as measured by the applicable ASTM standards referenced in paragraph 2:04 and on the Technical Data Sheets of the approved products. NOTE: Equal products must be approved a minimum of three weeks prior to bid date. In order for a product to be considered equal the submitted product must have successfully passed the Aransas County evaluation of protective coatings for concrete or the product must be tested and meet or exceed the minimum standards included in this specification. A bonded third party testing company must perform the testing. A contractor that has been licensed and trained by the manufacturer must install all products. Prior pre -approval is required to determine if the prospective product may be bid on this project. Without prior pre -approval within the specified time frame a product may be rejected as unacceptable. This time frame allows the engineer ample time to determine if the proposed product is an acceptable alternative. 2G30 Manhole Restoration with a Protective Coating Page 1 of 7 2G30.2.2 Quality Assurance: A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the protective coating manufacturer's recommendations. B. (Optional) A NACE certified coating inspector shall be provided by the owner. The inspector will observe daily operations, procedures and final product to ensure adherence to the specifications by applicator. 2G30.2.3 Delivery, Storage and Handling: A. Materials are to be kept dry, protected from weather and stored under cover. B. Protective coating materials are to be stored between 50 deg. F. and 90 deg. F. do not store near flame, heat or strong oxidants. C. Protective coating materials are to be handled according to their material safety data sheets. 2G30.2.4 Site Conditions: A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. B. Method statements and design procedures are to be provided by owner when confined space entry, flow diversion, debris removal or bypass is necessary in order to applicator to perform the specified work. 2G30.2.5 Warranty: Applicator shall warrant all work against defects in materials and workmanship for a period of one year, unless otherwise noted, from the date of final acceptance of the project. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said one year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the owner. 2G30.3 MATERIAL: 2G30.3.1 Existing Products: A. Standard Portland Cement or new concrete (not quick setting high strength cement) must be well cured prior to application of the protective coating. Generally, 28 days is adequate cure time for standard Portland. If earlier application is desired, compressive or tensile strength of the concrete can be tested to determine if acceptable cure has occurred. Note: Bond strength of the coating to the concrete surface is generally limited to the tensile strength of the concrete itself. B. Cementitious patching and repair materials should not be used unless their manufacturer provides information as to its suitability for top coating with an epoxy coating. Project specific submittals and procedures should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. C. Remove existing coatings prior to application of the new protective coating. Applicator is to maintain strict adherence to applicable NACE and SSPC recommendations with regard to proper surface preparation and compatibility with existing coatings. 2G30.3.2 Manufacturers: A. Corrosion Protective Coating: Raven Lining Systems, Inc., Tulsa, OK 800-324-2810 or 918-584- 2810 or FAX 918-582-4311. B. Cementitious Repair Material: Structural Rehab. Products, Pasadena, Texas 713-473-1701 or FAX 713-473-1253 or QUADEX, Inc., North Little Rock, AR 888-831-1650 or 501-945-3424 or FAX 501-945-3544. C. Or pre -approved equal. 2G30.3.3 Repair Materials: A. Repair materials shall be used to fill voids, structurally reinforce and/or rebuild surfaces, etc., as determined necessary by the engineer and protective coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. B. As an example, the following products may be accepted and approved by the protective coating manufacturer and could be used within the specifications: 1. 100% solids, solvent -free epoxy grout that can be trowelled or sprayed and specifically formulated for optimum epoxy top coating compatibility. The epoxy grout manufacturer shall provide instructions for epoxy top coating procedures. 2G30 Manhole Restoration with a Protective Coating Page 2 of 7 2. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy top coating. Such repair mortars should not be used unless their manufacturer provides information as to its suitability for top coating with an epoxy coating. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. 3. Shotcrete shall conform to all requirements of ACI -506.2-77 as published by the American Concrete Institute, Detroit, MI except as modified by these specifications. Shotcrete composed of Portland Cement, aggregate and water so proportioned as to produce a concrete suitable for pneumatic application. Shotcrete ingredients shall be selected, proportioned in such a manner as will produce sound concrete that is strong, dense and suitable for polymer top coating. Cured shotcrete shall have a minimum surface tensile strength of 300 psi. No coatings shall be applied prior to a full 28 days cure unless test patches of coatings exhibit acceptable bonding characteristics and no outgassing as prescribed herein or the repair mortar manufacturer certifies acceptable top coating parameters. 2G30.3.4 Protective Coating Materials: A. Raven Lining System's Raven 405 Coating System: a 100% solids, solvent -free two -component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications (up to 200 mils in a single coat.) Product type Amine cured epoxy Color Light blue Solids Content (vol %) 100 Mix. ratio 3:1 Flexural modulus 600,000 psi Flexural strength 13,000 psi Compressive strength 18,000 psi Tensile strength 7,600 psi Tensile elongation 1.50% Hardness, Type D 88 Bond strength - concrete >Tensile strength of concrete Chemical resistance to: (examples) Sulfuric Acid, 10% Immersion service Sodium Hydroxide, 20% Immersion service MEK Incidental contact (include reagents relevant to the project) 2G30.3.5 Protective Coating Application Equipment: Manufacturer heated plural component spray equipment shall be used in the application of the specified protective coating. 2G30.3.6 Repair Mortar Spray Application Equipment: (if spray applied) Spray applied repair mortars shall be applied with manufacturer approved equipment. 2G30.4 CONSTRUCTION METHODS: 2G30.4.1 Acceptable Applicators: A. Repair mortar applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Protective coating must be applied by a Certified Applicator of the protective coating manufacturer and according to manufacturer specifications. 2G30.4.2 Examination: A. All structures to be coated shall be readily accessible to applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. 2G30 Manhole Restoration with a Protective Coating Page 3 of 7 D. Installation of the protective coating shall not commence until the concrete substrate has properly cured and been prepared in accordance with these specifications. E. Temperature of the surface to be coated should be maintained between 40 deg. F and 120 deg F. during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. Where varying surface temperatures do exist, care should be taken to apply the coating when the surface temperature is falling versus rising (i.e., late afternoon into evening as opposed to morning into afternoon). 2G30.4.3 Surface Preparation: A. Applicator shall inspect all surfaces specified to receive a protective coating prior to surface preparation. Applicator shall notify owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair mortar and protective coating. B. All contaminants including: oils, grease, unsound or incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. C. All concrete that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Surface preparation method(s) should be based upon the conditions of the substrate and the requirements of the epoxy protective coating to be applied. E. Surface to receive protective coating shall be cleaned and abraded to produce a sound concrete surface with adequate profile and porosity to provide a strong bond between the protective coating and the substrate. Generally, this can be achieved with a low pressure water cleaning using equipment capable of 5,000 psi at 5 gpm, using a zero degree rotating nozzle. Other methods such as high pressure water jetting (refer to NACE Standard No. 5/SSPC-SP12), abrasive blasting, shot blasting, grinding, scarifying or acid etching may also be used. Detergent water cleaning and hot water blasting may be necessary to remove oils, grease or other hydrocarbon residues from the concrete. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface that is not excessively damaged. F. Infiltration shall be stopped by using a material which is compatible with the specified repair mortar and is suitable for top coating with the specified epoxy protective coating. G. Test prepared surfaces after cleaning, but prior to application of the epoxy coating to determine if a specific pH or moisture content of the concrete is required according to manufacturer's recommendation. H. All surfaces should be inspected during surface prep and before the repair mortar is applied. 2G30.4.4 Application of Repair Materials: A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Project Engineer's recommendations. B. Repair materials shall meet the specifications contained herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Project Engineer according to owner's requirements and manufacturer's recommendations. C. Cementitious repair materials shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the protective coating. No bugholes or honeycomb surfaces should remain after the fmal procedure of the repair mortar. D. The repair materials shall be permitted to cure according to manufacturer recommendations. E. Application of the repair materials, if not performed by the coating certified applicator, should be inspected by the protective coating manufacturer's representative or certified applicator to ensure proper finishing for suitability to receive the specified coating. F. After abrasive blast and leak repairs have been performed, all surfaces shall be inspected for remaining laitance prior to protective coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shot blast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. G. All surfaces should be inspected during and after preparation and before the protective coating is applied. 2G30 Manhole Restoration with a Protective Coating Page 4 of 7 2G30.4.5 2G30.4.6 Application of Coating: A. The Engineer shall determine type of coating to be used according to the following: Condition 1: Manhole is considered structurally sound with no indications of settlement, cracking or other signs of structural fatigue. Infiltration or exfiltration through precast joints, mortar joints, or around the pipe connection exists. Specified coatings: Structural Rehab. Products SRP CA -12500, Calcium Aluminate Cementitious Product 1" thick or QUADEX, Inc., Aluminaliner 1" thick or Raven 405 80 mils thick. Condition 2: Manhole is exhibiting early signs of structural fatigue evidenced by minor cracks, loss of mortar or brick, corrosion (less than 0.5" in depth), minor cross sectional distortion (less than 10 percent); however, the existing structure is currently supporting the soil and live load. Specified coatings: Raven 405, 100% solids, solvent -free, high build epoxy lining system, 125 mils thick. Condition 3: Manhole is exhibiting severe structural fatigue and collapse is eminent. Conditions indicating this degree of deterioration would be distortion beyond 10%, severe corrosion (exposed reinforcing) or large sections (greater than 30 percent) of the structure are missing. Specified coating systems: Structural Rehab. Products, SRP 12000 Cementitious Product 1/2" thick or QUADEX, Inc., Hyperform 1/2" thick, or QUADEX, Inc., Aluminaliner 1/2" thick followed by 125 mils of Raven 405 100% solids, solvent free, high build epoxy lining system. A letter from the manufacturer will be submitted certifying the compatibility of the structural liner with the corrosion resistant protective coating. B. Areas where structural steel has been exposed or removed shall be repaired in accordance with Engineer's recommendations. C. Is using approved cementitious materials as a base coat, such shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the coating. No bugholes or honeycomb surfaces should remain after the fmal trowel procedure of the repair mortar. D. After cleaning and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to coating application. Any evidence of remaining contamination or laitance shall be removed. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair mortar and prior to application of the epoxy coating. Application of Protective Coating: A. Application procedures shall conform to the recommendations of the protective coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. B. The spray equipment shall be specifically designed to accurately ratio and apply the specified protective coating materials and shall be regularly maintained and in proper working order. C. The protective coating materials must be spray applied by a Certified Applicator of the protective coating manufacturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent -free, 100% solids, epoxy protective coating as further described herein. Spray application shall be to a minimum wet film thickness of 100 mils and an average wet film thicknesses of 125 mils. Concrete, New/Smooth: 60-100 mils for immersion, 30-80 mils for atmospheric, splash and spill exposure. Concrete, Rough: 60-125+ mils Masonry/Brick: 60-150+ mils Steel: 25-80 mils for immersion, 16-40 mils for atmospheric, splash and spill exposure; also profile dependent. Fiberglass Systems: 40-60 mils tack coat, 9 oz/yd2 fabric, 40-60 mils top coat. Varies with circumstances. (Thickness shown above are for general purposes only, each project should be evaluated independently and thickness of system determined upon product, service environment, protection and restoration requirements.) 2G30 Manhole Restoration with a Protective Coating Page 5 of 7 2G30.4.7 E. Airless spray application equipment approved by the coating manufacturer shall be used to apply each coat of the protective coating. Air assisted spray application equipment may be acceptable, especially for thinner coats (<10 mils), only if the air source is filtered to completely remove all oil and water. F. If necessary, subsequent top coating or additional coats of the protective coating should occur as soon as the base coat becomes tack free, ideally within 12 hours, but no later than the recoat window for the specified product. Additional surface preparation procedures will be required if this recoat window is exceeded. G. (Optional) Fiberglass woven -roving fabric may be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired, such as the crown of pipes. Sloped surfaces of the floor may be made non-skid by broadcasting aluminum oxide or silica sand into the surface prior to gelatin. Testing and Inspection: A. Thickness Testing: During application a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc., meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used to ensure a monolithic coating and uniform thickness during application. B. Holiday Testing: After the protective coating has set hard to the touch it shall be inspected with high-voltage holiday detection equipment. Surfaces shall first be dried, an induced holiday shall then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied, but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO 188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional protective coating material can be hand applied to the repair area. All touch-up/repair procedures shall follow the protective coating manufacturer's recommendation. C. Bond Strength: Measurement of bond strength of the protective coating to the substrate can be made at regular intervals and along different sections of the structure (i.e., crown of pipe, wall, invert - every 200 ft.). Bond strength can be measured in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the Project Engineer. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by applicator in strict accordance with manufacturer's recommendations. D. Vacuum Testing: Manholes lined in their entirety may be vacuum tested. All pipes entering the manhole should be plugged, taking care to securely place the plug from being drawn into the manhole. The test head shall be placed and the seal inflated in accordance with the manufacturer's recommendations. A vacuum pump of ten inches of mercury shall be drawn and the vacuum pump shut off. With the valves closed, the time shall be measured for the vacuum to drop to nine inches. Following are minimum allowable test times for manhole acceptance at the specified vacuum drop: DEPTH (FEET) TIME (SECONDS) (Manhole Depth) 48" diameter 60" diameter 72" diameter 4 10 13 16 8 20 26 32 12 30 39 48 16 40 52 64 20 50 65 80 24 60 78 96 Add for 2 ft. more depth: 5 6.5 Note: These numbers have been taken from ASTM C 924-85. 2G30 Manhole Restoration with a Protective Coating Page 6 of 7 8 If the manhole fails the initial test, repairs and adjustments necessary due to extenuating circumstances (i.e., pipe joint, liner, plug sealing) should be made. Retesting shall proceed until a satisfactory test is obtained. E. Visual Inspection: A final visual inspection shall be made by the inspector and manufacturer's representative. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by applicator. F. The municipal sewer system may be put back into non -severe operational service as soon as the final inspection has taken place. However, for sever corrosion duty such as high concentrations of acids, bases or solvent, 3 to 7 days and/or force cure by heat induction to the coated surfaces may be necessary prior to returning to service. Consult coating manufacturer for further details. 2G30 Manhole Restoration with a Protective Coating Page 7 of 7 DIVISION 2 - SITE WORK SECTION 2I - SITE IMPROVEMENTS 2I1 [4] CHAIN-LINK FENCE (HEAVY DUTY—VINYL COATED) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for providing and installing the 7' high (6' high fabric and 3 strands of barbed wire and 6' tall vinyl privacy slats) chain-link fence required to complete the project. This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 PRODUCTS/MATERIALS 2.01 GENERAL All materials used for fencing shall be new and shall be First Class. The use of re -rolled, open seam tubing, or any used material will not be allowed. Posts, gate frames, braces, rails, stretcher bars, and truss rods shall be of steel; reinforcing wires shall be of high carbon steel; and gate hinges, post caps, stretcher bar bands, and other parts shall be of steel, malleable iron, ductile iron or equal except that ties and clips may be of aluminum. Exposed portion of fence, except barbed wire, shall be polyvinyl coated. All vinyl and vinyl coated materials shall be black in color. 2.02 POSTS, GATE FRAMES, RAILS AND BRACES Posts, gate frames, rails, and braces shall conform to the dimensions and weights shown in the following table. Use and Section Outside Diameter Weight or Dimensions, Per Foot, Nominal Nominal Inches Inches End, corner, and pull posts (tubular): Round 2.875 5.79 Square 2.50 5.70 -Gate posts for nominal width of gate, single, or one leaf of double 6 feet and less: Round 2.875 5.79 Square 2.50 5.70 Gate width 13 feet and less: Round 4.00 9.10 Square 3.00 9.10 Gate width over 13 feet to 18 feet, incl.: Round 6.625 18.97 Gate width over 18 feet: Round 6.625 24.70 Gates: exterior frames: Round 1.90 2.72 Square 1.50 2.10 Internal gate bracing: Round 1.66 1.806 Square 2.00 1.90 Rails and post braces (tubular): Intermediate posts: Round 1.660 1.806 Tubular, Round 2.375 3.65 H -Section 2.25 x1.95 x 1.43 4.10 2I1 Chain -Link Fence (Heavy Duty) Page 1 of 5 All steel and iron parts shall be zinc -coated after fabrication, using zinc grade "E" in accordance with Federal Specification QQ-Z-351. The weight of the zinc coating per square foot of actual surface area shall average not less than 1.2 ounces and no individual specimen shall show less than 1.0 ounces. After the zinc coating is applied, the above ground portion of the post shall be coated with 20 mil black polyvinyl. 2.03 FABRIC A. DEFINITIONS 1. Chain link fence fabric: Chain link fence fabric is a fencing material made from 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 and barbing the ends of the wires to form the selvage of the fabric. 2. Knuckling: Knuckling is the term used to describe the type of selvage obtained by interlocking adjacent pairs of wire ends and binding the wire ends back into a closed loop. B. BASE METAL The base metal of the fabric shall be a good commercial quality of steel wire. The wire shall withstand a breaking load of 1,290 lbs. C. FABRIC COATING 1. Zinc Coating: The fabric shall be zinc -coated by the hot -dip process after fabrication, or shall be fabricated from wire zinc -coating by the electrolytic or hot -dip process. The weight of zinc - coating shall be not less than 1.2 ounces per square foot of actual surface covered. The zinc used for the coating shall conform to the grades specified in ASTM Designation B6 Standard Specifications for Slab Zinc. 2. Vinyl Coating: After the zinc coating is applied, the fabric shall be coated on all sides with 20 mil black polyvinyl. D. FABRIC SIZES 1. General: The height, size of mesh, and wire diameters of chain link fence shall be 72 -inch high by 2 -inch mesh by 0.1483 -inch diameter (No. 9 gauge). 2. Height of fabric: The height of fabric shall be the overall dimension from ends of barbs or knuckles. The tolerance on the nominal height shall be plus or minus one inch. 3. Mesh sizes: The size of mesh shall be determined by measuring the minimum clear distance between the wires forming the parallel sides of the mesh, measured in either direction. The tolerance in the size of 1-3/4 and 2 -inch mesh shall be plus or minus 1/8 inch. 4. 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 plus or minus 0.005 -inch. E. SELVAGE Fabric shall be furnished with twisting and barbing on both selvages. F. WORKMANSHIP The chain link fence fabric shall be made of high-grade materials and with good workmanship. The zinc -coating shall be applied in a continuous process and shall not be applied to the fabric in roll form. Excessive roughness, blisters, salammoniac spots, bruises and flaking shall be noted. These and other obvious defects, if present to any considerable extent, may provide a basis for rejection. 2I1 Chain -Link Fence (Heavy Duty) Page 2 of 5 2.04 BARBED WIRE Barbed wire shall consist of 3 strands of 12-1/2 gauge wire with 14 gauge 4 -point barbs spaced approximately 4 inches apart. All wire shall be zinc coated with a minimum coating of .80 ounces per square foot of surface area on 12-1/2 gauge wire and .60 ounces per square foot of surface area on 14 gauge wire. 2.05 VINYL PRIVACY SLATS Privacy slats shall be vinyl and installed vertically throughout the entire perimeter of the fence including all gates. Slats shall fit two wide per one square of mesh. A connecting strip of vinyl shall be inserted horizontally at the bottom of the fence fabric to hold the vertical slats in place. 2.06 CONCRETE Concrete shall have a minimum compressive strength of 2000 p.s.i. at 28 days and shall be in accordance with Section 030020 — Portland Cement Concrete. 2.07 FEATURES A. GATES Gates shall be swing type complete with latches, stops, keepers, hinges, and provisions for padlocking. 1. Gate Frames: Gate frames shall be constructed of tubular members (round or square) welded at all comers or assembled with fittings. On steel, welds shall be painted with aluminum based or zinc based paint. Where corner fittings are used gates shall have truss rods of 3/8 -inch nominal diameter to prevent sag or twist. Gate leaves shall have vertical intermediate bracing as required, spaced so that no members are more than 8 feet apart. Gate leaves 10 feet or over shall have a horizontal brace or one 3/8 -inch, diagonal truss rod. Dimensions and weights of gate frames shall be as shown in Table above. Gate filler shall be of the same fabric as specified for fence and shall be attached securely to gate frame at intervals of 15 inches. 3. Fabric: 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. 4. Hinges: 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. 5. Latches, Stops, and Keepers: Latches, stops, and keepers shall be provided for all gates. Latches shall have a plunger -bar arranged to engage the centerstop, 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. B. POSTS Posts shall be of the lengths specified and shall be tubular, except that lineposts may be H -beam. C. POST BRACES Post braces shall be provided for each gate comer, pull, and end post and shall consist of a round tubular brace extending to each adjacent line post at approximately mid -height of the fabric, and a truss consisting of a rod not less than 3/8 -inch in nominal diameter from the line post back to the gate, comer, pull, or end post, with a turnbuckle or other equivalent provision for adjustment. 2I1 Chain -Link Fence (Heavy Duty) Page 3 of 5 D. POST TOPS Post tops shall consist of combination tops with barbed wire supporting arms. 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 tubular posts. E. SUPPORTING ARMS Barbed wire supporting arms shall be at an angle of approximately 45° and shall be fitted with clips or other means for attaching 3 strands of barbed wire. With 45° arms, the top wire shall be approximately 12 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 200 lbs. applied at the outer strand of barbed wire. F. TOP RAILS Top rails shall be round (tubular), shall be in lengths not less than 18 feet, and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings, shall be not less than 6 - inches long, with .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 .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 2 feet. Means shall be provided for attaching the top rail to each gate, corner, pull, and end post. G. STRETCHER BARS Stretcher bars shall not be less than 3/16 by 3/4 inch and not be less than 2" shorter than the full height of the fabric with which they are to be used. The stretcher bars shall be arranged for attaching the fabric to all terminal posts by threading through the fabric, by hand, or by other positive mechanical means. One stretcher bar shall be provided for each gate, and end post, and two for each corner and pull post. H. TIES OR CLIPS Ties or clips of adequate strength shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 -inches. I. BANDS OR CLIPS Bands or clips of adequate strength 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 and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of± .115" after galvanizing with a minimum width of 7/8 of an inch ±.015". 3.0 CONSTRUCTION METHODS 3.01 GENERAL All materials and workmanship shall be of first class in every respect, shall be done in a neat, workmanlike manner. 3.02 POST SPACING Line posts shall be spaced at intervals not to exceed 10 feet average when measured from center to center between terminal posts. In general, in determining the post spacing, measurement will be made parallel to the slope of the natural ground, and all posts shall be placed in a vertical position except where designated otherwise by the owner or the representative of the owner. 2I1 Chain -Link Fence (Heavy Duty) Page 4 of 5 3.03 POST SETTING All posts shall be set in holes of diameter and depth as indicated below. After the post has been set and plumbed, the hole shall be filled with 2,000 p.s.i. concrete. The exposed surface of the concrete shall be crowned to shed water. Table of Post Hole Diameter and Depth Type Hole of diameter Hole Post Post at top Depth Embedment Line Terminal 9" 12" 38" 36" 38" 36" 3.04 TERMINAL POST End, corner, gate and pull posts shall be set as shown hereinbefore, and shall be braced to the nearest post with a galvanized pipe horizontal brace used as a compression member, and a galvanized 3/8 -inch steel truss rod and truss tightener used as a tension member. All changes in direction of fence line of 30 degrees or more shall be considered as comers. Pull posts shall be used at all abrupt changes in grade. 3.05 CHAIN LINK FABRIC Fabric shall be placed on the side of the fence as designated by the owner or his representative. The fabric shall be stretched taut approximately 2 -inches above the ground, and securely fastened to the posts. The fabric shall be cut and each span shall be attached independently at all terminal posts. Fastening to terminal posts shall be with stretcher bars and fabric bands spaced at maximum 15 -inch intervals. Fastening to line post shall be with tie wire, metal bands, or other approved method, attached at maximum 15 -inch intervals. The top edge of the fabric shall be fastened to the top rail with wire ties at intervals not exceeding 24 -inches. The bottom edge of fabric shall be fastened to the bottom tension wire with wire ties at intervals not exceeding two feet. Rolls of wire fabric shall be joined by weaving a single strand into the ends of the rolls to form a continuous mesh. 2I1 Chain -Link Fence (Heavy Duty) Page 5 of 5 DIVISION 5 - METALS SECTION 5A - STRUCTURAL METAL 5A1[11 STRUCTURAL STEEL AND OTHER METALS 5A1.1 SCOPE: This specification shall govern for all work necessary to furnish and install all the structural steel and other metal items required to complete the project. All miscellaneous ferrous metal and fabricated assemblies shall be hot dipped galvanized unless noted otherwise. This is a design specification as defined in Article TS -1 of the Technical Special Provisions. 5A1.2 MATERIAL: 5A1.2.1 General: All metals and galvanized items shall conform to the requirements of the local building code and the current applicable specification of the American Society for Testing Materials. 5A1.2.2 Structural Steel: Structural steel shapes shall conform to A.S.T.M. Specification A572, Gr. 50 Steel plates and bars shall conform to ASTM Specification A36. Steel pipe shall conform to ASTM Specification A53, Type E, Grade B. Steel tubing shall conform to ASTM Specification A500, Grade B. Miscellaneous steel and iron shall be well finished standard commercial shapes, or commercial bar steel and iron of sizes and shapes indicated. 5A1.2.3 Aluminum: Aluminum shapes shall conform to Aluminum Association Alloy Designation 6061-T6 unless specifically stated otherwise. 5A1.2.4 Malleable Castings: Malleable castings shall conform to A.S.T.M. Spec. A-47. 5A1.2.5 Copper: Copper sheet strips and plates shall conform to A.S.T.M. B-152 Type ETP. Copper rods and bars shall conform to A.S.T.M. B-133. 5A1.2.6 Bronze: Bronze machined parts shall conform to Copper Development Association Copper Alloy No. 544 (free machining Phosphor Bronze B-2) or A.S.T.M. Specification B-139. 5A1.3 ZINC COATINGS: 5A1.3.1 General: Ferrous metal structures, fabricated assemblies, welded steel assemblies and miscellaneous hardware specified to be galvanized shall be hot -dip galvanized after fabrication. Zinc electroplating is not allowed. 5A1.3.2 Hot -Dip Galvanizing - Hot -dip galvanizing shall conform to the latest revisions of A.S.T.M. Specifications A-153, A-386, A- 123 or A-394 as applicable. Minimum weight of zinc coating required by these specifications are given by the following Table. 5A1 Structural Steel Page 1 of 4 TABLE - MINIMUM ZINC COATING REQUIREMENTS AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) Class of Material Minimum Weight of Zinc Coating Oz. per Sq. Ft. of Surface (a) ASTM Average of Any Spec. Specimen Individual Tested (b) Specimens Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip A123 1/8" - 3/16" thick 2.00 1.80 1/4" - and heavier 2.30 2.00 HARDWARE Class A - Castings: gray iron, malleable iron, steel 2.00 1.80 Class B - Rolled, pressed, and forged articles (except those that would be included under classes C and D) B-1 - 3/16 in. and over in thickness and over 8 in. in length A153 2.00 1.80 B-2 - Under 3/16 in. in thickness and over 8 in. in length See Notes Below 1.50 1.25 B-3 - 8 in. and under in length and any thickness 1.30 1.10 Class C - Bolts and drive screws (over 3/8 in. diameter) & similar articles. Washers 3/16 and 1/4 in. thick 1.25 1.00 Class D - Screws, stove bolts, and bolts (3/8" in. and under in diameter), rivets, nails, and similar articles. Washers under 3/16 in. thick 1.00 0.85 ASSEMBLIES Class A - Castings: gray iron malleable iron, steel 2.00 1.80 Class B - Rolled, pressed and forged steel: B-1 - 3/16 in. and over in thickness 2.00 1.80 B-2 - Under 3/16 in. in thickness A386 1.50 1.25 Class C - Bolts and drive screws (over 3/8 in. in diameter) and similar articles 1.25 1.00 Class D - Bolts and drive screws (3/8 in. and under in diameter) and similar articles 1.00 0.85 HIGH-STRENGTH BOLTS A153 1.25 1.00 Class C TOWER BOLTS A394 1.25 1.00 (a) In the case of long pieces, such as anchor rods and similar articles over 5 ft. in length, the weight of coating and uniformity of test shall be average of the determinations made at each end and the middle of the article. In the case of composite pieces, each part shall be tested separately, as they may fall in different classifications. (b) The number of specimens to be tested per order shall be agreed upon at the time of purchase, by the manufacturer and the purchaser. Notes on A152 Hardware: Note 1 - Note 2 - Length of piece, stated in classes B-1, B-2 and B-3 refers to the overall dimension and not to its developed length. One ounce of zinc per square foot of surface, based upon mathematical calculations, corresponds to a coating thickness of 0.0017 in. 5A1 Structural Steel Page 2 of 4 5A1.3.3 Anchors, Fasteners and Bolts: The sizes, kinds and spacing of anchors not indicated or specified shall be as necessary for their purposes. All anchors, fasteners and bolts in walls and surfaces shall be stainless steel. All required nuts and washers shall have same finish as anchors, fasteners and bolts. 5A1.4 CONSTRUCTION METHODS: 5A1.4.1 General: Structural and miscellaneous metal shall be fabricated to conform to dimensions, sizes and thickness shown on the plans. Workmanship shall be equal to the best modem practice in modem steel fabrication shops. All fabrication shall conform to standards, specifications and details given in the latest edition of "Steel Construction Handbook". 5A1.4.2 Shop Welding: The equipment manufacturer's shop welding procedures, welders and welding operators shall be qualified and certified in accordance with the requirements of AWS D1.0 "Welding in Building Construction" of the American Welding Society. The equipment manufacturer's shop drawings shall clearly show complete information regarding location, type, size and length of all welds in accordance with "Standard Welding Symbols" AWS A2.0 of the American Welding Society. Special Conditions shall be fully explained by notes or details. 5A1.4.3 Field Welding: No field welding is allowed unless specifically called for in the plans and specifications or approval is requested in writing by Contractor and authorized by the Project Engineer. 5A1.4.4 Storage: Structural steel and other fabricated metal items delivered to the job site shall be placed on sufficient shores or blocking to keep metal above ground and prevent injury from deflection. They shall also be separated with strip spacers to provide free access of air to all parts of the surface as well as being inclined in such a manner as to give maximum drainage. Resinous wood may not be used for spacers or packing of Hot -Dipped Galvanized members. The storage area should be kept clean. 5A1.4.5 Straightening: Bent materials shall be straightened by methods not producing injury or fracture. Heat shall not be used unless specifically authorized by the Engineer. (Under no circumstances shall heat be used on galvanized items) When heated it shall only be to a dark cherry red. The material shall then cool slowly and be inspected carefully for evidence of fracture. 5A1.4.6 Temporary Connections: Structures shall be braced or shored to prevent deflection or misalignment from wind, concrete placing, excavation, etc. Welding shall not be used for temporary connections. After assembly and before a permanent connection is made, the structure shall be inspected for alignment, plumbness, dimensions and levelness. 5A1.4.7 Misalignment: All steel and metal parts are to be assembled accurately as shown on the drawings. Corrections of minor misfits shall be permitted as well as a reasonable amount of reaming and cutting of excess stock on items that are not galvanized. On items that are not galvanized enlargement of holes necessary to make connections which cannot be made by moderately drifting, shall be done by reaming with drills, care being taken not to weaken adjoining metal. If in the opinion of the Engineer, the extent of reaming is such that holes cannot be properly filled out or accurately adjusted after reaming, the faulty member shall be discarded and replaced by a new one. Enlargement of holes by burning is absolutely prohibited. 5A1 Structural Steel Page 3 of 4 5A1.4.8 Miscellaneous Steel Items: Miscellaneous steel items such as straps, braces, clip angles, etc., shall be as shown, detailed or required for complete installation. All miscellaneous steel items shall be hot -dipped galvanized after fabrication. 5A1.4.9 Installation of Anchors and Bolts: All cast in place anchor bolts shall be placed in strict accordance with the equipment manufacturer's instructions and templates. Length of the anchor bolts, depth of embedment and projection shall be in strict accordance with the equipment manufacturer's directions. Anchors other than cast in place shall be drop-in style (hole size equal bolt size) or chemical/ capsule anchors and shall be installed in strict accordance with the manufacturer's directions, particularly embedment length. After the concrete or the anchoring chemical has set, coat the threads of the anchor bolt(s) with "Never Seize" or an approved equal before attaching equipment thereto. Threads of erection bolts shall also be coated with "Never Seize" or an approved equal before assembly. 5A1 Structural Steel Page 4 of 4 DIVISION 5 - METALS SECTION 5E - MISCELLANEOUS METAL ITEMS 5E8[21 FIXED ALUMINUM LOUVERS 5E8.1 GENERAL REQUIREMENTS 5E8.1.1 Scope: This section shall govern for all work necessary to provide the aluminum louvers required to complete the project. 5E8.1.2 Specification Type: This is a design specification as defined in Article TS -1 of the Technical Special Provisions. 5E8.1.3 General Description: Louvers shall be aluminum, wind driven rain resistant, stationary louver with horizontally mounted drainable blades. Louvers in doors are not covered in this section. Louvers shall be of the size to fit the existing window openings as designated on the drawings The louvers shall meet the Texas Windstorm requirements and shall be certified and labeled to meet FBC (Florida Building Code) for High Velocity Hurricane Zone (HVHZ by Warnock Hersey). The design pressure ratings shall be meet windloads (ASCE 7-05, Coastal Exposure), wind velocity (3 -second peak gust) of 117 MPH. Location: Up River Road Lift Station 5E8.1.4 Performance Requirements: a. Design: Design louvers, including comprehensive engineering analysis by a qualified engineer, using structural performance requirements and design criteria indicated. b. Structural Performance: Louvers shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated without permanent deformation of louver components, noise or metal fatigue caused by louver blade rattle or flutter, or permanent damage to fasteners and anchors. 1. Wind Loads: Determine loads based on the ASCE 7-05 windloads noted above, acting inward or outward. c. Louver Performance Ratings: Provide louvers complying with requirements specified, as demonstrated by testing manufacturer's stock units identical to those provided, except for length and width according to AMCA 500-L. d. Free Area: 52 percent, nominal e. Pressure Drop: 0.15 inch w.g. at 1075 FPM and 8998 SCFM 5E8.1.5 Submittal Data: Complete descriptive data and detailed drawings of the louvers shall be submitted in 6 copies to assure compliance with specifications and in accordance with the general conditions. 5E8.2 MATERIAL 5E8.2.1 General: a. Aluminum Extrusions: ASTMK B 221M, alloy 6063TS with integral caulking slot and retaining beads. b. Fabrication: 1. Frame Depth: 4 inches, 0.25 inch thick, nominal 2. Blades: Horizontal mounted, 0.25 inches thick, nominal c. Fasteners: All fasteners to be aluminum or stainless steel. 5E8 Fixed Aluminum Louvers Page 1 of 2 d. Finish: 1. After fabrication, louvers shall be provided with a mill finish. 2. Protect the aluminum surfaces that will be in contact with concrete, masonry, or dissimilar metals from corrosion and galvanic action by applying a heavy coating of bituminous paint. e. AMCA Seal: Mark units with AMCA Certified Rating Seal 5E8.2.2 Louver Screen: Louvers shall be complete with coated aluminum insect screen secured within a .081" extruded aluminum frame. 5E8.3 INSTALLATION: 5E8.3.1 Delivery, Storage and Handling: a. Store products in manufacturer's unopened packaging until ready for installation. b. Store materials in a dry area indoors, protected from damage and in accordance with manufacturer's instructions. c. Handling- Protect materials and finishes during handling and installation to prevent damage 5E8.3.2 Preparation a. Clean opening thoroughly prior to installation. b. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 5E8.3.3 Installation a. Install louvers at locations indicated on the drawings and in accordance with manufacturer's instructions. b. Install louvers plumb, level, in plane of wall, and in alignment with adjacent work. c. The supporting structure shall be designed to accommodate the point loads transferred by the louvers when subject to the design wind loads. d. Louvers shall be secured to a structural substrate as required to meet windstorm certification. e. Install joint sealants along edge of substrate. 5E8.3.4 Cleaning a. Clean louver surfaces in accordance with manufacturer's instructions. b. Touch-up, repair or replace damaged products. 5E8 Fixed Aluminum Louvers Page 2 of 2 DIVISION 5 - METALS SECTION 5E - MISCELLANEOUS METAL ITEMS 5E9[21 ALUMINUM ACCESS COVERS (Standard Weight) 5E9.1 SCOPE: This specification shall govern for all work necessary to furnish and install the aluminum access frames and covers required to complete the project. This is a performance specification as defined in Article TS - 1 of the Technical Special Provisions. 5E9.2 GENERAL: 5E9.2.1 Types: Aluminum access frames and covers furnished under this section shall be Regular -Standard Weight Covers. Each access door shall also be provided with a hinged aluminum protective grating panel that is installed beneath the access door. 5E9.2.2 Hardware for Submersible Pumps: Access covers used above wet pit submersible pumps shall be provided with the provision for installing submersible pump hardware. 5E9.2.3 Compatibility: To insure compatibility, all access covers in structures containing submersible pumps shall be supplied by the supplier of the submersible pumps. 5E9.3 REGULAR -STANDARD WEIGHT ALUMINUM ACCESS FRAMES AND COVERS: The aluminum access frames and covers shall be manufactured with 1/4" thick, one-piece aluminum extruded frame, with a continuous concrete anchor as part of the one-piece extrusion. The door panels shall be 1/4" thick aluminum diamond plate, to withstand a live load of 300 lbs. per square foot, with a safety factor of times 3. The doors shall be provided with stainless steel hinges with tamper -proof fasteners. All hardware shall be stainless steel. The doors shall open to 90° and lock automatically in that position with a stainless steel positive locking arm and a stainless steel lifting handle. The doors shall close flush with the top of the frame, resting on a 1/2" wide lip around the entire inside of the frame for added support. The hinged aluminum protective grating shall span the opening under the access doors and shall open 90 degrees to allow access through the opening. Panel shall be manufactured with 1" bars, 304 stainless steel hardware and hinged with positive latch to maintain upright position when opened. The panel shall be factory installed with the frame and doors and shall be load rated consistent with the access door. The panel shall have a powder coated finish, Safety Orange in color. A 304 stainless steel positive latch with release handle that secures the grating panel in the open position. All hardware shall be stainless steel. The doors shall open to 90° and lock automatically in that position with a stainless steel positive locking arm and a stainless steel lifting handle 5E9.4 HARDWARE FOR SUBMERSIBLE PUMPS: Aluminum access frames and covers shall include provisions for mounting upper guide bar brackets, cable racks and lifting chain holder. 5E9.5 SUBMITTAL DATA: Before manufacture, the Contractor shall submit 6 sets of detailed drawings, detailed specifications and installation instructions for the Engineer's review and approval. 5E9 Aluminum Access Covers Page 1 of 1 DIVISION 9 - FINISHES SECTION 9J SPECIAL COATING 9J1[51 COATING OF CONCRETE WALLS PART 1 - GENERAL 1.01 SCOPE This specification shall govern for all work necessary for coating the interior of the wet well by monolithic spray application of a high build, solvent -free epoxy coating to provide corrosion protection. This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.02 SECTION INCLUDES A. Requirements for surface preparation, repairs, and solvent -free epoxy coating application to specified surfaces. 1.03 REFERENCES A. ASTM D638 - Tensile Properties of Plastics. B. ASTM D790 - Flexural Properties of Unreinforced and Reinforced Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. ASTM D4541 - Pull -off Strength of Coatings Using a Portable Adhesion Tester. E. ASTM D2584 - Volatile Matter Content. F. ASTM D2240 - Durometer Hardness, Type D. G. ASTM D543 - Resistance of Plastics to Chemical Reagents. H. ASTM C109 - Compressive Strength Hydraulic Cement Mortars. I. ACI 506.2-77 - Specifications for Materials, Proportioning, and Application of Shotcrete. J. ASTM C579 - Compressive Strength of Chemically Setting Silicate and Silica Chemical Resistant Mortars. K. ASTM - The published standards of the American Society for Testing and Materials, West Conshohocken, PA. L. NACE - The published standards of National Association of Corrosion Engineers (NACE International), Houston, TX. M. SSPC - The published standards of the Society of Protective Coatings, Pittsburgh, PA. N. Los Angeles County Sanitation District — Evaluation of Protective Coatings for Concrete. O. SSPWC 210-2.3.3 - Chemical resistance testing published in the Standard Specifications for Public Works Construction, 1997 edition (otherwise known as "The Greenbook") 9J1 Coating of Concrete Walls Page 1 of 7 1.04 SUBMITTALS A. The following items shall be submitted: 1. Technical data sheet on each product used, including ASTM test results indicating the product conforms to and is suitable for its intended use per these specifications. 2. Material Safety Data Sheets (MSDS) for each product used. 3. Project specific guidelines and recommendations. 4. Applicator Qualifications: a. Manufacturer certification that Applicator has been trained and approved in the handling, mixing and application of the products to be used. b. Certification by the protective coating manufacturer that the equipment to be used for applying the products has been approved and Applicator personnel have been trained and certified for proper use of the equipment. c. Three (3) years contracting experience under current company name and three (3) recent references of projects of similar size and scope. Applicator must also provide references indicating successful application on underground concrete or masonary substrates of a minimum 15,000 of of 100% solids, high -build solvent -free epoxy coating by heated, plural component spray application. d. Proof of any necessary federal, state or local permits or licenses necessary for the project. 5. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing. 6. Document from the epoxy manufacturer stating that the proposed repair material is compatible with the proposed epoxy coating. 7. Or Equal Submittal: In order to be considered as an equal product, said product will have to meet the minimum characteristics as measured by the applicable ASTM standards referenced in paragraph 2.04 as measured by the applicable ASTM standards referenced in paragraph 1.03. Testing results must be performed and presented by a bonded, third -party testing laboratory. Note: Equal products must be approved a minimum of two (2) weeks prior to bid date. In order for a product to be considered equal the submitted product must provide proof of successfully passing the Los Angeles County Sanitation Districts Coating Evaluation Study and evidence from the City of Los Angeles Depaitment of General Services Standards Division indicating the Department tested and the product "passed" SSPWC Section 210-2.3 Chemical Resistance Test. An applicator that has been trained and certified by the manufacturer must install all products. Prior pre -approval is required to determine if the prospective product may be bid on this project. A product may be rejected as unacceptable should submittal to Owner not be received a minimum of two (2) weeks prior to bid date. 9J1 Coating of Concrete Walls Page 2 of 7 1.05 QUALITY ASSURANCE A. Applicator shall initiate and enforce quality control procedures consistent with applicable ASTM, NACE and SSPC standards and the epoxy coating manufacturer's recommendations. B. A NACE certified coating inspector ("Inspector") shall be provided by Owner. The Inspector will observe surface preparation, application and material handling procedures to ensure adherence to the specifications. 1.06 STORAGE AND HANDLING A. Products are to be kept dry, protected from weather and stored under cover. B. Products are to be stored and handled according to their material safety data sheets. 1.07 SITE CONDITIONS A. Applicator shall conform with all local, state and federal regulations including those set forth by OSHA, RCRA and the EPA and any other applicable authorities. PART 2- PRODUCTS 2.01 EPDXY COATING MANUFACTURER A. Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810 or 918-584-2810 or FAX 918-582-4311. B. Polibrid Coatings,Inc., 6700 FM 802, Brownsville, Texas 78521, (210) 831-7818. C. Pre -approved equal. 2.02 REPAIR MATERIALS A. Repair materials shall be used to fill voids, cover exposed aggregate, cover exposed reinforcing steel, structurally reinforce and/or rebuild surfaces, etc. as determined necessary by the Owner and epoxy coating applicator. Repair materials must be compatible with the specified epoxy coating and shall be applied in accordance with the manufacturer's recommendations. Any exposed reinforcing steel shall be sandblasted prior to being covered by repair material. Cementitious patching and repair materials should not be used unless proof of suitability and procedures for topcoating with an epoxy coating are approved by the epoxy coating manufacturer. Project specific submittals should be provided including application, cure time and surface preparation procedures which permit optimum bond strength with the epoxy coating. B. The following products may be accepted and approved as compatible repair basecoat materials for epoxy topcoating for use within the specifications: 1. 100% solids, solvent -free epoxy grout specifically formulated for epoxy topcoating compatibility. The epoxy grout manufacturer shall provide instructions for trowel or spray application and for epoxy topcoating procedures. 9J1 Coating of Concrete Walls Page 3 of 7 2. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be trowelled or pneumatically spray applied may be approved if specifically formulated to be suitable for epoxy topcoating. 2.03 EPDXY COATING A. A 100% solids, solvent -free two -component epoxy resin system thixotropic in nature and filled with select fillers to minimize permeability and provide sag resistance acceptable to these specifications. Product type Amine cured epoxy Color Light Blue Solids Content (vol %) 100 Mix Ratio 3:1 Compressive Strength, psi 18,000 Tensile Strength, psi Tensile Elongation, % Flexural Modulus, psi Hardness, Type D Bond Strength - Concrete Chemical Resistance: Severe Municipal Sewer: Successful Pass: 7,600 1.50 600,000 88 >Tensile Strength of Concrete All types of service Sanitation District of L.A. County Coating Evaulation Study or SSPWC 210.2.3.3 2.04 EPDXY COATING APPLICATION EQUIPMENT A. Manufacturer approved heated plural component spray equipment shall be used in the application of the specified epoxy coating. 2.05 REPAIR MATERIAL SPRAY APPLICATION EQUIPMENT (if spray applied) A. Spray applied repair materials shall be applied with manufacturer approved equipment. PART 3- EXECUTION 3.01 ACCEPTABLE APPLICATORS A. Repair material applicators shall be trained to properly apply the cementitious mortar according to manufacturer's recommendations. B. Epoxy coating must be applied by a Certified Applicator of the epoxy coating manufacturer and according to manufacturer specifications. 3.02 EXAMINATION A. All structures to be coated shall be readily accessible to Applicator. B. Appropriate actions shall be taken to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety. C. Any active flows shall be dammed, plugged or diverted as required to ensure that the liquid flow is maintained below the surfaces to be coated. Flows should be totally plugged and/or diverted when coating the invert. All extraneous flows into the manhole or vaults at or above the area coated shall be plugged and/or diverted until the epoxy has set hard to the touch. D. Installation of the epoxy coating shall not commence until the concrete substrate has properly cured in accordance with these specifications. 9J1 Coating of Concrete Walls Page 4 of 7 E. Temperature of the surface to be coated should be maintained between 40 deg F and 120 deg F during application. Prior to and during application, care should be taken to avoid exposure of direct sunlight or other intense heat source to the structure being coated. 3.03 SURFACE PREPARATION A. Applicator shall inspect all specified surfaces prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces which may interfere with the proper preparation or application of the repair material and/or epoxy coating. B. Applicator shall perform all surface preparation and epoxy coating installation. C. All contaminants including: oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants shall be removed. All concrete or mortar that is not sound or has been damaged by chemical exposure shall be removed to a sound concrete surface or replaced. D. Surface preparation method(s) should be based upon the conditions of the substrate, service environment and the requirements of the repair materials and/or epoxy coating to be applied. Surfaces to receive repair materials and/or epoxy coating shall be cleaned and abraded to produce a sound surface with adequate profile and porosity to provide a strong bond between the repair materials and/or epoxy coating and the substrate. E. Infiltration shall be stopped by using a material which is compatible with the repair materials and is suitable for topcoating with the epoxy coating. F. All surfaces should be inspected by the Inspector during and after preparation and before the repair material is applied. 3.04 APPLICATION OF REPAIR MATERIALS A. Areas where structural steel has been exposed or removed shall be repaired in accordance with the Owner's recommendations. B. Repair materials shall meet the specifications herein. The materials shall be trowel or spray applied utilizing proper equipment on to specified surfaces. The material thickness shall be specified by the Owner according to the projects' requirements and manufacturer's recommendations. C. Cementitious repair materials shall be trowelled to provide a smooth surface with an average profile equivalent to coarse sandpaper to optimally receive the epoxy coating. No bugholes or honeycomb surfaces should remain D. The repair materials shall be permitted to cure according to manufacturer recommendations. Curing compounds should not be used unless approved for compatibility with the specified epoxy coating. E. After abrasive blast and leak repair is performed, all surfaces shall be inspected for remaining laitance prior to epoxy coating application. Any evidence of remaining contamination or laitance shall be removed by additional abrasive blast, shotblast or other approved method. If repair materials are used, refer to these specifications for surface preparation. Areas to be coated must also be prepared in accordance with these specifications after receiving a cementitious repair material and prior to application of the epoxy coating. F. All surfaces should be inspected by Inspector during and after preparation and before the epoxy coating is applied. 9J1 Coating of Concrete Walls Page 5 of 7 3.05 APPLICATION OF EPDXY COATING A. Application procedures shall conform to the recommendations of the epoxy coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. B. The spray equipment shall be specifically designed to accurately ratio and apply the specified epoxy coating materials and shall be regularly maintained and in proper working order. C. The epoxy coating material must be spray applied by a Certified Applicator of the epoxy coating manufacturer. D. Specified surfaces shall be coated by spray application of a moisture tolerant, solvent - free, 100% solids, epoxy coating as further described herein. Spray application shall be to a minimum wet and dry film thickness as defined below: Concrete, Lift Stations Wet Wells or Junction Boxes: 125 mils average, thicker coating may be required based upon prepared surface profile Concrete, New/Smooth Deep 125 mils average, thicker coating Tunnel Shafts or RCP Pipe: may be required based upon prepared surface profile. E. If necessary, subsequent topcoating or additional coats of the epoxy coating should occur as soon as the basecoat becomes tack free, but no later than the recoat window for the specified products. Additional surface preparation procedures will be required if this recoat window is exceeded. F. Fiberglass woven -roving fabric may be rolled into the resin or chopped glass spray applied with the resin for added tensile and flexural strength where desired. 3.06 TESTING AND INSPECTION A. During application, Applicator shall regularly perform and record epoxy coating thickness readings with a wet film thickness gage, such as those available through Paul N. Gardner Company, Inc. meeting ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, to ensure a monolithic coating and uniform thickness during application. A minimum of three readings per 200 square foot area shall be recorded. Applicator will submit all documentation on thickness readings to Inspector on a daily basis when coating application occurs. B. The City shall hire a testing company, as needed, to perform holiday detection on surfaces coated with the epoxy coating. Testing shall be completed in the presence of the City Inspector. After the epoxy coating has set hard to the touch, surfaces shall first be dried, an induced holiday may then be made on to the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness applied but may be adjusted as necessary to detect the induced holiday (refer to NACE RPO188-99). All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional epoxy coating material can be hand applied to the repair area. All touch-up/repair procedures shall follow the epoxy coating manufacturer's recommendations. (Note: This procedure is sometimes difficult or impossible to perform in tight manhole or vault structures or may provide unreliable readings when testing coatings applied to concrete.) 9J1 Coating of Concrete Walls Page 6 of 7 C. Upon Owner's request, a minimum of 10% of the total structure coated may be subjected to random adhesion (bond) testing per this section. Measurement of bond strength of the epoxy coating to the substrate may be examined in accordance with ASTM D4541. Any areas detected to have inadequate bond strength shall be evaluated by the Owner. The adhesion (bond) testing shall be conducted by using 3 test dollys per structure. One test dolly shall be affixed within 2 ft of the bench area/bottom of structure, one test dolly shall be affixed in the middle of the structures wall area and the final test dolly shall be affixed within two foot of the top of the chimney area/top of the structure. Further bond tests may be performed in that area to determine the extent of potentially deficient bonded area and repairs shall be made by Applicator in strict accordance with manufacturer's recommendations. D. A final visual inspection shall be made by the Inspector and Applicator. Any deficiencies in the finished coating shall be marked and repaired by Applicator according to the procedures set forth herein. E. The municipal sewer system may be put back into non -severe operational service as soon as the final inspection has taken place. Consult epoxy coating manufacturer for further recommendations. 9J1 Coating of Concrete Walls Page 7 of 7 DIVISION 9 - FINISHES SECTION 9K - PAINTING 9K1[11 PAINTING YARD PIPING 9K1.1 SCOPE: This specification shall govern for all work necessary for providing all painting of exposed yard piping required to complete the project. This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 9K1.2 WORKMANSHIP: All work shall be done using "first class workmanship". The Engineer shall be the sole judge as to what constitutes "first class workmanship" and shall have the right to immediately stop the work covered under this section, if said work is not being done to his satisfaction. The painting operation shall not resume until the methods have been corrected to the Engineer's satisfaction. 9K1.3 PROTECTIVE COATING FOR UNDERGROUND PIPE: See pipe specification. 9K1.4 COLORS: All colors shall be selected by the Engineer and/or Owner. The Contractor shall prepare samples of colors for approval by the Engineer and/or Owner. 9K1.5 SAMPLES: The Contractor shall submit for approval samples of paint materials proposed for use, in three displays of each kind of color of paint to be applied. The Contractor shall make panels used for displays, representative of respective types of surfaces to which several kinds and colors are to be applied in actual work. The Contractor shall not order paint materials until color selections have been made and samples approved. 9K1.6 PREPARATION OF SURFACES: 9K1.6.1 General: Not less than 30 minutes, nor more than 8 hours prior to application of paint, completely clean surfaces to be painted. 9K1.6.2 Metal: a. General: All metal surface to be painted shall be cleaned by abrasive blasting, except items that are shop coated. Cleaning shall be to Near White Metal SP -10 or NACE #2. b. Near White Metal (Abrasive blast cleaning SP -10 or NACE #2.): (1) Definition: Near White Metal is a method of preparing the metal surfaces for the application of protective coatings by removing mill scale, rust, old paint and any foreign matter by propelling blasting media through a nozzle with compressed air. This is defined as a surface, gray white in appearance, being almost a completely uniform metallic color, with very light shadows allowed over less than 10% of the surface area. (2) Procedure: Before blasting, grind smooth any rough welds and sharp edges. Remove heavy deposits of oil and grease by detergent cleaning using one pound Sodium Meta Silicate per five gallons of water. The blasting media used shall be 16-35 mesh, or 20-60 sharp angular grained silica blasting media that is fresh water washed, dried, properly graded and delivered to the job site in moisture proof bags (bulk blasting media of equal quality and size is acceptable). Blasting media shall not be re -used. Compressed air shall be delivered at a minimum nozzle pressure of 90 p.s.i., not to exceed 110 p.s.i. This shall be free of detrimental amounts of condensed water and oil. All blast products shall be swept or blown from the surface before priming 9K Painting Piping Page 1 of 4 commences. Blast cleaning will not be conducted on surfaces that may become wet after blasting and before priming is complete, or when surfaces are less than 5° F above dew point, or when relative humidity is above 85%. The blasted surface shall be primed within 8 hours. c. Removal of Oil and Grease: Remove oil and grease with approved solvents such as naptha, or by steam combined with approved detergent. USE OF GASOLINE OR KEROSENE NOT PERMITTED. d. Scraping, Grinding and Chipping: Scrapers or other suitable grinding and chipping tools may be used for removal of existing paint coating prior to repainting, or for cleaning before application of secondary coats only when approved by the Engineer. e. Abrasive blasting: Clean such surfaces by Near White blasting and leave clean, dry and ready to receive prime coat. Remove all dust and blasting media from surfaces before painting. Take care to remove all blasting media and grit around and between joints of connecting members. Schedule operations to avoid settling of dust or grit on freshly painted surfaces and adequately protect machinery or other equipment in vicinity of abrasive blasting work. 9K1.6 STORING AND MIXING OF PAINT: The Contractor shall use on convenient location for storing and mixing of paint materials, and keep an approved type fire extinguisher available in this area. The Contractor shall protect all areas where paint is stored or painting is done and he shall remove oily rags and waste from buildings at close of each day. 9K1.7 WEATHER AND SITE CONDITIONS: 9K1.7.1 Temperature: Painting shall not be accomplished when either the surface or ambient temperatures are less than 50 degrees Fahrenheit is forecast. Material shall be stored in areas where the extreme cold or heat will not greatly affect viscosity. Coatings apply much better when product temperature is held within 60°F - 90°F range. (77°F is optimum.) 9K1.7.2 Humidity: Painting shall not be accomplished during misty or rainy weather, or on surfaces that have any frost or moisture. Painting shall not be permitted at temperatures less than 5°F above the dew point. 9K1.7.3 Wind and Dust: Painting shall not be accomplished in dusty rooms or on the exterior during excessive wind. The Engineer shall be the sole judge as to what constitutes excessive wind. 9K1.8 APPLICATION PROCEDURES: 9K1.8.1 General: Paint shall be applied by skilled workmen. Paint may be applied with brush or spray equipment. Paint shall be applied in even and thorough coats, without runs, sags or other blemishes. Contractor shall properly sand painted surfaces between coats of enamel, paint or shellac when applied to any surface other than masonry. Apply paints in accordance with manufacturer's recommendations. Do not apply finish field painting to machinery, equipment, or piping until operational testing has been completed. 9K1.8.2 Drying Time: Allow thorough drying of each coat before succeeding coats is applied, except when manufacturer recommends otherwise, or as specified. 9K1.8.3 Coverage: Shall be as recommended by manufacturer. 9K1.8.4 Delivery of Paint: Contractor shall deliver paint to the site in original, unbroken, sealed containers, with manufacturer's label attached. 9K Painting Piping Page 2 of 4 9K1.8.5 Thinners and Solvents: Contractor shall use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions as recommended by paint manufacturer. 9K1.8.6 Brush Application: Contractor shall apply paint in uniform thickness consistent with specified coverage and with sufficient cross brushing to insure filling of surface irregularities. He shall exercise particular care in painting around rivet heads, bolt heads and nuts, in corner, restricted spaces, and on irregular concrete surfaces. 9K1.8.7 Spray Application: Contractor shall apply paint with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand or air driven agitator. Application of paint by suitable airless spray equipment is acceptable. Paint shall be applied with the width of spray not less than 6 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Contractor shall make frequent checks to insure correct spreading rate and coating, and apply without sags, runs, or "orange peel" effect. Correct all such imperfections. The Contractor shall take special care to cover edges, corners, and rivet head without bridging over of paint film. 9K1.9 CLEANING: Upon completion of painting operations, the Contractor shall clean off all paint spots, oil and stain from all surfaces and leave entire project in perfect condition as far as painting work is concerned. Remove from premises all containers and debris resulting from painting operations. 9K1.10 SURFACES TO RECEIVE PAINT: Unless specifically specified otherwise, stainless steel, aluminum, bronze, copper, lead, and galvanized surfaces are not to be painted unless noted otherwise in the specifications or on the drawings. All pipe, fittings, valves, couplings, pipe supports, etc., that are installed above ground shall be painted as set out herein. 9K1.11 PAINTING EXPOSED VALVES, FITTINGS AND PIPES: (Surface Preparation - Abrasive blast "Near White Metal" SP -10 , or NACE # 2) 9K1.11.1 Prime Coat: a. 1 coat - Koppers 654 Primer - Min. 2.5 DMT*, or b. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Min. 2.5 DMT*, c. 1 coat - Tnemec Series 37-77 Chem -Prime - 2.5 DMT*. d. 1 coat — Sherwin-Williams Kem Kromik Universal Primer — Min. 2.5 DMT 9K1.11.2 Intermediate Coat: a. 1 coat - Koppers H.B. Epoxy - Min. 6 DMT*, or b. 1 coat - Pittsburgh Polyamide Epoxy Gray High Solids #97-151/159 - Min. 5 DMT* c. 1 coat - Tnemec Series 66 Epoxoline - Min. 4 DMT*. d. 1 coat — Sherwin-Williams Macropoxy 646 — Min. 4 DMT 9K1.11.3 Top Coat: a. 1 coat - Koppers Polyurethane - Min. 2.5 DMT*, or b. 1 coat - Pittsburgh Pitthane (Polyurethane) - Min. 2.5 DMT*, c. 1 coat - Tnemec Series 75 Endura -Shield - Min. 2.5 DMT*. d. 1 coat — Sherwin-Willilams Hi -Solids Polyurethane — Min 2.5 DMT * Minimum Dry Mil Thickness 9K Painting Piping Page 3 of 4 9K1.11.4 Color Coding- Piping shall be color coded as shown on the drawings. When coding is not shown on the drawings, the following shall apply: Sludge Line Brown Chlorine Line Yellow Gas Line Red Sewage Line Gray Potable Water Blue Compressed Air Line Green Non -Potable Water White stenciled "Unsafe Water" Valve Bodies OSHA Orange Pumps And Blowers OSHA Orange Electric Motors OSHA Orange Belt/Shaft Guards OSHA Orange Effluent Reuse Purple 9K1.12 PAINTING INTERIOR EXPOSED STRUCTURAL STEEL (Up River Road Lift Station): 9K1.12.1 9K1.12.2 9K1.12.3 Surface Preparation: Contractor shall use power tool cleaning, water blasting, brush blasting and/or sand injected high pressure water slurry blast to completely remove all loose paint, grease, dust, dirt, rust, etc. from the steel stair stringers, stair treads, walkway beams, pump shaft supports, piping overhead supports and handrails and to provide a profile for application of a new coating system. The used slurry and removed paint, dirt and debris shall be collected and removed from the dry pit basement by the Contractor. Handrail shall be yellow color and all other metal shall be grey color. Prior to paint application, all surfaces must be clean, dry, and free of oil, grease and any other contaminants. Prime Coat: a. 1 coat - Tnemec Series 90G -1K97 Tneme-Zinc applied at 2.5 to 3.5 DMT*, or b. approved equal Intermediate Coat: a. 1 coat - Tnemec Series 27WB Typoxy applied at 4.0 to 6.0 DMT*, or b. approved equal 9K1.12.4 Top Coat: a. 1 coat - Tnemec Series 66 Hi -Build Epoxoline applied at 4.0 to 6.0 DMT*, or b. approved equal *Minimum Dry Mil Thickness 9K1.13 RESPONSIBILITY FOR PAINT SYSTEMS: 9K1.13.1 Intent: It is the intent of this specification to provide the Contractor with several manufacturers' paint systems on which to base his bid. The manufacturers' list was furnished to the Engineer by each manufacturer with the product designations listed herein and was represented to list materials to be suitable for their intended use and that they were comparable to other systems listed. The Contractor is responsible for verifying with the paint manufacturer before he purchases any material, that the paint system is suitable for use on this project and that application rates, etc., are in compliance with the manufacturer's recommendations. 9K Painting Piping Page 4 of 4 DIVISION 11 - EQUIPMENT SECTION 11B - PUMPS 11B5[1] WET PIT SUBMERSIBLE PUMPS (Wastewater) 11B5.1 GENERAL REQUIREMENTS: 11B5.1.1 Scope: This specification shall govern for all work necessary for furnishing, installing and placing into initial operation the submersible pumps at: a. Studebaker Lift Station Two Pumps 11B5.1.2 11B5.1.3 Specification Type: This specification is a design specification as defined in Article TS -1 of the Technical Special Provisions. General Description: The pumps shall be designed for handling a raw unscreened wastewater. The equipment shall be designed such that the pump unit can be automatically and firmly connected to the discharge piping when lowered into place on a mating discharge connection permanently installed in the wet well. The pump shall be easily removable for inspection or service, requiring no bolts, nuts or other fastening to be disconnected. There shall be no need for personnel to enter the wet well for inspection or maintenance of the pump. Pumps, motors and accessories shall be designed for watertight operation with continuous submergence under 65 feet of water with a maximum temperature of 100° F and for continuous operation at full load with the motor totally exposed to atmospheric air 100° F. 11B5.1.4 List of Equipment to Be Furnished Equipment to be furnished under this specification for each pump shall include but not be limited to the following: a. Submersible Pumps and Motors (1) Studebaker Lift Station: (a) Number 2 pumps (b) Discharge Connection Flange Size 6" (c) Pump Discharge Size 6" minimum (d) Pump Inlet Size 6" minimum (e) Minimum Motor Horsepower: The pump shall not overload the motor at any point on the pump curve but in any case it shall be not less than 20 HP. b. Accessories c. Control Panel d. Float Controls 11B5.1.5 Operating Conditions: Studebaker Lift Station: a. Design Duty Point b. Minimum Shutoff Head c. Pump Efficiency @ Duty Point e. Maximum Pump Speed f. Maximum Motor Rating g. Voltage/Cycle/Phase h. Motor Service Factor i. Motor Insulation 11B5 Submersible Pumps Page 1 of 11 1,471 GPM @ 33.7' T.D.H. 85 Feet 71% 1760 RPM 20 HP 208/60/3 1.15 Class H 11B5.1.6 11B5.1.7 Quality Assurance: a. Qualifications: The pumps shall be furnished by a manufacturer engaged in the production of the specific type of pump for a minimum of 10 years. The manufacturer shall have furnished similar pumps for at least 5 other installations in Texas performing similar duty. Each previous installation shall have performed satisfactorily for at least 5 years and are still in operation. b. Workmanship and Design: All manufacturer parts and components shall be engineered for long, continuous and uninterrupted service. Provisions shall be made for easy lubrication, adjustment, or replacement of all parts. c. Equipment Uniformity: Where like items are incorporated into equipment systems (i.e. motors, push buttons, etc.) such items must be identical to achieve standardization for appearance, operation, maintenance, spare parts, and service. Corresponding parts of multiple units shall be interchangeable. d. Manufacturer's Quality Control: All stages of the manufacturing process shall be carefully inspected at the factor by factory inspectors who shall use whatever means necessary to assure the proper fit of all field connections and compliance with all material and fabrication requirements of the specifications. e. Factory Assembly: (1) Control Panel: The Control Panel shall be factory wired and assembled. Assembly and wiring shall be to the point where the only field interconnections to numbered terminal blocks are required. f. Service and Spare Parts: It is absolutely imperative that parts be available within 60 miles of the project site for immediate repairs should repairs become necessary. Unless it can be demonstrated that parts and service have been available at a service center within 60 miles of the project site through the same financially sound firm on a continuing basis for at least 10 years, the spare parts listed in paragraph 11B5 2 8 must be furnished with the pumps at no additional cost to the City. Tentative Approval Prior To Bidding: All manufacturers must obtain tentative approval prior to bidding in order for their pumping units to be considered for use on the project. The following information must be provided in order to obtain tentative approval: a. A list of 5 projects in Texas where similar pumps have been used successfully for 5 years, including the following information: • Project Name, Location and Pump Description, Date of Initial Operation and • Description of Liquid Pumped • Owner's Name, Address and Telephone Number • Engineer's Name, Address and Telephone Number • Unfavorable reports from users regarding equipment design, parts availability or service support shall be justifiable cause for disapproval. b. A description of all components including materials of construction and protective coatings; drawings including dimensions and sizes of all components, curves showing flow, hydraulic HP, input kW, hydraulic efficiency and NPSH plotted against T.D.H.; motor data including full load amps, efficiency, power factor insulation materials, power cable size and description, and other data to confirm compliance or exception to all sections of these specifications. In addition data on motor control centers and control panels including name of manufacturer and model of all major components. Absence of data will be considered as non-compliance and basis for disapproval. c. A statement signed by the Contractor certifying that "the submersible pumps proposed to be furnished will function as intended and will meet every requirement of the governing specifications with the following exceptions: (Contractor to list exceptions)". If the equipment is approved for use on this project and it is found at any time in the future that exceptions were not listed, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. d. Complete the detailed history of a service organization located within 60 miles of the project site including a list of personnel and their qualifications. 11B5 Submersible Pumps Page 2 of 11 11B5.1.8 e. A statement that this organization is in sound financial condition. f. A statement that spare parts for these pumps are routinely kept in stock locally. g. Approved Manufacturers: (1) General: The Manufacturers' equipment listed below does not require pre-bid submittal and is tentatively approved for use on this project, provided that equipment meets all the requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance), that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Owner. (2) Approved Equipment: - Studebaker Lift Station: Flygt Submersible Pumps Model NP3153 Imp 434 as manufactured by Xylem. Factory Testing: The pump manufacturer shall furnish certified pump curves showing the results of testing pumping units of identical design, size, horsepower and power supply as those being furnished. 11B5.1.9 Manufacturer's Representative: See Article TS -5 of the Technical Special Provisions. 11B5.1.10 Field Service: The equipment manufacturer shall furnish the services of a qualified factory field service engineer for two 8 -hour working days at the site to inspect the installation and instruct the City's personnel on the operation and maintenance of the pumping units. 11B5.1.11 Start Up And Field Testing: a. Installation Inspection: After the pumps have been completely installed and wired, the Contractor shall remove the pumps to the wet pit top deck and the pump manufacturer shall: (1) Megger stator and power cables (2) Measure and record combined resistance of motor windings and power cable. (3) Check seal lubrication (4) Check for proper rotation (5) Check power supply voltage (6) Measure motor no load current (7) Check level control operation, and sequence During this initial inspection, the manufacturer's service representative shall review recommended operation and maintenance procedures with the City's personnel. b. Initial Operation: After initial inspection, the Contractor shall lower the pumps into place in the wet pit and provide water for an initial operation check. The manufacture's service representative shall supervise the lowering and connection of the pumps to the discharge connection confirming proper guide bar and discharge connection alignment. The service representative shall then perform an initial operation check of each pump, including: (1) Motor current at "Pumps Off' level (2) Motor current at "Lag Pump On" level (3) Power supply voltage with one, two, three, etc., pumps running (4) Vibration c. Operating Test: All of the pumps shall be subjected to the following test as proof of design. When directed by the Engineer the following tests shall be performed by the Contractor and supervised by an authorized engineer of the pump manufacturer. 11B5 Submersible Pumps Page 3 of 11 (1) Snore Test: "Snore" is defined as the state when the liquid level has been pumped down to a point of exposing the pump inlet causing air and water to alternately enter the impeller. Liquid level shall be maintained to allow "snore". Motor exterior shall be kept dry. No forced or circulated air will be allowed. Test period shall be one hour, as directed by the Engineer. (2) Run Dry: Discharge piping shall be disconnected to allow circulation of water through the pump and back to the wet well. Liquid level shall be maintained at the pump volute top with the motor totally dry. Test period shall be up to 24 hours, as directed by the Engineer. d. Report: On completion of initial inspection and operation checks the pump manufacturer shall furnish the Engineer with a written report of findings and data determined, with regard to the pumps, motors, accessories, level control and electrical protection devices. This report shall bear the stamp of a Registered Professional Engineer employed or retained by the pump manufacturer to indicate engineering review of field test data. A copy of the report shall also be included in the operation and maintenance manuals to be provided. 11B5.1.12 Submittal Data: a. General: All equipment and materials shall be new and shall be specially designed or selected for the function and service specified. No equipment or materials may be used in the project that has not been approved by the Engineer. Submittals shall be complete and shall contain data to confirm compliance or exception to all sections of these specifications. Any exceptions must be clearly indicated. Absence of data will be considered as noncompliance and basis for disapproval. Approval for incorporation into the project will be made only after the review of shop drawings, specifications and data. Before manufacture, the Contractor shall furnish for the Engineer's review and approval as the data as required hereinafter. b. Number of Copies: Submit six (6) copies of all submittal data. c. Quality and Format: Photocopied information must be of high resolution and letter quality. Submittal sheets are to be 8 1/2 x 11 inches so that the title block is clearly visible without unfolding. Drawings are to be similarly folded and inserted in pockets as appropriate. d. General Arrangement Drawings - All mechanical and electrical components specified herein must be included to be considered a complete submittal. Drawings shall be complete with all dimensions, anchor locations and location of any required electrical connections. e. Wiring Diagrams: For each electrical component include wiring diagrams showing integration with other components of the equipment package. All terminals and wires shall be numbered on the drawings. f. Specifications: Specifications for all mechanical and electrical components. g. Operating Instructions: Complete operating instructions and sequences for all components, electrical and mechanical, shall be included. h. Manufacture's Instructions: Manufacturer's recommended procedures for Project Site storage of equipment, handling and erection. i. Pump Curves: In addition to published catalog curves, the pump manufacturer shall furnish certified pump curves showing the results of testing pumping units of identical design, size, horsepower and power supply as those to be furnished. Pump curves shall include flow, hydraulic HP input KW and wire to water efficiency plotted against T.D.H. Curves shall be drawn to a large scale. Additional data on the curve shall include the model, serial number, impeller size, motor rated HP, power supply voltage and frequency, customer for whom the tests were conducted, date and place of testing and name of the individual supervising testing. All data must be indicated in U.S. units (gallons, feet, etc.). 1 1B5 Submersible Pumps Page 4of11 11B5.1.13 j. Control Panel: (1) Outline drawings showing equipment arrangement, dimensions and weight. (2) Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item is in compliance with the drawings and specifications. (3) One -line or three -line diagram showing all breakers, starters, contactors, meters, switches, protective relays, etc. The diagrams shall also show all equipment sizes and ratings. (4) Wiring schematic showing all items in the panel and all interconnecting wiring between devices. The wiring schematics shall also show the identification of all device terminals, terminal blocks and wires. (5) Interconnection diagrams shall be furnished by the supplier of the control panels. These drawings shall show the interconnection field wiring between the control panel and any remote equipment, panels or devices fed or controlled from the panel. The interconnection drawings shall show the termination of this wiring both at the control panels and at the remote location. These drawings shall also show wire numbers, terminal block numbers; wire groupings in conduits and conduit numbers corresponding to those used on the plan drawings (6) Material list - listing the quantity, manufacturer, rating, type, and manufacturer's catalog number of all components in the panel. k. Suitability Certification: As part of the submittal data, the Contractor shall submit a certification stating that the manufacturer's authorized representative for the pumping units furnished under this section has studied the Contract Documents (drawings and specifications), questioned the Contractor and/or the Engineer to determine the conditions affecting these pumps, and hereby certifies that they should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. Operation And Maintenance Manuals: Prior to delivery of the equipment and within 45 days following receipt of submittal data the manufacturer shall furnish six (6) sets of complete and detailed operation and maintenance manuals which shall include the following information as a minimum requirement: a. Name, address and phone number of a competent service organization located within 60 miles of the project site who can supply parts and service. If this is not the manufacturer's own service department, then furnish letters confirming that the named organization has been factory authorized to represent the manufacturer of the pumps furnished. b. Complete descriptive literature and drawings of all material furnished. This is to include "as -built" wiring diagrams of all electrical equipment, "as -built" erection drawings providing up-to-date information on the actual construction of the equipment furnished and any field modifications made during installation, startup and testing. c. Installation, operation and maintenance brochures from the original manufacturers of all mechanical components incorporated into the completed installation. d. A complete parts list with a list of recommended spare parts. e. Guide to "trouble shooting". f. All required alignment, adjustment and checking instructions. g. All required operating instructions. h. All required maintenance instructions, including schedules of routine maintenance and lubrication checks. i. Copies of the pump curves submitted as part of the approved submittal data 11B5.1.14 Warranty: a. Guarantee By the Contractor: The equipment in this specification is subject to the guarantee provisions set out in the General Conditions. b. Guarantee By the Pump Manufacturer: In addition to the general guarantee required elsewhere in these specifications, the pump manufacturer shall furnish the City a written guarantee to warrant the pumps and motors against defects in workmanship and material for a period of five (5) years or 10,000 hours under normal use, operation and service. The pump manufacturer will pay the following share of the cost of all 11B5 Submersible Pumps Page 5 of 11 replacement parts and labor from the date of full operation of each pump unit. Pumps repaired under warranty will be returned to the City freight prepaid. Months: 0 - 18 19 - 39 40 - 60 Hours: 0 - 3000 3000 - 6500 6500 - 10,000 Warranty: 100% 50% 25% The warranty shall be in printed form and previously published as the manufacturer's standard warranty for all similar units manufactured. The Contractor shall provide storage and maintenance during construction as instructed by the manufacturer in order to assure full warranty to the City. c. Accelerated Implementation of Date of Guarantee: Under certain circumstances, the date the warranty period begins on this equipment may be before the entire project is completed. 11B5.2 PRODUCTS/MATERIAL 11B5.2.1 Submersible Pump Construction: a. General: Major pump components shall be of gray cast iron, Class 35, with smooth surfaces devoid of blowholes and other irregularities. All exposed nuts and bolts shall be of AISI type 304 stainless steel or brass construction. All surfaces, coming into contact with wastewater, other than stainless steel, shall be factory sprayed with alkyd primer and synthetic resin enamel rubber paint finish. All mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber 0 -rings Fittings shall be such that sealing is accomplished by metal -to - metal contact between machined surfaces which will result in controlled compression of rubber 0 -rings in two planes and 0 -ring contact on four sides without the requirement of a specific torque limit. Rectangular cross-sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, rectangular gaskets, elliptical 0 -rings, grease or other devices shall be used. Tolerances of all parts shall allow replacement of any part without additional sealing required to insure sealing as described above. b. Volute: Pump volutes shall be single -piece gray cast iron, Class 35, non -concentric design with smooth passages large enough to pass any solids that may enter the impeller. Minimum inlet and discharge size shall be as indicated herein. c. Impeller: All impellers shall be gray cast iron, Class 35, dynamically balanced, double shrouded, long trulet with no acute turns and capable of handling solids, fibrous material, heavy sludge and other matter normally found in raw domestic wastewater and settled activated sludge. Mass moment of inertia calculations shall be provided by the manufacturer on request. Impellers for pumps 7.5 HP and larger shall be single or multivane with keyed and Allen head bolt locking fit to the motor shaft. Impellers for 5.0 HP and smaller pumps shall be single vane with conical sleeve interference and Allen head bolt locking fit to the shaft. Minimum impeller openings dimension shall be 4 -inch for pumps 20 HP and larger, and 3 -inch for 15 HP and smaller. All impellers shall be coated with acrylic dispersion zinc phosphate primer. d. Wear Rings: Pumps 10 HP and smaller shall be equipped with nitrile rubber coated steel volute wear rings. Pumps larger than 10 HP shall be equipped with nitrile rubber coated steel, or bronze volute wear rings and 304 stainless steel impeller wear rings. Wear rings shall be designed to prevent deterioration of the machined castings and shall be easily replaceable. e. Shaft: Pump shafts shall be single piece extending through the pump and motor. Extension couplings shall not be acceptable. For pump designed such that the shaft is not exposed to pumped liquid shaft material shall be C1034 carbon steel. If any portion of the shaft is exposed to pumped liquid the entire shaft material shall be 431 stainless steel. Shaft sleeves of dissimilar metals shall not be used. 11B5 Submersible Pumps Page 6of11 f. Mechanical Seals: Pumps shall be provided with a mechanical seal system consisting of two totally independent seal assemblies operating and in oil chamber between the pump volute and motor chamber for seal lubrication and cooling. The oil shall be a white paraffin based oil meeting the standards of FDA 172.87B. The lower seal shall act, as the primary unit to prevent entry of pumped liquid to the oil chamber The upper seal shall act as a secondary unit to prevent pumped liquid or oil from entering the motor stator. The seal system shall allow continuous pump operation with the motor exterior totally dry. Each seal unit shall consist of a positive driven rotating ring; a stationary ring and an independent spring to maintain interface contact. The seal assemblies shall not require maintenance or adjustment, shall be easily inspected, shall be separately replaceable, and shall not be dependent on operating pressure differential for proper sealing. Conventional or cartridge type double mechanical seals utilizing a common spring system shall not be acceptable. The lower seal for all pumps shall have tungsten carbide rotating and stationary rings. The upper seal for pumps 7.5 HP and larger shall also have tungsten carbide rotating and stationary rings. For pumps 5 HP and smaller the upper seal may be furnished with a tungsten carbide stationary ring and a carbon rotating ring. The pump motor shall be designed to allow simple access for seal inspection. Pumps 20 HP and larger shall be equipped with tapped plugs to allow inspection for leakage in the oil housing and motor stator housing without pump disassembly. Separate oil chamber drain plugs shall also be provided. g. Bearings: Pumps shall be equipped with permanently lubricated bearings with a system B-10 life of 40,000 hours. Upper bearings shall be single row ball or roller. Lower bearings for pumps 60 HP and smaller shall be double row angular contact. Pumps larger than 60 HP shall be equipped with both a double row angular contact and a roller lower bearing. h. Guide Bracket: A sliding guide bracket shall be provided as an integral part of the pump unit and shall be bolted to a machined surface on the volute. Bracket design shall allow raising and lowering the pump without binding of the bracket and guide bars. When lowered into place the guide bracket shall connect to a machined lip on the discharge connection to automatically align pump and discharge connections and support the total pump weight. No adjustments shall be necessary for assuring proper alignment and no supplemental fasteners, clamps, spool pieces, gaskets or devices of any kind other than bolting to the pump volute shall be required. The guide bracket shall be Class 35 cast iron with the same protective coating as the pump. i. Discharge Connection: A discharge connection shall be provided as an integral part of the pump assembly and shall be Class 35 gray cast iron with the same protective coating as the pump. The discharge connection shall be permanently anchored to the wet well floor. An ANSI B16.1 Class 125 flange shall be provided for connection to discharge piping. Minimum discharge flange diameter shall be as indicated below and on the drawings The connection inlet shall be tapered and machined to receive, and provide a metal -to -metal seal with the pump volute discharge flange Sealing shall be accomplished by a simple cantilever utilizing the pump weight. Systems dependent on mechanical wedging to accomplish horizontal force will not be acceptable. O -rings, diaphragms or seat rings of dissimilar metal shall not be required and will not be acceptable as equal to a machined, cast iron, metal fit. Integrally cast bosses shall be provided on the discharge connection to receive, support and permanently align the guide bars. Discharge connection design shall allow total support of the pump, guide bars and discharge piping, and no more than one 90° turn shall be allowed between the connection inlet and discharge. j. Pump Connection to Discharge Piping: Installation of the pump unit to the discharge connection shall be the result of a simple linear downward motion of the pump unit guided by no less than two guide bars. No other motion of the pump unit, such as tilting or rotating shall be required. No portion of the pump unit, including legs or supplemental attachments, shall bear directly on the floor of the wet pit. 11B5 Submersible Pumps Page 7 of 11 11B5.2.2 Submersible Pump Motor and Cable: a. Motor: The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, housed in an air filled, watertight chamber. Motors 40 Hp and smaller shall be dual voltage suitable for operation with 230 or 460 volt, three-phase power. The stator windings shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method using Class H monomer -free polyester resin resulting in a winding fill factor of at least 95%. The stator shall be heat -shrink fitted into the cast iron stator housing. The use of multiple step dip and bake -type stator insulation process is not acceptable. The use of pins, bolts, screws or other fastening devices used to locate or hold the stator and that penetrate the stator housing are not acceptable. The motor shall be designed for continuous duty while handling pumped media of up to 40°C. The motor shall be capable of withstanding at least 15 evenly spaced starts per hour. Each unit shall be provided with an integral motor cooling system. Pumps 15 Hp and larger shall have a motor cooling jacket encircling the stator housing, providing for dissipation of motor heat regardless of the type of pump installation. The cooling system shall have one fill port and one drain port integral to the cooling jacket. The cooling system shall provide for continuous pump operation in liquid or ambient temperatures of up to 104°F (40°C). Operational restrictions at temperatures below 104°F are not acceptable. Cooling systems requiring separate source cooling water will not be acceptable. A leakage sensor shall be provided in the bottom of the motor housing to detect the presence of liquid in the stator chamber When activated, the sensor shall energize a control and status relay in the control panel, which shall shut the pump down and activate the alarm light. The motor service factor (combined effect for voltage, frequency and specific gravity) shall be 1.15. The motor shall have a voltage tolerance of ± 10%. The motor shall be designed for a continuous operation in up to a 40°C ambient and shall be have a NEMA Class B maximum operating temperature rise of 80°C. A motor performance chart shall be provided exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The chart shall also include data on motor starting and no-load characteristics. Motor horsepower shall be sufficient so that the pump in non -overloading throughout its entire performance curve, from shut-off to run -out. Thermal switches embedded in the stator windings shall be used to monitor stator temperature. The switches shall be normally closed and set up to open at 125°C. Automatic reclosing shall occur when a stator temperature cools to 95°C. b. Power Cable Entry & Connection: The power cable entry seal design shall preclude specific torque requirements to insure a watertight seal and shall allow simple, field changing of power cables without affecting pump or motor warranty. The cable entry assembly shall consist of a seal flange designed and machined to provide precise compressions of a single, cylindrical, elastomer grommet flanked by stainless steel washers all having a close tolerance fit against the outside diameter of the cable and the inside diameter of the entry body. The sealing flange shall bolt to a machined surface on the pump and the compression washer shall bear against a machined shoulder in the entry body. Compression by the entry body shall provide a strain relief function separate from the cable sealing function. A separate junction chamber shall be provided inside the pump for connection of power cable to stator leads. The junction chamber shall be sealed by a nonmetallic plate, or terminal board, bolted to a machined surface and utilizing an 0 -ring to obtain a watertight seal. Penetrations of the sealing plate or terminal board for stator leads shall be separately sealed to prevent moisture or contamination that might enter through the cable, cable entry or during field change of cables from entering the motor stator housing. Pumps 10 HP and larger shall be furnished with threaded, compression type binding posts mounted in a terminal board. Pumps 10 HP and smaller shall have screwed compression type terminal strips. All pumps 40 HP and less shall be capable of field reconnection for operation with 230 or 460 volt three-phase power. 11B5 Submersible Pumps Page 8 of 11 c. Power Cable: All pump power cables shall be multi -conductor externally jacketed with oil resistant chloroprene rubber. Internal tinned copper conductors insulation shall be ethylene propylene rubber (DuPont Nordel) and shall be color -coded to identify each power and control lead. Conductor sizing shall comply with NEC requirements and cables for pumps 40 HP and smaller shall be suitably sized for operation with 230 or 460 volt power. Power cables shall comply with NEC requirements for portable power use. The cable shall be specifically designed for submersible pump service and shall be identified as such by external marking as type SUBCAB (Submersible Cable). 11B5.2.3 Accessories and Hardware: a. General: The pump manufacturer shall furnish and be responsible for coordinating proper fit and suitability of, all station hardware and accessories for use with the pumps furnished or for any future requirements or revisions as may be indicated on the Drawings or other section of the Contract Specifications. All items furnished shall be guaranteed suitable for the intended use and shall be warranted against defective workmanship, materials and excessive corrosion for a period of one year after final acceptance by the City. All fabricated items inside the wet well shall be hot -dip galvanized after fabrication, stainless steel or aluminum as indicated below. In no case shall any steel other than 300 Series stainless be used for any fabricated item installed below the normal operating water level. b. Guide Bars: The guide system shall consist of no less than 2 bars. Each bar shall be standard Schedule 40 - wall thickness pipe to assure future availability for replacement. Guide bars shall be 2 -inch for pumps 20 HP and smaller, and 3 -inch for pumps larger than 20 HP unless otherwise indicated on the Drawings. The guide system design shall be adequate to withstand thrust and to support the pump for short-term operation with the pump submerged and suspended above the discharge connection (open discharge). Guide bars spanning 20 feet or less between upper and lower supports shall not require intermediate bracing. Guide bar material shall be schedule 40 316 stainless steel. c. Guide Bar Supports and Brackets: Lower guide bar supports shall be male bosses integrally cast as part of the discharge connection to assure permanent and non-adjustable alignment of the pump and guide bars. Upper guide bar support shall be bolted to the access opening concrete or cover frame as required. Intermediate supports, when required, shall be bolted to the station discharge pipe at a point no less than half the distance between the station floor and top deck. The guide bar support system shall allow removal and replacement of guide bars without intermediate supports and the upper section of bars with intermediate supports without need to enter the wet well. All guide bar supports shall utilize male bosses and not sockets which might fill with debris. Upper and intermediate brackets shall be fabricated of 316 stainless steel. In addition to provisions for guide bar support, upper brackets shall be furnished with welded hooks for hanging the pump lifting device and power cable support. d. Float Cable Racks: Level sensor floats shall be suspended in the wet well from a cable rack bolted to the access opening or cover frame. Each rack shall be provided with six, 3/16 -inch diameter hooks over which the level sensor cables shall be looped. The cable rack shall be 316 stainless steel. e. Power Cable Supports: A stainless steel or non-metallic cable grip shall be provided for each pump power and pilot cable. The grip shall have a loop on one end, which will hang from a hook provided on the upper guide bar bracket. f. Lifting Assembly: A stainless steel chain shall be provided for each pump. Each chain shall have a minimum working load limit of 50% greater than the pump weight. Chains and attachment hardware intended to be continuously exposed in the wet well shall be 316 stainless steel. 11B5 Submersible Pumps Page 9 of 11 g. Hardware: All nuts, bolts, washers, anchor bolts or any attachment hardware used inside the wet well shall be 316 stainless steel. 11B5.2.4 Controls: These specifications require the pump supplier, through the Contractor, to be responsible for proper electrical protection and control operation as may be necessary to preserve the special pump warranty (see paragraph 11B5.1.14 b.). It is the intent of these specifications that electrical control panels utilized for pump operation be supplied to the Contractor by the pump supplier in order to assure unit responsibility for equipment selection, component compatibility, start-up and operational checks and future service. See Spec. 13C1.9 for control panel requirements. In addition to operational or functional requirements in this section, all electrical equipment supplied must comply with all requirements of Division 16 Electrical and with the Electrical Drawings 11B5.2.5 11B5.2.6 Control Sequences: a. Each pump shall be controlled with an HOA switch located in the control panel. b. In the "hand" position, the pump shall run continuously. c. In the "auto" position, pumps shall be controlled by the wet well level through float switches and a duplex alternator. Floats levels to be set in the field in coordination with operations staff. Water Surface Elevation x.xx x.xx x.xx x.xx Pump/s Operating High Level Alarm (Red) Pump No. 2 on Pump No. 1 on All Pumps Off NOTE: Pumps shall alternate as lead pump after each cycle. d. The high level alarm shall be self -reset. e. An elapsed time meter shall be provided in the control panel for each motor to indicate totaled running time. f. A green pilot light shall be provided in the field control panel for motor running g. Pump shall automatically shut down when pump stator temperature system is activated. Floats Controls: Float controls shall be furnished by the pump supplier and shall consist of the float switch, cable and hardware necessary to secure a neat permanent installation. Float switches shall be the non -floating type with internal weighting to keep the switch below water after tilting. Float switches shall be non- metallic with a normally open contact that closes on liquid level rise. The switch shall consist of polypropylene float housing; mercury switch and neoprene jacketed control cable. Float housing shall be leakproof, shock and corrosion resistant. Mercury switch shall be metal -encased, shock resistant, N.O. or N.C. as indicated by the control schematics. Floats shall be the product of Anchor Scientific, Inc. or Flygt or an approved equal. All float control circuits to operate at 24 VAC. Brackets and clamps shall be of the same manufacturer as the float control provided. Power cables shall be of adequate length to prevent splicing prior to terminal connection (provide excess cable to allow float adjustment). Hardware shall include cable clamps, brackets, pipe supports etc. All cable hardware shall be stainless steel construction. New floats shall be installed at the same elevations of the existing floats. 11B5.2.7 Anchorages: The equipment manufacturer shall furnish all anchor bolts, nuts, washers and gaskets necessary for the equipment furnished by him, as well as any templates required for setting the anchorage. The General Contractor shall place the anchorage in accordance with certified prints supplied by the equipment manufacturer. All equipment anchorage and fasteners, including nuts and washers, shall be of AISI type 316 stainless steel. All installed anchors shall be drop-in style (hole size equals bolt size), and shall conform to Federal Specifications GSA FF -S-325, Group II, Type 4, Class 1. The minimum size of any drop-in anchor shall be 1/2" diameter. 11B5 Submersible Pumps Page 10 of 11 11B5.2.8 Spare Parts: a. General: The submersible pumps for this project are the most important mechanical components of this project. It is absolutely imperative that parts be available within 60 miles of the project site for immediate repairs should repairs become necessary. Unless it can be demonstrated that parts and service have been available at a service center within 60 miles of the project site through the same financially sound firm on a continuing basis for at least 10 years, the spare parts listed below must be furnished with the pumps at no additional cost to the City. b. List of Spare Parts to be Furnished: (1) Basic Package: The following items shall be considered a basic package of spare parts for each size pump and motor: Impeller Upper mechanical seal Lower mechanical seal Wear ring Complete set of 0 -rings & gaskets Cable entry assembly 50' - Power cable Set of bearings Impeller puller & special tools (2) Quantities of Basic Packages of Spare Parts: 1 Package (one for each pair of pumps) 4 Level control bulbs Control alternator Incoming power circuit breaker Motor overload protection device complete Motor contactor Control power transformer Control power breaker Control relays 11B5.3 CONSTRUCTION METHODS: 11B5.3.1 Equipment And Materials Shipping And Storage: a. Preparation for Shipment: The pumping units shall be fully assembled and suitable crated for shipment. Electrical panels and components shall be protected from the weather and suitable packaged to facilitate handling and storage. All motors, electrical panels and components shall be kept thoroughly dry at all times. b. Storage of Equipment: (1) All equipment stored on the Project Site shall be protected and maintained in accordance with the manufacturer's recommendations. (2) Electrical equipment must be stored in weatherproof, ventilated enclosures. Temporarily connect motor space heater until permanently installed. Equipment shall not be allowed to contact the ground directly. The storage area shall be kept clean. (3) (4) 11B5.3.2 Installation: a. General: All installation shall be "First Class" and done in accordance with standard practice to provide a neat, structurally sound installation. The equipment shall be furnished complete by the manufacturer and shall be installed by the Contractor as directed by the manufacturer in his working drawings and written instructions. The installation shall be checked, tested and approved by a factory representative before acceptance. When installed, pumping units shall be level and in proper alignment. Piping shall not be in a "Bind". b. Installation of Anchorages: All cast in place anchor bolts shall be placed in strict accordance with the equipment manufacturer's instructions and templates. Length of the anchor bolts, depth of embedment and projection shall be in strict accordance with the equipment manufacturer's directions. Anchors other than cast in place shall be drop-in style (hole size equal bolt size) or chemical/ capsule anchors and shall be installed in strict accordance with the manufacturer's directions, particularly embedment length. After the concrete or the anchoring chemical has set, coat the threads of the anchor bolt(s) with "Never Seize" or an approved equal before attaching equipment thereto. Threads of erection bolts shall also be coated with "Never Seize" or an approved equal before assembly. 11B5 Submersible Pumps Page 11 of 11 DIVISION 11- EQUIPMENT SECTION 11G - SPECIALTY EQUIPMENT 11G3[41 LIFT STATION IDENTIFICATION SIGNS 11G3.1 SCOPE: This specification shall govern for all work necessary for furnishing and installing all identification signs to complete the project. This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 11G3.2 GENERAL: Identification signs are required for new fences at lift stations and shall be installed on the gate. The signs shall be the fiberglass type with permanently legible lettering. 11G3.3 DIMENSIONS: Identification signs shall be sized as necessary for the wording required. 11G3.4 NUMBER REQUIRED: One sign shall be provided for each lift station provided with a new fence. 11G3.5 WORDING: Identification signs shall read: XXXXXXXX WWTP 24 HR EMERG. CONTACT (361) XXX-XXXX Letters shall be block lettering a minimum of 1.5 inches tall. Sign shall identify the wastewater treatment plant collection system that the lift station is a part of. Coordinate with City wastewater staff and/or the City inspector for the treatment plant name and the contact telephone number. 11G3.6 CONSTRUCTION: The signs shall be made of fiberglass that is resistant to chemicals, fumes, salt water and ultra -violet light. The lettering shall be applied by the "silk-screen" methods and shall be epoxy coated for added protection. Signs shall be made at least 1/16" thick and shall be mounted on a 1/4" thick aluminum plate using epoxy cement over the full contact surface. 11G3.7 INSTALLATION: For chainlink fences use alum. or stainless steel wire at the four corners to secure to the gate fabric. For wood fences use stainless steel screws and washers at the four corners to secure to the gate pickets. 11G3 Identification Signs Page 1 of 1 DIVISION 13 -SPECIAL CONSTRUCTION SECTION 13C - REPAIRS, ADDITIONS AND MODIFICATIONS OF EXISTING STRUCTURES 13C1[11 GENERAL REQUIREMENTS 13C1.1 SCOPE: This specification shall govern for all work necessary to repair, renovate or modify the existing structures as required to complete the project. 13C1.2 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 13C1.3 INTENT: It is the intent of this Section to summarize the scope of work required to provide the repairs, additions and modifications to existing structures and to provide additional information and requirements that are not specified in other sections. 13C1.4 VERIFICATION OF DIMENSIONS: It is the intent of this specification that the Contractor shall verify all dimensions before starting demolition, modifications, renovations and the ordering of any material. 13C1.5 DEWATERING: Lift station existing pumps can be used to pump the station down as much as possible. Contractor shall be aware that the station will still contain an amount of raw wastewater and solids in the bottom of the wet well. Contractor shall provide all equipment, material and labor to completely dewater the lift station if necessary. All liquid to be removed from the lift stations after they are taken out of service for modifications shall be pumped or bailed to a manhole for return to the wastewater collection system. Contractor shall provide all equipment, material, and labor to completely clean the wet well of all solids. Solids from the wet well shall be removed and hauled by the Contractor to a sludge drying bed at the Greenwood WWTP (see Specification 027604). After the solids have dried the Contractor shall be responsible for removing the dried solids from the plant site, cleaning the bed to original condition and properly disposing of the solids at the Cefe Valenzuela Landfill (at the intersection of FM 2444 and CR 20). 13C1.6 SALVAGE: All items removed during lift station improvements shall be neatly piled at the site (out of the way of the construction operation) as directed by the Inspector. The Contractor shall notify the Wastewater Dept. upon removal of said items until it may be inspected by the Wastewater Dept. The Wastewater Dept. will, within seven (7) days after being notified, mark all items it wishes to keep. These items shall remain the property of the Wastewater Dept., especially the pump's upper guide rail bracket and guide rails. Any item not marked by the Wastewater Dept. shall become the property of the Contractor. 13C1.7 PHOTO DOCUMENTATION: Contractor shall document the existing conditions at each lift station site using photographs prior to moving on to the site and before undertaking any construction work. 13C1.8 LIFT STATION CONTROL OF FLOW: a. General: Contractor shall provide a minimum of 72 hour notice to the Wastewater Dept. for the startup of control of flow operations at each lift station once the completed control of flow plan has been approved by the design engineer. The contractor shall consider and be responsible for the effects on the collection system area both upstream and downstream of the control of flow. 13C1 — 13C8 Special Construction Page 1of15 Upstream effects include, but are not limited to backups and overflows. Downstream effects include, but are not limited to surcharges and overflows. Contractor is completely responsible for providing, installing, operating, and maintaining a pumping and flow control system for the lift station to be improved. Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the control of flow operation. Some locations require multiple control of flow systems. If control of flow system is provided with air release valves the valve drains shall be piped to a manhole for discharge. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and control of flow. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and contractor shall be solely responsible for clean-up of said spillages or overflows at no additional cost to the City of Corpus Christi. Contractor can work extended hours to perform the improvements during the control of flow operation. Work during extended hours cannot create a nuisance for the neighbors. Once the lift station is taken out of service and control of flow operations have begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station returned to service. b. Control of Flow Pump: Pumping capacity of the control of flow pump shall be capable of handling the flow conditions at all times and shall be a minimum of 1.5 times the existing pump capacity. Pumps shall be diesel operated, self -priming, auto -starting pumps (Godwin, Rain -for -Rent, or approved equal). Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 72 dB (30 -feet from pump) and a diesel day tank with a minimum 24-hour runtime without refuel. Pumps shall also be provided with automatic level controls to pump out of existing manhole(s). Existing Pump Capacities: 1) Leeward LS, 1,000 GPM @ 50' TDH (total dynamic head) 2) Lake Padre South LS, 1,070 GPM @ 42' TDH 3) Jackfish LS, 1,039 GPM 4) Seahorse LS, 460 GPM @ 22' TDH 5) Up River Road LS, 400 GPM @ 70' TDH 6) Turtle Cove LS, 1,000 GPM @ 50' TDH 7) Studebaker LS, 1,400 GPM @ 32' TDH c. Inclement Weather: Contractor shall not be allowed to commence control of flow operation should inclement weather be forecast for the period of the scheduled improvements. d. Control of Flow Operations: 1) Once the control of flow plan is approved and 72 hours prior to initiation of the control of flow, the contractor is responsible for setting up a meeting between the consultant engineer/City/operating department to affirm the approved control of flow plan and verify the site installation conforms to the approved plan. 2) Contractor shall exercise (open and close) existing isolation valves to verify that the lift station piping can be isolated from the force main. 3) Contractor is responsible for operation and maintenance of the control of flow pumping system and fuel for the system. 4) Once lift station is taken out of service, all improvements, testing and inspection shall be completed prior to termination of control of flow pumping. 5) Control of flow pumping can only be initiated and terminated between 8:00 a.m. and 12:00 p.m. on a Tuesday, Wednesday, and Thursday, but not the day immediately before or after a holiday. 6) Before beginning control of flow operations, contractor shall provide emergency contact info/cell phone number of control of flow operators/monitors, project superintendent and pump supplier. 7) The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the control of flow operation at any time in order to maintain public health and safety. 13C1 — 13C8 Special Construction Page 2 of 15 8) Any coordination or assistance required from the City personnel for lift station access, pumping systems down, etc. shall be done during City's normal working hours and/or scheduled so that the City personnel can complete the service required by City personnel during the normal working hours. Normal working hours for the City are Monday through Friday from 7:30 am to 3:00 pm. 9) Control of flow system shall be manned by the Contractor 24 hours a day from the time it is started to the time the lift station is put back into normal automatic service. 10) Before the control of flow system is terminated, the Contractor must demonstrate that full automatic operation of the lift station has been restored and that the SCADA system is fully functional. The wastewater department will need to observe the functionality of the lift station for a full two hours (during normal working hours) before the control of flow pumping system is disabled to confirm that the lift station is operating properly. The two hour observance period shall begin no later than 12:00 p.m. on a Tuesday, Wednesday, or Thursday but not the day immediately before or after a holiday. Normal working hours for the City of Corpus Christi Wastewater Department is between 7:30 a.m. and 3:30 p.m. 11) Contractor is responsible for all control of flow pumping from time of startup to time of termination for each lift station. Contractor shall complete all work inside of wet well and drywell prior to termination of control of flow. All testing and inspections shall be completed and found acceptable prior to control of flow termination e. Control of Flow Plan: It shall be the contractor's responsibility to submit, in writing, a control of flow pumping system plan prior to the installation of any control of flow pumping system proposed for use. The approval protocol is as follows: The contractor prepares and submits the plan to the Engineer. The Engineer reviews the control of flow plan and coordinates approval with Engineering Services and the operating department. At a minimum the control of flow plan should include the following items: 1) Size, type, and rating or pumps. 2) Size and type of inlet and discharge piping. 3) Approximate location (schematic) of control of flow pumping components. 4) General arrangement/type of additional support equipment. 5) Contractor personnel list of those manning the control of flow system 24 hours per day. 6) Traffic Control Plan if the control of flow system is within the right-of-way. 7) Decant location. 8) Handling of flows: Contractor is responsible to assure that the wastewater collection system is not compromised during the period in which the lift station has been shut off for control of flow installation, and Contractor shall insure that the system operates properly during this period. f. Discharge and Suction Piping shall be adequately secured to prevent movement during pumping operation. g. Odor Control: Contractor shall provide and install plywood or other materials as necessary to form around the suction piping to seal where it leaves the manholes. Use caulking, urethane foam, Ram-nek, etc. to help seal around the suction pipes and manhole tops. 13C1.9 CONTROL PANELS: New control panels shall be provided with equipment that provides the UO components and connections necessary to connect with and be compatible with the existing SCADA RTU panel at each of the lift stations. Contractor to coordinate with the Wastewater Dept. designated staff prior to the disconnection of each existing SCADA RTU from existing control panel and/or power outage. Once new control panel is installed, Contractor shall coordinate with Wastewater Dept. designated staff for connection of existing SCADA RTU to new control panel. New panels shall provide components to match all existing (latest design) and components shall be rated the same as existing. See following sections for those lift stations requiring new replacement control panels. a. Quality Assurance The control panels shall be furnished by a manufacturer engaged in the production of submersible pump control panels for a minimum of 10 years. The manufacturer shall have furnished similar panels for at least 15 other installations in Texas performing similar duty. Each previous installation shall have performed satisfactorily for at least 5 years and are still in operation. 13C1 — 13C8 Special Construction Page 3of15 b. Control Panel Components: 1) Enclosure 2) Hand -Off -Automatic Selector Switches 3) Motor Circuit Protection for each motor 4) Motor Starters 5) Circuit Breakers 6) Control Power Transformer 7) Control Relays 8) Alternators 9) Enclosure space heater with thermostat 10) Elapsed time meter for each motor 11) External Mounted Alarm Light (Red) 12) Green run light for each motor 13) "Leak" or "Thermal" Detection System (if provided in existing panel) 14) Lightning Arrestor 15) Wiring 16) Name plates as required c. Enclosure: Control panels shall conform to NEMA 4X Standards and be constructed of fiberglass -reinforced polyester -resin. Back panels for mounting components shall be aluminum with stainless steel fasteners. Panels shall be completely dead front and shall have no equipment, pilot lights, pushbuttons or other devices installed in the exterior door. All such components required to be panel mounted shall be installed on an internally mounted, hinged, swing -out aluminum subpanel. The subpanel shall have captive screw -fastened latches, shall be capable of being opened a full 90 degrees, and shall be grounded. Exterior doors shall be gasketed, pad -lockable, continuous piano - type hinged and equipped with luggage type latches. All external hardware shall be stainless steel. The panel shall be sized as required to contain all required components. d. Hand -Off -Auto Selector Switches: Selector switches shall be heavy duty, corrosion -resistant NEMA 4X, Square D Class 9001, type SK or approved equal. e. Motor Circuit Protection: Short circuit and locked rotor protection shall be provided for each pump motor by a molded case circuit breaker with instantaneous magnetic trip. Trip and interrupting ratings shall be selected for actual motor full load and locked rotor amperage. Voltage rating shall be 480 minimum. f. Motor Starters: Magnetic type, full voltage start, non -reversing starters shall be provided for each pump motor. Starters shall be horsepower rated in accordance with NEMA standards (IEC ratings are not acceptable). Overload relays shall be NEMA Class 20 with one thermal element per motor phase and shall be manually reset. Overload reset shall be accomplished without need to open the inner panel door. Starter coils shall be 120 volt. g. Circuit Breakers: Control and accessory circuits 240 volt and less shall be provided with molded case circuit breakers for short circuit protection and switching. Breakers shall be UL listed for 120/240 volts with 10000 A.I.C. Switching or reset shall be accomplished without need to open the inner panel door. h. Control Power Transformers (CPT): Transformers 500 VA and smaller shall be internally mounted machine tool type, specifically designed for high inrush currents of starter and relay coils. Secondary windings shall be fused and grounded. Fused switches shall be provided for 480 -volt primary windings Transformers larger than 500 VA shall be externally mounted outdoor rated dry type. i. Control Relays: Relays for 120 and 24 volt circuits shall be industry standard plug-in type with tube type connectors except where intrinsically safe relays are called for. Contacts shall be rated 10 amps resistive, continuous. An internal light shall be provided to indicate relay energization. Relay sockets shall be the single -tier type. 13C1 — 13C8 Special Construction Page 4 of 15 j. Power Monitor Relay: Incoming power shall be monitored by a plug in type relay which shall sense under or over voltage, phase loss or phase sequence charge and de -energized the control circuit when abnormal power conditions occur. Voltage drop out shall occur at 10% above or below an adjustable set point. Relay contacts shall delay one second prior to transfer under abnormal power supply and shall automatically reset 5 seconds after normal conditions are restored. A miniature pilot light on top of the relay shall be energized to indicate normal power conditions. Relay contacts shall be 10 amp resistive at 250 VAC, single pole doubler throw. k. Space Heater and Thermostat: A 120 -volt, 50 -watt spare heater shall be provided mounted to the panel back plate and equipped with a protective shield. A separate thermostat shall be provided for temperature control. The thermostat setting shall be adjustable to tum the space heater on at 30° to 100° F. 1. Elapsed Time Meters: Meters shall be provided and mounted on the inner panel door to measure the running time of each pump. Meters shall be five digit, indicate tenths of hours and be non-resetable. Operating power shall be 120 volt. Relays and interlocks shall be provided to prevent operation of the meters when motor short circuit or overload devices are tripped. m. Alarm Light: An outdoor, weatherproof light fixture and red globe shall be mounted on the side of the exterior panel enclosure utilizing galvanized, watertight hubs and conduit with the globe vertically below the fixture. The fixture and globe shall be NEMA 4X, non-metallic and suitably rated for a 100 - watt bulb. n. Pushbuttons And Pilot Lights: Pushbuttons, pilot lights, etc., shall be full size, heavy duty, and non-metallic, NEMA 4X, Square D Class 9001, type SK or approved equal. Pushbuttons shall be extended guard type. Pilot lights shall be push -to -test, transformer type. o. Lightning Arrestor: The incoming power supply shall be furnished with a surge arrestor to limit damage from lighting surges. The arrestor shall be the silicon oxide varistor type designed for 600 volt, three-phase service with a maximum rating of 100,000 amp with 1500 joule maximum energy. p. Wiring: Control panels shall be completely factory assembled and pre -wired. The pump supplier shall thoroughly test the control panel and level control system for proper operating sequence under all conditions before shipment of the panel to the jobsite. Control wiring shall be stranded copper, #14 AWG minimum size. Power wiring shall be stranded copper, #12 AWG minimum. All wiring insulation shall be dual rated for Type THHN and THWN applications. All control wiring terminations shall be made using vinyl -insulated, crimp type connectors, with spade type lugs. Each control wire shall be labeled at each end with a pre-printed, tube type or heat -shrink type wire marker, or shall be color -coded. Record drawing wiring diagrams showing wire numbers or color - coding shall be provided. Screw type terminal strips shall be provided and suitably identified for termination of field wire control circuits. Submittal drawings shall include wire identification and terminal numbers. Control terminal blocks shall be rated 300 volts minimum and shall provide four unidentified spare sets. Incoming power terminals shall be lug type rated 600 volts minimum Separate bare copper ground lugs shall be provided for incoming and pump ground wire. q. Name Plates: Legend plate indicating the operating function of pilot devices (HOA, RUN, RESET, etc.) shall be aluminum with black background and white lettering. Nameplates indicating the controlled device shall be black laminated plastic 1/2 inch wide with 1/4 inch white engraved lettering. Nameplates identifying the control panel and mounted on the exterior door shall be black laminated plastic one inch wide with 3/8 inch white lettering. Legends shall be mechanically attached with the pilot device. Nameplates shall be attached with stainless steel screws or epoxy. 13C1 — 13C8 Special Construction Page 5of15 r. Submittal Data: The following data shall be submitted for approval to the Engineer prior to fabrication or assembly of the control panels. Partial submittals of drawings or data will not be acceptable. No part of the panels shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. 1) Manufacturer's experience and reference record. 2) Outline drawings showing equipment arrangement, dimensions and weight. 3) Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item is in compliance with the drawings and specifications. 4) One -line or three -line diagram showing all breakers, starters, contactors, meters, switches, protective relays, etc. The diagrams shall also show all equipment sizes and ratings. 5) Elementary (schematic) diagrams for each control circuit showing device and terminal block numbers and all wire numbers. 6) Wiring diagram showing the relative physical location of all items in the panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals, terminal blocks and wires. 7) Material list - listing the quantity, manufacturer, rating, type, and manufacturer's catalog number of all components in the panel. s. Operation And Maintenance Manual: Prior to delivery of the panels the manufacturer shall furnish four (4) sets of complete and detailed operation and maintenance manuals for the panel components and panel schematics. t. Shipment: Each control panel shall be shipped to the jobsite as a single complete assembly. Field installation of any component or wiring will not be permitted. u. Installation: Control panels shall be provided where indicated. They shall be rigidly and securely mounted to the Electrical Equipment Rack with stainless steel fasteners. 13C1.10 MAIN ELECTRICAL DISCONNECT: Disconnect shall be individually enclosed molded case circuit breakers rated to match existing. Short circuit ratings shall be 10,000 A.I.C. RMS SYM for 240 -volt breakers and 65,000 A.I.C. RMS SYM for 480 -volt breakers. Breakers shall be Square D, Westinghouse or approved equal. Enclosures shall be rated NEMA 4 X, non-metallic, glass -polyester, Krydon material with external operating mechanism as manufactured by Square D, Crouse -Hinds or equal. 13C1.11 LIFT STATION SUBMERSIBLE PUMP ACCESSORIES: a. General: The Contractor shall furnish and be responsible for coordinating proper fit and suitability of, all station hardware and accessories for use with the existing pumps and new pumps furnished. All fabricated items inside the wet well shall be stainless steel or aluminum as indicated in the following. b. Pump Base (Discharge Connection): A discharge connection shall be Class 35 gray cast iron with a protective coating. The discharge connection shall be permanently anchored to the wet well floor. An ANSI B16.1 Class 125 flange shall be provided for connection to discharge piping. The connection inlet shall be tapered and machined to receive, and provide a metal -to -metal seal with the pump volute discharge flange. Sealing shall be accomplished by a simple cantilever utilizing the pump weight. O -rings, diaphragms or seat rings of dissimilar metal shall not be required and will not be acceptable as equal to a machined, cast iron, metal fit. Integrally cast bosses shall be provided on the discharge connection to receive, support and permanently align the guide bars. Discharge connection design shall allow total support of the pump, guide bars and discharge piping, and no more than one 90° turn shall be allowed between the connection inlet and discharge. 13C1 — 13C8 Special Construction Page 6 of 15 c. Guide Bar Supports and Brackets: Lower guide bar supports shall be male bosses integrally cast as part of the discharge connection to assure permanent and non-adjustable alignment of the pump and guide bars. Upper guide bar support shall be bolted to the access opening concrete or cover frame as required. Intermediate supports, when required, shall be bolted to the station discharge pipe at a point no less than half the distance between the station floor and top deck. The guide bar support system shall allow removal and replacement of guide bars without intermediate supports and the upper section of bars with intermediate supports without need to enter the wet well. All guide bar supports shall utilize male bosses and not sockets which might fill with debris. Upper and intermediate brackets shall be fabricated of 316 stainless steel. In addition to provisions for guide bar support, upper brackets shall be furnished with welded hooks for hanging the pump lifting device and power cable support. d. Float Cable Racks: Level sensor floats shall be suspended in the wet well from a cable rack bolted to the access opening or cover frame. Each rack shall be provided with six, 3/16 -inch diameter hooks over which the level sensor cables shall be looped. The cable rack shall be 316 stainless steel. e. Float Controls: Float controls shall consist of the float switch, cable and hardware necessary to secure a neat permanent installation. Float switches shall be the non -floating type with internal weighting to keep the switch below water after tilting. Float switches shall be non-metallic with a normally open contact that closes on liquid level rise. The switch shall consist of polypropylene float housing; mercury switch and neoprene jacketed control cable. Float housing shall be leakproof, shock and corrosion resistant. Mercury switch shall be metal -encased, shock resistant, N.O. or N.C. as indicated by the control schematics. Floats shall be the product of Anchor Scientific, Inc. or an approved equal. All float control circuits to operate at 24 VAC. Brackets and clamps shall be of the same manufacturer as the float control provided. Power cables shall be of adequate length to prevent splicing prior to terminal connection (provide excess cable to allow float adjustment). Hardware shall include cable clamps, brackets, pipe supports etc. All cable hardware shall be stainless steel construction. f. Power Cable Supports: A stainless steel or non-metallic cable grip shall be provided for each pump power and pilot cable. The grip shall have a loop on one end, which will hang from a hook provided on the upper guide bar bracket. g. Hardware: All nuts, bolts, washers, anchor bolts or any attachment hardware used inside the wet well shall be 316 stainless steel. 13C1.12 STAINLESS STEEL BOLTS: All fasteners, nuts, bolts and washers shall be 316 stainless steel. Coat the threads of all stainless steel anchor bolts, erection bolts, fasteners, etc with "Never Seize" or an approved equal before attaching equipment thereto or before assembly. 13C1.13 CONFINED SPACE: Contractor shall meet OSHA requirements while performing work in confined spaces. 13C1.14 GENERAL SEQUENCE OF CONSTRUCTION: The control of flow and rehabilitation of the lift stations may be performed concurrently. If work is to be performed on one lift station at a time then it shall be performed in the following sequence: 1. Leeward LS 2. Lake Padre South LS 3. Jackflsh LS 4. Seahorse LS 5. Up River Road LS 6. Turtle Cove LS 7. Studebaker LS 13C1 — 13C8 Special Construction Page 7 of 15 13C1.15 GENERAL LIFT STATION SEQUENCE OF CONSTRUCTION: 1. Verify size and number of gravity lines entering the lift station that need to be plugged for control of flow. Contractor to order and have all plugs, material and equipment delivered to job site prior to setting up and beginning control of flow operations. 2. Contractor shall notify Wastewater Dept. staff and Engineer a minimum of seven (7) days before lift station control of flow is started. 3. Exercise (open and close) existing isolation valves to verify that lift station piping can be isolated from force main 4. Install traffic control (when required). 5. Install, start-up, and test control of flow pumping system. Install plugs and test control of flow pumping system under operating conditions. Take the lift station out of service. The lift station may only be out of service for no longer than 14 days. 6. Schedule power outage with the power company (when required). Contractor shall be responsible for and include in his bid any cost from the power company associated with the power outages. 7. Perform improvements outlined in the following scopes of work. Note that when removing, replacing or dealing with existing suction and discharge piping the contactor shall be prepared to handle and deal with any liquids or solids remaining in that piping. 8. Schedule return of power with the power company (when required). 9. Coordinate and schedule with Wastewater Dept. and Engineer time to inspect the completed work. Contractor shall demonstrate that pumps are turning in correct direction and that pumps come on by manual activating (tilting) the floats. 10. As soon as improvements are completed and inspected by City and Engineer, return the Lift Station back to service. 11. Remove all control of flow materials and equipment, debris and salvaged material unwanted by City and return site to original conditions. 13C2 MODIFICATIONS/REHABILITATION FOR LEEWARD LIFT STATION 13C2.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. Provide traffic control to protect personnel, equipment, and bypass pumping system. Provide personnel, equipment, and materials needed to provide proper traffic control. 2. Replace three pump bases with new, bases to be provided by Contractor. Contractor to verify size prior to ordering. Contractor to provide new 316 S.S. anchor bolts, nuts, and washers. Remove existing bases and clean off bottom slab to provide smooth surface for new bases. Chisel and break out existing anchor bolts if necessary to install new bases, drill and set new anchor bolts and epoxy grout. Secure new bases with 316 S.S. washers and nuts. 3. For only the north pump (closest to road), remove and replace with new the pump guide rail bracket. New bracket and hardware to be 316 s.s. Connect existing guide rails to new brackets. 4. Remove existing vertical discharge piping and install new. Vertical discharge piping inside of wet well to be DR 18 C-900 PVC. Provide uni-flange for PVC pipe connection to new pump base (or reducer). Provide all new 316 s.s. nuts and bolts for pipe flange connections. Clean and coat new flanges with two coats of coal tar epoxy 16 dry mil thickness total. Connect vertical discharge piping to new above ground ductile iron piping. New above ground piping to include ductile iron pipe, ductile iron fittings, check valve, plug valve, and concrete pipe supports for all three pumps. Install a flange coupling adapter on the upstream side of the new check valves for all three locations. Top slab of wet well shall be core drilled for new piping. Use all new 316 stainless steel nuts and bolts for all flange connections. Coat all new above ground piping per Specification 9K. Install air release valve on fitting per detail. 5. Install new wooden electrical rack (with light pole and area light). 13C1 — 13C8 Special Construction Page 8 of 15 6. Remove and replace pump control panel and enclosure, main disconnect and enclosure, AEP meter enclosure, and install on new wooden electrical rack. Install new area light on pole. Install existing SCADA antenna to the new pole. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall remount at existing panel location and existing conduit and wiring reconnected. Provide new supports, conduit and wiring as necessary to make the exchange All new fasteners shall be 316 stainless steel. Replace main service disconnect with a completely new disconnect. New disconnect shall remount at existing panel location and existing conduit and wiring reconnected. Provide new supports, conduit and wiring as necessary and adjust existing as necessary to make the exchange. 7. Remove and replace existing float bracket and floats. 8. Fill in and abandon existing valve vault. Remove the three access doors and hinges from the frame embedded in the concrete (frame to remain) and fill in vault with sand provided by Contractor. Complete in 12" lifts while compacting each lift. Provide 4" thick concrete cap with #4 bars at 12" O.C., drill in #4 bars 5" into concrete slab. 9. Clean out wet well completely of all solids, grit, debris, etc. from the floor, walls and suction pipes. (see also Section 13C1.5 above). 10. Form around wet well top slab and fill void space under top slab with flowable fill. Begin adding fill from one side and work all around to other side to allow air to escape. Use vibrator to consolidate the flowable fill around the structure. Allow flowable fill to dry then remove forms and back fill with sand around structure. 11. Completely clean and coat all concrete in wet well, except for floor per Specification 9J1. Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating. This includes exposed concrete at access door opening. See detail on Plan Sheet 26. 12. Install new perimeter fence with two 6' wide gates and one personnel gate. All vinyl and vinyl coated components shall be black in color. Contractor shall hire a Registered Professional Land Surveyor to locate the four (4) property corners of the lift station site prior to fence installation. 13. Install new hold open bar for access hatch over the middle pump. 14. Install new vent pipe. 13C3 MODIFICATIONS/REHABILITATION FOR JACKFISH LIFT STATION 13C3.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. 2. Replace two pump bases with new, bases to be provided by Contractor. Contractor to verify size prior to ordering. Contractor to provide new 316 S.S. anchor bolts, nuts, and washers. Remove existing bases and clean off bottom slab to provide smooth surface for new bases. Chisel and break out existing anchor bolts if necessary to install new bases, drill and set new anchor bolts and epoxy grout. Secure new bases with 316 S.S. washers and nuts. 3. Remove and replace with new the pump guide rails from pump base to access hatch and accessories including upper guide rail brackets, intermediate supports, grommets, fasteners, and anchor bolts. All new guide rails and accessories shall be 316 s.s. 4. Remove existing vertical discharge piping and install new. Vertical discharge piping inside of wet well to be DR 18 C-900 PVC. Provide uni-flange for PVC pipe connection to new pump base (or reducer). Provide all new 316 s.s. nuts and bolts for pipe flange connections. Clean and coat new flanges with two coats of coal tar epoxy 16 dry mil thickness total. Connect vertical discharge piping to new above ground ductile iron piping. New above ground piping to include ductile iron pipe, ductile iron fittings, and concrete pipe supports for all both pumps. Reuse existing check and isolation valves. Install a flange coupling adapter on the upstream side of the check valves for both locations. Top slab of wet well shall be core drilled for new piping. Use all new 316 stainless steel nuts and bolts for all flange connections. Coat all new above ground piping per Specification 9K. Install air release valve on fitting per detail. 5. Remove and replace floats and float brackets. Float bracket and hardware to be 316 s.s. 13C1 — 13C8 Special Construction Page 9 of 15 6. Remove existing electrical rack and install new electrical rack. 7. Remove and replace pump control panel and enclosure, main disconnect and enclosure, AEP meter enclosure, and install on new electrical rack. Install new task light per Detail 3 on Plan Sheet 27 adjacent to the new Electrical Control Rack. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall remount at existing panel location and existing conduit and wiring reconnected. Provide new supports, conduit and wiring as necessary to make the exchange. Replace main service disconnect with a completely new disconnect. New disconnect shall be installed on new electrical rack. Provide new supports, conduit and wiring as necessary and adjust existing as necessary to make the exchange. All new fasteners shall be 316 stainless steel. Install new electrical equipment on new rack. 8. Completely clean and coat all concrete in wet well, except for floor per Specification 9J1 Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating.. This includes exposed concrete at access door opening. 9. Fill in and abandon existing valve vault. Remove the access door and hinges from the frame embedded in the concrete (frame to remain) and fill in vault with sand provided by Contractor. Complete in 12" lifts while compacting each lift. Provide 4" thick concrete cap with #4 bars at 12" O.C., drill in #4 bars 5" into concrete slab. 10. Install protective coating on brick riser inside of existing lift station site manhole. 11. Remove existing access hatch doors and hinges, door frame embedded in concrete to remain Install new access hatch doors and hinges to existing frame with 316 stainless steel fasteners. Provide and install new orange safety protective grating to go under access doors and mount to concrete side of access hatch with 316 stainless steel fasteners (see Spec 5E9 for protective grating panel requirements). All new hardware to be 316 s.s. 12. Clean out wet well completely of all solids, grit, debris, etc. from the floor and walls. (see also Section 13C1.5 above). 13. Install sand fill at southeast comer of lift station site. Use appropriate apparatus to push soil under slab and compact. 14. When all work has been completed and inspected by City and Engineer the Contractor can make the tie-in of the new force main piping to the existing. This will likely have to be done at night during low flow conditions since it means turning of the Control of Flow system and removing the existing Emergency Pumping Connection (EPC). Contractor shall have excavation done, piping ready, concrete vault removed around EPC and piping of the EPC exposed. USE EXTREME CARE IN REMOVING CONCRETE VAULT AROUND EPC WHILE IT IS IN SERVICE. Contractor to verify size and type of pipe of existing force main and provide suitable steel coupling to make connection. Remove existing EPC completely, including the wye or tee at the force main, remove existing force main piping as necessary to make new connection, install new force main piping up to existing force main. 13C4 MODIFICATIONS/REHABILITATION FOR LAKE PADRE SOUTH LIFT STATION 13C4.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. Provide traffic control to protect personnel, equipment, and bypass pumping system. Provide personnel, equipment, and materials needed to provide proper traffic control. 2. Replace two pump bases with new, bases to be provided by Contractor. Contractor to verify size prior to ordering. Contractor to provide new 316 S.S. anchor bolts, nuts, and washers. Remove existing bases and clean off bottom slab to provide smooth surface for new bases. Chisel and break out existing anchor bolts if necessary to install new bases, drill and set new anchor bolts and epoxy grout. Secure new bases with 316 S.S. washers and nuts. 13C1 — 13C8 Special Construction Page 10 of 15 3. Remove existing vertical discharge piping and install new. New vertical discharge piping inside of wet well to be DR 18 C-900 PVC. Provide uni-flange for PVC pipe connection to new pump base (or reducer). Provide all new 316 s.s. nuts and bolts for pipe flange connections. Clean and coat new flanges with two coats of coal tar epoxy 16 dry mil thickness total. Connect vertical discharge piping to new above ground ductile iron piping. New above ground piping to include ductile iron pipe, ductile iron fittings, and concrete pipe supports for all both pumps. Reuse existing check and isolation valves. Top slab of wet well shall be core drilled for new piping. Use all new 316 stainless steel nuts and bolts for all flange connections. Coat all new above ground piping per Specification 9K. Install air release valve on fitting per detail. 4. Remove and replace pump control panel. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall remount at existing panel location and existing conduit and wiring reconnected to the new terminal box below (see Plan Sheet 26). Remove existing panel supports and provide new aluminum uni-strut bolted to CMU wall and new panel. Provide new supports, conduit and wiring as necessary to make the exchange. All new anchor bolts and fasteners hardware to be 316 stainless steel. 5. Remove and replace float bracket and floats. Float bracket and hardware to be 316 s.s. Level of new floats to match existing. 6. Remove and replace electrical junction box near AEP meter on south wall of the CMU block lift station fence. Schedule power outage with the power company to allow the wires to be disconnected from the AEP meter and pulled out and then re -connected to allow the replacement of the box. New box to be NEMA 4X and match size of existing. Mount new box with 316 s.s. anchor bolts and provide new conduit and fittings as necessary to reconnect to existing conduits. 7. Abandon existing valve vault. Unbolt and remove the access door (frame to remain), remove and salvage for reuse the two plug valves and two checks valves and provide 8" blind flanges at the four open end pipes (use standard bolts). Fill in vault with sand provided by Contractor. Complete in 12" lifts while compacting each lift. Provide 4" thick concrete cap with #4 bars at 12" O.C. each way, drill in #4 bars 5" into concrete slab. Existing valves in vault are to be reused on the new above ground discharge piping. 8. Completely clean and coat all exposed concrete in wet well, except for floor, per Specification 9J1. Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating. This includes exposed concrete at access door opening. See detail on Plan Sheet 26. 9. Install new PVC coated chain-link perimeter fence. Fence to include (2) two six foot wide gates and one personnel gate. 10. Replace top section of vent pipe above wet well. 11. Remove and replace area light fixture, use existing pole, pull new wire between panel and fixture. Match number and size of existing wiring. Remove existing fixture mounting arm and provide new mounting arm and/or brackets to mount new light fixture on existing pole. Mounting bracket to be aluminum or stainless steel with s.s. fasteners. 12. Clean out wet well completely of all solids, grit, debris, etc. from the floor and walls. (see also Section 13C1.5 above). 13. Remove a portion of the existing decorative CMU wall, all of the east and openings in north wall as shown on the drawings. Saw cut existing wall at locations shown and use grout to provide a smooth finished end wall, paint new exposed wall to match existing wall. Regrout as necessary to provide smooth finish at cut locations. Remove completely existing CMU and mortar where shown down to existing slab and provide smooth concrete finish. Cut off existing vertical steel CMU wall reinforcement flush with concrete slab. 14. Remove existing metal gate on east side. Remove hinges from CMU wall and grind anchor bolts flush. Paint end of wall to match existing wall. 13C1 — 13C8 Special Construction Page 11 of 15 15. When all work has been completed and inspected by City and Engineer the Contractor can make the tie-in of the new force main piping to the existing. This will likely have to be done at night during low flow conditions since it means turning of the Control of Flow system and removing the existing Emergency Pumping Connection (EPC). Contractor shall have excavation done, piping ready, concrete vault removed around EPC and piping of the EPC exposed. USE EXTREME CARE IN REMOVING CONCRETE VAULT AROUND EPC WHILE IT IS IN SERVICE. Contractor to verify size and type of pipe of existing force main and provide suitable steel coupling to make connection. Remove existing EPC completely, including the wye at the force main, remove existing force main piping as necessary to make new connection, install new force main piping up to existing force main. 13C5 MODIFICATIONS/REHABILITATION FOR SEAHORSE LIFT STATION 13C5.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. 2. Provide traffic control to protect personnel, equipment as necessary to complete the project. Provide personnel, equipment, and materials as necessary to provide proper traffic control. 3. Install new wooden electrical rack (with light pole and area light). 4. Remove and replace pump control panel and enclosure, main disconnect and enclosure, AEP meter enclosure, and install on new wooden electrical rack. Install new area light on pole. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall remount at existing panel location and existing conduit and wiring reconnected to the new terminal box below (see Plan Sheet 26). Provide new supports, conduit and wiring as necessary to make the exchange All new fasteners shall be 316 stainless steel. New disconnect shall be mounted to new electrical rack. Provide new supports, conduit and wiring as necessary and adjust existing as necessary to make the exchange All new fasteners shall be 316 stainless steel. 5. Convert both existing pumps from single phase to three phase. Contractor to coordinate with Flygt (Xylem) to have pumps converted from single to three phase while the control of flow system is in operation. Pumps shall be converted at the start of control of flow operations so they are ready for when the lift station is put back in to service. 6. Clean and coat 90 degree bends at the top of the discharge piping inside of the wet well for both pumps per specification 9JI (when concrete is being coated). 7. Completely clean and coat all exposed concrete in wet well, except for floor, per Specification 9J1. Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating. This includes exposed concrete at access door opening. See detail on Plan Sheet 26. 8. Clean out wet well completely of all solids, grit, debris, etc. from the floor and walls. (see also Section 13C1.5 above). 9. Remove existing galv. pipe 90 degree bend vent and install PVC 90 degree bends and stainless steel birdscreen to existing vent. 10. Install new PVC coated chain-link fence with main gates and one man gate. 11. Install new concrete collar around existing east site manhole. Reuse existing ring cover. Provide reinforcing steel and 3000 psi concrete. 12. Remove existing hasp and staple and provide new hasp and staple to be able to lock existing access door. New hasp and staple shall be stainless steel and pre -drilled. Drill openings in existing access cover and alum frame as necessary and install new hasp and staple with 316 s.s. anchors and fasteners. 13. Clean and provide protective coating for entire interior of existing east site manhole. Existing manhole has a concrete wall. 14. Clean and provide protective coating for entire interior of existing west site manhole. Existing manhole has a brick wall. 13C1 — 13C8 Special Construction Page 12 of 15 13C6 MODIFICATIONS/REHABILITATION FOR UP RIVER ROAD LIFT STATION 13C6.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide and install new emergency pumping connection in existing force main. This will likely have to be done at night during low flow conditions since it means turning of the pumping system. Contractor shall have excavation done around existing piping and new piping pre -assembled and ready for installation. USE EXTREME CARE IN EXCAVATING AROUND EXISTING FORCE MAIN WHILE IT IS IN SERVICE. Contractor to verify size and type of pipe of existing force main and provide MJ solid sleeve to make connection. 2. Provide control of flow system to allow isolation of the existing lift station. 3. Remove existing motor control center and replace with new pump control panel (See Spec. 13C1.9 above). 4. Clean and coat exterior of wall pipes at three locations inside of the drywell. 5. Remove, replace, and coat suction 90 degree bends in wet well. Contractor to provide suction 90 degree bends that match same dimensions of existing suction 90 degree bends. Existing wall pipes to remain. Clean and coat existing wall pipe and flanges per Specification 9K. 6. Remove and replace suction piping from wall pipe to pump including the reducer and valve for east pump. Provide new 316 s.s. hardware. 7. Remove and replace suction piping and reducer for west pump from wall pipe to pump. Provide new 316 s.s. hardware. 8. Remove 12" gate valve on middle suction pipe where there currently is no pump. Reinstall existing blind flange to wall pipe and clean and coat per Specification 9K. 9. Remove 12" gate valve and D.I. spool piece on middle discharge pipe (overhead) where there is no pump. Reinstall existing blind flange to pipe and clean and coat per Specification 9K. 10. Replace 4" check valve and 4" piping on discharge with new 8" piping, check valve, and plug valve. Provide new 316 s.s. hardware. 11. Install new 8" plug valve downstream of new 8" check valve. 12. Replace existing 12" 90 degree base bend with new 8" 90 degree base bend for both pumps. Adjust concrete supports under 90 degree base bends as necessary. 13. Replace 12" diameter vertical spool with new 8" D.I. spool. 14. Install new 12"x8" D.I. reducer for both pumps. Connect new reducer to existing piping. 15. Clean and coat all existing and new ductile iron suction and discharge piping inside of the drywell per Specification 9K. 16. Clean and coat stairs, catwalk, and span beams inside of the drywell per Spec. 9K1.12. Existing aluminum plate for walkways and stair treads is not to be coated but pressure washed to remove all grease, dirt, etc. 17. Clean out wet well completely of all solids, grit, debris, etc. from the floor and walls. (see also Section 13C1.5 above). 18. Remove existing windows in the lift station building and replace with new louvers. Remove existing metal shades on the outside of the windows and grind anchor bolts flush with wall. Clean and paint damaged areas from window and shade removal to match existing paint. 13C7 MODIFICATIONS/REHABILITATION FOR TURTLE COVE LIFT STATION 13C7.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. There are two manholes that discharge to the lift station. Provide control of flow from both manholes. Notify and coordinate with adjacent property owners on all sides of lift station and south manhole location where control of flow suction piping will be installed (7) seven days prior to beginning work. 13C1 — 13C8 Special Construction Page 13of15 2. Remove and replace two pump bases with new, bases to be provided by Contractor. Contractor to verify size prior to ordering. Contractor to provide new 316 S.S. anchor bolts, nuts, and washers. Remove existing bases and clean off bottom slab to provide smooth surface for new bases. Chisel and break out existing anchor bolts if necessary to install new bases, drill and set new anchor bolts and epoxy grout. Secure new bases with 316 S.S. washers and nuts. 3. Install new vertical discharge piping inside of wet well, piping to be DR 18 C-900 PVC. Provide uni-flange for PVC pipe connection to new pump base (or reducer). Provide all new 316 s.s. nuts and bolts for pipe flange connections. Clean and coat new flanges with two coats of coal tar epoxy 16 dry mil thickness total. Provide and install new 6" D.I. 90 degree bend (MJ) at the top of each of the new vertical discharge pipes and to new wall pipe. The 90 degree is to be provided with restrained joint glands. Coat new 90 degree D.I. bends, glands, and fasteners with two coats coal tar epoxy, 16 dry mil thickness total. 4. Remove existing through wall pipe on pump discharge piping for both pumps. Provide and install new 6" DR 18 C-900 PVC through wall pipe from new 90 degree bend (MJ) to existing force main in adjacent valve vault. Reseal around pipe exit through concrete well with high strength non - shrink grout. Provide new steel coupling to tie to existing force main in valve vault. Steel coupling to be Smith Blair Model 411 or equivalent with ductile iron follower and s.s. bolts an nuts. 5. Clean out wet well completely of all solids, grit, debris, etc. from the floor and walls. (see also Section 13C1.5 above). 6. Completely clean and coat all concrete in wet well, except for floor per Specification 9J1. Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating. This includes exposed concrete at access door opening. See detail on Plan Sheet 26. 7. Clean existing plug valves, check valves, and D.I. piping in existing valve vault. Install new 316 stainless steel hardware and then coat per Specification 9K. 8. Remove and replace pump control panel with new. Install new panel at location of existing using all new 316 stainless steel hardware. Install new aluminum as necessary to install the new pump control panel at eye level. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall remount at existing panel location and existing conduit and wiring reconnected. Provide new supports, conduit and wiring as necessary to make the exchange. All new fasteners shall be 316 stainless steel. 9. Remove and replace main electrical disconnect. Install new main disconnect at location of existing using all new 316 stainless steel hardware. 10. Install new task light per Detail 3 on Sheet 27. Provide new wiring and conduit as necessary. Connect light pole to existing lift station slab with 316 s.s. hardware. 11. Replace vent pipe. 12. Fill in eroded areas around top of lift station wet well with sand. Use appropriate apparatus to push soil under slab and compact. 13C8 MODIFICATIONS/REHABILITATION FOR STUDEBAKER LIFT STATION 13C8.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. There are two manholes that discharge to the lift station. Provide control of flow for both manholes. 2. Provide traffic control to protect personnel, equipment, and bypass pumping system. Provide personnel, equipment, and materials needed to provide proper traffic control. Prepare traffic control plan and submit to City for approval and permit. 13C1 — 13C8 Special Construction Page 14 of 15 3. Demo all existing equipment, material and items inside of the drywell. Remove and salvage for City the existing pumps, motors, pump shafts, pump bases, check valves, gate valves, fittings, and sump pump that are in the drywell. Remove and dispose of all other items which includes but is not limited to existing ductile iron piping, nonfunctional blower, blower piping, electrical conduit, wiring, light fixture and switches. At the location of pump suction piping, cut the wall pipe flush with drywell wall. 4. Clean out wet well completely of all solids, grit, debris, etc. from the floor, walls and suction pipes. (see also Section 13C1.5 above). 5. Remove and dispose of existing suction fittings at bottom of wet well that are connected to the wall pipe. Cut off wall pipe flush with the wet well wall pack the wall pipe with high strength non - shrink grout. Salvage for the City the existing level transducer inside of the wet well. 6. Demo concrete slab over existing wet well. Existing slab over drywell is to remain. Saw cut and break out existing concrete top slab over wet well. Contractor to haul off concrete ruble within 24 hours of removing top slab. Provide temporary forms and supports for placement of new concrete. Provide new steel dowels and rebar as shown on the plans. Install new aluminum access covers. Provide 4,000 psi concrete for the new top slab. 7. Fill in and abandon existing wet well. Remove the vent pipe flush with concrete slab and remove access door and concrete curb and fill in vault with sand provided by Contractor. Complete in 12" lifts while compacting each lift. Provide 4" thick concrete cap with #4 bars at 12" O.C., drill in #4 bars 5" into concrete slab. 8. Install new sloped grout at bottom of existing wet well. 9. Install two new pump bases, bases to be provided by Contractor. Contractor to verify size prior to ordering. Contractor to provide new 316 S.S. anchor bolts, nuts, and washers. Clean off bottom slab to provide smooth surface for new bases. Drill and set new anchor bolts and epoxy grout. Secure new bases with 316 S.S. washers and nuts. 10. Install new submersible pumps. Install new 2" pump guide rails, guide rails brackets, and intermediate supports. Use 316 s.s. hardware. 11. Install new float bracket and floats. Use 316 s.s. hardware. 12. Install new vertical discharge piping inside of wet well, piping to be DR 18 C-900 PVC. Provide uni-flange for PVC pipe connection to new pump base (or reducer). Provide all new 316 s.s. nuts and bolts for pipe flange connections. Clean and coat new flanges with two coats of coal tar epoxy 16 dry mil thickness total. Connect vertical discharge piping to new above ground ductile iron piping. New above ground piping to include ductile iron pipe, ductile iron fittings, check valve, plug valve, and concrete pipe supports for both pumps. Install a flange coupling adapter on the upstream side of the new check valves for both locations. PVC pipe sleeves to be cast in new concrete top slab to allow for installation of vertical discharge piping. Use all new 316 stainless steel nuts and bolts for all flange connections. Coat all new above ground piping per Specification 9K. Install air release valve in lockable enclosure on fitting per detail. 13. Remove and replace pump control panel and enclosure, main disconnect and enclosure, AEP meter enclosure (existing meter to be reused), and install on new wooden electrical rack to bel located to the east of the top slab. Install new area light on pole. Install existing SCADA antenna to the new pole. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall be provided by the supplier of the new pumps. Provide new supports, conduit and wiring as necessary to make the exchange All new fasteners shall be 316 stainless steel. Replace main service disconnect with a completely new disconnect. New disconnect shall be mounted on new electrical rack. All new fasteners shall be 316 stainless steel. 14. Completely clean and coat all concrete in wet well, except for floor per Specification 9J1. Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating. This includes exposed concrete at access door opening. 13C1 — 13C8 Special Construction Page 15 of 15 13C6 MODIFICATIONS/REHABILITATION FOR UP RIVER ROAD LIFT STATION 13C6.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide and install new emergency pumping connection in existing force main. This will likely have to be done at night during low flow conditions since it means turning of the pumping system. Contractor shall have excavation done around existing piping and new piping pre -assembled and ready for installaton. USE EXTREME CARE IN EXCAVATING AROUND EXISTING FORCE MAIN WHILE IT IS IN SERVICE. Contractor to verify size and type of pipe of existing force main and provide MJ solid sleeve to make connection. 2. Provide control of flow system to allow isolation of the existing lift station. 3. Remove existing motor control center and replace with new pump control panel (See Spec. 13C1.9 above). 4. Clean and coat exterior of wall pipes at three locations inside of the drywell. 5. Remove, replace, and coat suction 90 degree bends in wet well. Contractor to provide suction 90 degree bends that match same dimensions of existing suction 90 degree bends. Existing wall pipes to remain. Clean and coat existing wall pipe and flanges per Specification 9K. 6. Remove and replace suction piping from wall pipe to pump including the reducer and valve for east pump. Provide new 316 s.s. hardware. 7. Remove and replace suction piping and reducer for west pump from wall pipe to pump. Provide new 316 s.s. hardware. 8. Remove 12" gate valve on middle suction pipe where there currently is no pump. Reinstall existing blind flange to wall pipe and clean and coat per Specification 9K. 9. Remove 12" gate valve and D.I. spool piece on middle discharge pipe (overhead) where there is no pump. Reinstall existing blind flange to pipe and clean and coat per Specification 9K. 10. Replace 4" check valve and 4" piping on discharge with new 8" piping, check valve, and plug valve. Provide new 316 s.s. hardware. 11. Install new 8" plug valve downstream of new 8" check valve. 12. Replace existing 12" 90 degree base bend with new 8" 90 degree base bend for both pumps. Adjust concrete supports under 90 degree base bends as necessary. 13. Replace 12" diameter vertical spool with new 8" D.I. spool. 14. Install new 12"x8" D.I. reducer for both pumps. Connect new reducer to existing piping. 15. Clean and coat all existing and new ductile iron suction and discharge piping inside of the drywell per Specification 9K. 16. Clean and coat stairs, catwalk, and span beams inside of the drywell per Spec. 9K1.12. Existing aluminum plate for walkways and stair treads is not to be coated but pressure washed to remove all grease, dirt, etc. 17. Clean out wet well completely of all solids, grit, debris, etc. from the floor and walls. (see also Section 13C1.5 above). 18. Remove existing windows in the lift station building and replace with new louvers. Remove existing metal shades on the outside of the windows and grind anchor bolts flush with wall. Clean and paint damaged areas from window and shade removal to match existing paint. 13C7 MODIFICATIONS/REHABILITATION FOR TURTLE COVE LIFT STATION 13C7.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. There are two manholes that discharge to the lift station. Provide control of flow from both manholes. Notify and coordinate with adjacent property owners on all sides of lift station and south manhole location where control of flow suction piping will be installed (7) seven days prior to beginning work. 13C1 — 13C8 Special Construction Page 13of15 2. Remove and replace two pump bases with new, bases to be provided by Contractor. Contractor to verify size prior to ordering. Contractor to provide new 316 S.S. anchor bolts, nuts, and washers. Remove existing bases and clean off bottom slab to provide smooth surface for new bases. Chisel and break out existing anchor bolts if necessary to install new bases, drill and set new anchor bolts and epoxy grout. Secure new bases with 316 S.S. washers and nuts. 3. Install new vertical discharge piping inside of wet well, piping to be DR 18 C-900 PVC. Provide uni-flange for PVC pipe connection to new pump base (or reducer). Provide all new 316 s.s. nuts and bolts for pipe flange connections. Clean and coat new flanges with two coats of coal tar epoxy 16 dry mil thickness total. Provide and install new 6" D.I. 90 degree bend (MJ) at the top of each of the new vertical discharge pipes and to new wall pipe. The 90 degree is to be provided with restrained joint glands. Coat new 90 degree D.I. bends, glands, and fasteners with two coats coal tar epoxy, 16 dry mil thickness total. 4. Remove existing through wall pipe on pump discharge piping for both pumps. Provide and install new 6" DR 18 C-900 PVC through wall pipe from new 90 degree bend (MJ) to existing force main in adjacent valve vault. Reseal around pipe exit through concrete well with high strength non - shrink grout. Provide new steel coupling to tie to existing force main in valve vault. Steel coupling to be Smith Blair Model 411 or equivalent with ductile iron follower and s.s. bolts an nuts. 5. Clean out wet well completely of all solids, grit, debris, etc. from the floor and walls. (see also Section 13C1.5 above). 6. Completely clean and coat all concrete in wet well, except for floor per Specification 9J1. Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating. This includes exposed concrete at access door opening. See detail on Plan Sheet 26. 7. Clean existing plug valves, check valves, and D.I. piping in existing valve vault. Install new 316 stainless steel hardware and then coat per Specification 9K. 8. Remove and replace pump control panel with new. Install new panel at location of existing using all new 316 stainless steel hardware. Install new aluminum as necessary to install the new pump control panel at eye level. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall remount at existing panel location and existing conduit and wiring reconnected. Provide new supports, conduit and wiring as necessary to make the exchange. All new fasteners shall be 316 stainless steel. 9. Remove and replace main electrical disconnect. Install new main disconnect at location of existing using all new 316 stainless steel hardware. 10. Install new task light per Detail 3 on Sheet 27. Provide new wiring and conduit as necessary. Connect light pole to existing lift station slab with 316 s.s. hardware. 11. Replace vent pipe. 12. Fill in eroded areas around top of lift station wet well with sand. Use appropriate apparatus to push soil under slab and compact. 13C8 MODIFICATIONS/REHABILITATION FOR STUDEBAKER LIFT STATION 13C8.1 SCOPE OF WORK: This item includes but is not limited to the following items of work: 1. Provide control of flow system to allow isolation of the existing lift station. There are two manholes that discharge to the lift station. Provide control of flow for both manholes. 2. Provide traffic control to protect personnel, equipment, and bypass pumping system. Provide personnel, equipment, and materials needed to provide proper traffic control. Prepare traffic control plan and submit to City for approval and permit. 13C1 — 13C8 Special Construction Page 14 of 15 3. Demo all existing equipment, material and items inside of the drywell. Remove and salvage for City the existing pumps, motors, pump shafts, pump bases, check valves, gate valves, fittings, and sump pump that are in the drywell. Remove and dispose of all other items which includes but is not limited to existing ductile iron piping, nonfunctional blower, blower piping, electrical conduit, wiring, light fixture and switches. At the location of pump suction piping, cut the wall pipe flush with drywell wall. 4. Clean out wet well completely of all solids, grit, debris, etc. from the floor, walls and suction pipes. (see also Section 13C1.5 above). 5. Remove and dispose of existing suction fittings at bottom of wet well that are connected to the wall pipe. Cut off wall pipe flush with the wet well wall pack the wall pipe with high strength non - shrink grout. Salvage for the City the existing level transducer inside of the wet well. 6. Demo concrete slab over existing wet well. Existing slab over drywell is to remain. Saw cut and break out existing concrete top slab over wet well. Contractor to haul off concrete ruble within 24 hours of removing top slab. Provide temporary forms and supports for placement of new concrete. Provide new steel dowels and rebar as shown on the plans. Install new aluminum access covers. Provide 4,000 psi concrete for the new top slab. 7. Fill in and abandon existing wet well. Remove the vent pipe flush with concrete slab and remove access door and concrete curb and fill in vault with sand provided by Contractor. Complete in 12" lifts while compacting each lift. Provide 4" thick concrete cap with #4 bars at 12" O.C., drill in #4 bars 5" into concrete slab. 8. Install new sloped grout at bottom of existing wet well. 9. Install two new pump bases, bases to be provided by Contractor. Contractor to verify size prior to ordering. Contractor to provide new 316 S.S. anchor bolts, nuts, and washers. Clean off bottom slab to provide smooth surface for new bases. Drill and set new anchor bolts and epoxy grout. Secure new bases with 316 S.S. washers and nuts. 10. Install new submersible pumps. Install new 2" pump guide rails, guide rails brackets, and intermediate supports. Use 316 s.s. hardware. 11. Install new float bracket and floats. Use 316 s.s. hardware. 12. Install new vertical discharge piping inside of wet well, piping to be DR 18 C-900 PVC. Provide uni-flange for PVC pipe connection to new pump base (or reducer). Provide all new 316 s.s. nuts and bolts for pipe flange connections. Clean and coat new flanges with two coats of coal tar epoxy 16 dry mil thickness total. Connect vertical discharge piping to new above ground ductile iron piping. New above ground piping to include ductile iron pipe, ductile iron fittings, check valve, plug valve, and concrete pipe supports for both pumps. Install a flange coupling adapter on the upstream side of the new check valves for both locations. PVC pipe sleeves to be cast in new concrete top slab to allow for installation of vertical discharge piping. Use all new 316 stainless steel nuts and bolts for all flange connections. Coat all new above ground piping per Specification 9K. Install air release valve in lockable enclosure on fitting per detail. 13. Remove and replace pump control panel and enclosure, main disconnect and enclosure, AEP meter enclosure (existing meter to be reused), and install on new wooden electrical rack to bel located to the east of the top slab. Install new area light on pole. Install existing SCADA antenna to the new pole. Replace existing control panel with a completely new panel with all new components (see Spec. 13C1.9 above). New panel shall be provided by the supplier of the new pumps. Provide new supports, conduit and wiring as necessary to make the exchange All new fasteners shall be 316 stainless steel. Replace main service disconnect with a completely new disconnect. New disconnect shall be mounted on new electrical rack. All new fasteners shall be 316 stainless steel. 14. Completely clean and coat all concrete in wet well, except for floor per Specification 9J1. Provide repair material as necessary to fill voids and rebuild to a flat surface if necessary prior to application of the protective coating. This includes exposed concrete at access door opening. 13C1 — 13C8 Special Construction Page 15of15 DIVISION 15 - MECHANICAL SECTION 15C - PROCESS PIPING AND FITTINGS 15C2[11 DUCTILE IRON PIPE AND FITTINGS 15C2.1 SCOPE: This specification shall govern for all work necessary for furnishing all ductile iron pipe and fittings required to complete the process piping. This is a design specification as defined in Article TS -1 of the Technical Special Provisions. 15C2.2 DUCTILE IRON PIPE: 15C2.2.1 General: Ductile iron pipe shall conform to ANSI A21.51/AWWA C151. The interior of ductile iron pipe shall be lined with enameled cement mortar, standard thickness as specified in ANSI A21.4-85. The interior of ductile iron fittings shall be lined with Protecto 401 ceramic epoxy or equal. Pipe and fittings for air service shall not be mortar lined but interior shall be lined with 1 mil bituminous coating. 15C2.2.2 Pipe Installed below Ground (buried directly in the ground): Pipe installed below ground shall be ductile iron with ductile iron fittings. Fittings shall have mechanical joints except that when space limitations require it, compact push on type fittings will be allowed. Pipe joints shall be push on joint. 15C2.2.3 Pipe Installed above Ground (not buried directly in the ground): Pipe installed above ground shall be ductile iron with ductile iron fittings. Joints shall be flanged. 15C2.2.4 Wall Pipe: Wall pipes shall be ductile iron and all provisions of this specification entitled "Fabricated Pipe" shall apply, except when the drawings require a mechanical joint or a push on joint. Then the joint specification shall conform to the applicable specification for pipe installed below ground. 15C2.3 FITTINGS: Fittings shall be ductile iron conforming to ANSI A21.53/AWWA C153 Pressure Class 250. 15C2.4 JOINTS: 15C2.4.1 Mechanical Joints: Mechanical joints shall conform to ANSI A21.11/AWWA C111. All mechanical joints shall be furnished complete with joint material, gaskets, nuts, bolts and glands. 15C2.4.2 Push -On Joints: Push -on joints shall conform to ANSI A21.11/AWWA C111. All required lubricant shall be furnished with the pipe and/or fittings. 15C2.4.3 Flanges: Flanged joints shall conform to ANSI A21.15/AWWA C115. Flanges to have full -face factory cut gaskets. Flanges shall be Class 125 drilled and faced and conform to A.N.S.I. Standard Specification B16.1. 15C2.4.4 Nuts And Bolts: Nuts and bolts shall conform to A.S.T.M. Standard Specification A307, Grade B. 15C2 Ductile Iron Pipe Page 1 of 3 15C2.5 PIPE INSTALLED BELOW GROUND (BURIED): Pipe to be installed below ground shall have a minimum wall thickness as follows: Pipe to be installed below ground shall have a minimum wall thickness as follows: 3" Diameter 0.25 inch * 4" Diameter 0.25 inch * 6" Diameter 0.25 inch * 8" Diameter 0.25 inch * 10" Diameter 0.26 inch * 12" Diameter 0.28 inch * 14" Diameter 16" Diameter 18" Diameter 20" Diameter 24" Diameter 30" Diameter 0.28 inch** 0.30 inch ** 0.31 inch** 0.33 inch** 0.37 inch ** 0.42 inch** 36" Diameter 0.47 inch ** 42" Diameter 0.52 inch ** 48" Diameter 0.58 inch ** 54" Diameter 0.65 inch ** * Pressure Class 350 ** Pressure Class 250 15C2.6 FABRICATED PIPE: 15C2.6.1 General: All fabricated ductile iron pipe, whether flanges, plain end or fabricated wall pieces shall be furnished in accordance with ANSI A21.15/AWWA. C-115 latest revisions. 15C2.6.2 Pipe Barrel: The thickness of the ductile iron pipe barrel shall comply as follows: 3" Diameter 0.31 inch * 4" Diameter 0.32 inch * 6" Diameter 0.34 inch * 8" Diameter 0.36 inch * 10" Diameter 0.38 inch * 12" Diameter 0.40 inch* 14" Diameter 0.42 inch* 16" Diameter 0.43 inch * 18" Diameter 0.44 inch * 20" Diameter 0.45 inch * 24" Diameter 0.47 inch* 30" Diameter 0.51 inch* 36" Diameter 0.58 inch * 42" Diameter 0.65 inch* 48" Diameter 0.72 inch* 54" Diameter 0.81 inch* *(Class 53) 15C2.6.3 Pipe Flanges: All flanges furnished shall be ductile iron and in strict accordance with the following tables: Nominal Bolt Hole Bolt Dia. Pipe Size OD BC Dia. & Length No. Of In. In. In. T In. In. In. Bolts 3 7.50 6.00 0.75±0.12 3/4 5/8x2-1/2 4 4 9.00 7.50 0.94 ± 0.12 3/4 5/8 x 3 8 6 11.00 9.50 1.00 ± 0.12 7/8 3/4 x 3-1/2 8 8 13.50 11.75 1.12 ± 0.12 7/8 3/4 x 3-1/2 8 10 16.00 14.25 1.19±0.12 1 7/8x4 12 12 19.00 17.00 1.25±0.12 1 7/8x4 12 14 21.00 18.75 1.38 ± 0.19 1-1/8 1 x 4-1/2 12 16 23.50 21.25 1.44 ± 0.19 1-1/8 1 x 4-1/2 16 18 25.00 22.75 1.56 ± 0.19 1-1/4 1-1/8 x 5 16 20 27.50 25.00 1.69 ± 0.19 1-1/4 1-1/8 x 5 20 24 32.00 29.50 1.88 ± 0.19 1-3/8 1-1/4 x 5-1/2 20 30 38.75 36.00 2.12 ± 0.25 1-3/8 1-1/4 x 6-1/2 28 36 46.00 42.75 2.38 ± 0.25 1-5/8 1-1/2 x 7 32 42 53.00 49.50 2.62 ± 0.25 1-5/8 1-1/2 x 7-1/2 36 48 59.50 56.00 2.75 ± 0.25 1-5/8 1-1/2 x 8 44 54 66.25 62.75 3.00 ± 0.25 2 1-3/4 x 8-1/2 44 15C2.6.4 Pipe Facing: The pipe will be threaded through the flange and shall be faced after fabrication. 15C2 Ductile Iron Pipe Page 2 of 3 15C2.6.5 15C2.6.6 15C2.7 15C2.7.1 15C2.7.2 Pipe Marking - The length and weight shall be shown on each pipe. The letters D.I. shall be cast on the back of the flange for identification. Fabricated Wall Pieces: All fabricated wall pipe shall be manufactured in accordance with paragraph 15C2.6.2 -wall thickness and shall be ductile iron. In the case of a mechanical joint bell by flange or plain end wall piece, the bell shall be integrally cast with the pipe barrel. "Screwed on" bells will not be acceptable. The wall collar or center flange shall be integrally cast ductile iron of minimum thickness as indicated by the following: Pipe Size Thickness Pipe Size Thickness 3" .50 18" .75 4" .50 20" .75 6" .50 24" .75 8" .50 30" 1.00 10" .50 36" 1.00 12" .50 42" 1.25 14" .75 48" 1.25 16" .75 54" 1.50 EXTERIOR PROTECTION OF PIPE AND FITTINGS: Below Ground Installation (Buried): Pipe and fittings installed below ground shall have a bituminous coating approximately 1 mil. thick and shall be protected with a polyethylene wrap. The polyethylene material shall have an 8 mil. thickness and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces of pipe and fittings shall have a minimum 6" lap. Above Ground Installation (Not Buried): Pipe and fittings installed above the ground shall be painted in the field in accordance with the applicable provisions on Section 9K "Painting". 15C2 Ductile Iron Pipe Page 3 of 3 DIVISION 15 - MECHANICAL SECTION 15D - PROCESS VALVES 15D3[1] PLUG VALVES 15D3.1 SCOPE: This specification shall govern for all work necessary to furnish and install the plug valves and accessories as required to complete the project. This specification is a design specification as defined in Article TS -1 of the Technical Special Provisions. 15D3.2 GENERAL: Plug valves shall be of the non -lubricated, eccentric type. Flanged ends shall be faced and drilled to ANSI 125 lb. The valve shall be designed for a minimum 150 p.s.i. water working pressure service, and shall be capable of tight shut-off against 50 p.s.i. reverse pressure differential. Valves 6" and larger shall be provided with geared actuators conforming to AWWA C-504-87, Section 3.8. The valves shall have a flow area not less than 80% of the connecting pipe area. Seat end and standard flow direction shall be cast on the valve body. Provide position indicator for above ground valves. 15D3.3 CONSTRUCTION: 15D3.3.1 Body: Cast iron ASTM A-126 Class B in compliance with AWWA C-504-87, Sec. 2.2. 15D3.3.2 Plug: Resilient faced with neoprene or nitrile butadiene. The plug/seat interface shall be externally adjustable while the valve is in service and under pressure. 15D3.3.3 Seat: Nickel overlay (minimum 90% nickel) in compliance with AWWA C-507-87, Sec. 3.2 and AWWA C-504-87, Sec. 3.5. 15D3.3.4 Bushings - Stainless steel or bronze in compliance with AWWA C-504-87, Sec. 3.6. 15D3.3.5 Stem Seal: Adjustable, multiple ring Buna packing in compliance with AWWA C-507-87, Sec. 3.2 and C-504-87, Sec.3.7. Stem seals shall be replaceable without disassembling the valve and while the valve is under system operating pressure. 15D3.3.6 Fasteners: All exposed fasteners for buried valves shall be stainless steel. Coat threads with "Never Seize" or an approved equal before assembly. 15D3.4 15D3.4.1 INSTALLATION ACCESSORIES: Above Ground: Valves installed above ground shall have flanged ends conforming to ANSI A21.15 and AWWA C- 115. All valves whose centerline is 6 ft. or greater above the floor shall be equipped with a chainwheel actuator and galvanized steel chain. 15D3.4.2 Below Ground: Valves installed below ground shall be wrapped with polyethylene and have mechanical joint connections conforming to ANSI A21.11 and AWWA C-111. All direct buried valves shall be equipped with a valve box and stem extension consisting of 8" SDR 18 PVC pipe and a cast iron drop- in cap. The stem extension shall have a 2" operating nut extended to within 6" of finished grade. All valves shall have a geared actuator suitable for buried service with necessary stem seals and gaskets to prevent entry of water into housing. 15D3 Plug Valves Page 1 of 2 15D3.4.3 Valve Wrenches: When five or more buried valves are required provide two suitable tee wrenches. For above ground where handwheels or levers can not be used provide two wrench heads with suitable length of Schedule 40 pipe handle All wrenches shall be painted as set out hereinafter. 15D3.5 PAINTING: 15D3.5.1 Valve Interior: Valve interior shall be coated with 4-6 mils of epoxy. 15D3.5.2 Valve Exterior: a. Above Ground Installation: See Section 9K. b. Under Ground Installation: Exterior of valve shall be coated by the manufacturer with a material suitable for underground service to protect against corrosion. 15D3.6 SUBMITTAL DATA: Before shipping, the Contractor shall submit six sets of detailed drawing, detailed specifications and installation instruction to the Engineer for approval. 15D3.7 OPERATION AND MAINTENANCE MANUAL: The manufacturer shall furnish to the Engineer four sets of printed instructions, including a parts list, as required to provide proper operation and maintenance of the plug valves. 15D3 Plug Valves Page 2 of 2 DIVISION 15 - MECHANICAL SECTION 15D - PROCESS VALVES 15D4[1] CHECK VALVES (SWING CHECK) 15D4.1 SCOPE: This specification shall govern for all work necessary to furnish and install the swing check valves as required to complete the project. This is a design specification as defined in Article TS -1 of the Technical Special Provisions. 15D4.2 GENERAL: This specification is for check valves less than 12 inches in diameter. The check valves shall be the swing check type and shall be designed for a minimum of 150 p.s.i. water working pressure service and shall be suitable for domestic water or wastewater service. The check valve shall have the ability to be installed either horizontally or vertically and shall be furnished with lever and weight. The check valve shall be in accordance with AWWA C508 and prevent the return of fluid through the valve upon pump shutoff. The check valve shall be Mueller Type A-2600-6-01 or approved equal. 15D4.3 CONSTRUCTION: 15D4.3.1 Materials Of Construction: The check valve shall have a heavy cast iron body with bronze clapper disc seated by a bronze clapper arm against a bronze seat ring. The clapper shall be secured to a stainless steel shaft which turns in the bronze bushings 15D4.4 PAINTING: See Section 9K - Painting. 15D4.5 SUBMITTAL DATA: Before shipping, the Contractor shall submit six (6) sets of detailed drawings, detailed specifications and installation instructions for the Engineer's review and approval. 15D4.6 SUITABILITY CERTIFICATION: As part of the submittal data required above, the Contractor shall submit a certification stating that the manufacturer's authorized representative for the valves furnished under this section has studied the Contract Documents (drawings and specifications), questioned the Contractor and/or the Engineer to determine the conditions affecting these valves and hereby certifies that they should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. 15D4.7 OPERATION AND MAINTENANCE MANUAL: The manufacturer shall furnish to the Engineer four sets of printed instructions, including a parts list, as required to provide proper operation and maintenance of the check valves. 15D4 Check Valves (Swing Check) Page 1 of 1 DIVISION 15 - MECHANICAL SECTION 15D - PROCESS VALVES 15D30[11 MISCELLANEOUS GAUGES, COUPLINGS AND VALVES 15D30.1 SCOPE: This section covers all valves, except where specific requirements are stipulated in other sections. This is a design specification as defined in Article TS -1 of the Technical Special Provisions. 15D30.1.1 SUBMITTALS: Complete specifications, data, and catalog cuts or drawings covering the items furnished under this section shall be submitted in accordance with the submittals section. 15D30.2 PRODUCTS: 15D30.2.1 Pressure Gauges: Pressure gauges shall be provided as follows: a. Range: Shall be sized so it reads in middle with normal pressure expected. b. Case: 304 Series Stainless Steel Case and Removable Bezel Ring. c. Dial Size: 4" to 4-1/2" d. Window: Acrylic or Glass e. Socket: Brass f. Bourdon Tube: Brass g. Connections: 1/4" NPT standard. h. Mounting: Stem Mount, Lower Connected only. i. Movement: Brass or stainless steel j. Pointer: Black painted aluminum, zero adjustable from face of dial. k. Dial: White finished aluminum with black numerals and graduations. 1. Accuracy: ± 1% mid-range. Each gauge shall be provided with a snubber. 15D30.2.2 Steel Couplings: a. Where steel couplings are shown on the plans or as required to make piping connections they shall be, unless noted otherwise, a dressor "type" flexible coupling consisting of one cylindrical sleeve with conical inner surfaces at each end, two resilient, wedge-shaped, rubber gaskets, two ring- shaped followers and a set of rolled -thread bolts with heavy hex nuts. b. Coupling material as follows: 1. Sleeve: Carbon steel having a minimum yield of 30,000 psi 2. Follower: Ductile Iron ASTM A536 or carbon steel having a minimum yield of 30,000 psi 3. Gasket: Nitrile (Buna-N) 4. Bolts and Nuts: 304 stainless steel 5. Finish: Fusion bonded epoxy per AWWA C213 c. For installation on an existing pipe the contractor shall expose (if buried) and confirm the material type and outside diameter prior to ordering the coupling. d. Buried steel couplings shall be wrapped in 8 mil thick polyethylene before being backfilled. Polyethylene wrapping shall be lapped with adjacent piping wrap with a minimum 6" lap. e. Provide "long body" style sleeve when shown on the plans. f. Steel couplings for potable water systems shall meet NSF 61 requirements. g. Steel couplings shall be Smith Blair Style 411, Dresser Style 38 or Romac 501. 15D30 Misc. Gauges, Couplings and Valves Page 1 of 3 15D30.2.3 Flange Coupling Adapter: a. Where flange coupling adapters are shown on the plans or as required to make piping connections they shall be flexible coupling with joint restraint provided anchor studs. b. Coupling material as follows: 1. Body: Ductile Iron ASTM A536 2. Follower: Ductile Iron ASTM A536 3. Gasket: Nitrile (Bung N) 4. T -Bolts: Ductile Iron 5. Studs: 304 Stainless Steel 6. Finish: Fusion bonded epoxy per AWWA C213 c. For installation on an existing pipe the contractor shall confirm the material type and outside diameter prior to ordering the coupling. e. Provide "long body" style sleeve when shown on the plans. f. Flange coupling adapters for potable water systems shall meet NSF 61 requirements. g. Flange coupling adapters shall be Smith Blair Style, Dresser or Romac. 15D30.2.4 Ball Valves: a. Unless otherwise indicated or specified, all 2-1/2 inch and smaller shutoff valves shall be ball valves. b. Ball valves for air and water service in 2-1/2 inch size shall be ANSI Class 150 regular port valves with split, bolted steel or ductile iron body, hard chrome -plated carbon steel ball, reinforced Teflon seats, 0 -ring or adjustable chevron stem packing, a removable operating lever, and flanged ends. Flange diameter and drilling shall conform to ANSI/ASME B 16.5, Class 150. Valves shall be driptight in both directions and shall be Conbraco Industries "Apollo 88-209" or Balon Series F" ball valves. c. Three inch and larger ball valves for air and water service shall be ANSI Class 150 regular port valves with end entry carbon steel body, hard chrome -plated carbon steel ball, reinforced Teflon seats, Teflon upper and lower stem seal, Teflon body seal, a removable operating lever, and flanged ends. Flange diameter and drilling shall conform to ANSI/ASME B 16.5, Class 150. Valves shall be driptight in both directions and shall be Conbraco Industries "Apollo 88-100 Series", Neles-Jamesbury "Series 5000, Fig 5150-11-2200TT", or Powell Fig 4224T" ball valves. d. Ball valves 2-1/2 through 4 inches for welded steel piping systems shall be of three-piece design, with carbon steel body and end caps, nickel -plated or hard chrome -plated carbon steel ball and stem, Teflon seats and seals, buttwelding ends, and a removable operating lever. Buttwelding end ball valves shall be Contromatics "C -1133 -BB -DL". 15D30.2.5 Extension Stems: a. Extension stems and stem guides shall be furnished and installed where specified, indicated on the drawings, or otherwise required for proper valve operation. Extension stems shall be of solid steel and shall be not smaller in diameter than the stem of the valve actuator shaft. Extension stems shall be connected to the valve actuator with a single Lovejoy "Type D" universal joint with grease -filled protective boot. All stem connections shall be pinned. b. At least two stem guides shall be furnished with each valve. Stem guides shall be of cast iron, bronze bushed, and adjustable in two directions. Stem guide spacing shall not exceed 100 times the stem diameter or 10 feet, whichever is smaller. The top stem guide shall be designed to carry the weight of the extension stem. The extension stem shall be provided with a collar pinned to the stem and bearing against the stem thrust guide. c. Extension stems shall be provided for buried valves where the valve actuator is 4 feet or deeper below finished grade. The extension stem shall extend to within 6 inches of the ground surface, shall be centered in the valve box using spacers, and shall be equipped with a wrench nut. 15D30 Misc. Gauges, Couplings and Valves Page 2 of 3 15D30.2.6 Floor Boxes: a. Openings through concrete slabs provided for key operation of valves shall be provided with a cast iron floor box complete with cover. The floor box shall be of the depth indicated on the drawings. Where the operating nut is in the slab, the stem shall have a guide to maintain the nut in the center of the box; where the nut is below the slab, the opening in the bottom of the box shall accommodate the operating key. Covers shall have cast thereon designation of the service for which the valve is used. b. Each floor box and cover shall be shop coated by dipping in asphalt varnish. 15D30.2.7 Valve Boxes: a. Each valve buried to a depth of 4 feet or less shall be provided with a slide type valve box. Valve boxes shall be cast iron, extension sleeve type, suitable for the depth of cover indicated on the drawings. Only one extension will be allowed with each slide type valve box. Valve boxes shall be not less than 5 inches in inside diameter, shall be at least 3/16 inch thick at any point, and shall be provided with suitable cast iron bases and covers. b. Each buried valve shall be provided with a valve box consisting of a cast iron cover and a 6 inch cast iron pipe section. The cover shall be Clay & Bailey "No 2193" or Tyler "Series 6890-A". The pipe shaft shall extend from the valve to 5 inches inside the valve box cover. Covers shall have cast thereon designation of the service for which the valve is used. c. All parts of valve boxes, bases, and covers shall be shop coated by dipping in asphalt varnish. d. Top sections and covers for valve boxes which are to be provided with position indicators shall be designed for proper installation of the position indicator and accessories. 15D30.3 CONSTRUCTION METHODS: 15D30.3.1 Installation: a. Each unit shall be leveled, plumbed, and aligned. Installation procedures shall be as recommended by the equipment manufacturer and as specified herein. b. Valves and valve boxes shall be set plumb. Each valve box shall be placed directly over the valve it serves, with the top of the box brought flush with the finished grade. After each valve box is placed in proper position, earthfill shall be placed and thoroughly tamped around the box. 15D30 Misc. Gauges, Couplings and Valves Page 3 of 3 DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL CONDITIONS 16A1[11 SUPPLEMENTARY GENERAL CONDITIONS FOR ELECTRICAL WORK 16A1.1 GENERAL: The General and Supplementary Conditions, Information for Bidders, Bid Forms, Addenda and all other pertinent documents issued are hereby made part of this Section and the accompanying drawings and shall be complied with in every respect. 16A1.2 SCOPE: The Contractor shall submit his bid on the basis of executing all electrical work as hereinafter specified, as shown on the drawings or as necessary to provide complete and functioning systems. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to or necessary for the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection therewith, shall be furnished as if called for in detail by the specifications or drawings. The Contractor shall also install all electrical equipment furnished under other Divisions of this specification and shall furnish and install all labor and material to make electrical connections to this equipment. 16A1.3 LAWS AND ORDINANCES: All work and materials shall conform to the requirements of the national, state and local laws and ordinances having jurisdiction at the job site. The installation shall be in strict accordance with the latest edition of the National Electrical Code. All modifications to the work that may be required by an authority having legal jurisdiction over the work shall be made by the Contractor at no increase in contract price. 16A1.4 FEES AND PERMITS: The Contractor shall secure all licenses and permits and pay all fees required by all authorities having jurisdiction at the job site. 16A1.5 THE DRAWINGS AND SPECIFICATIONS: The specifications referenced and included in this document and the drawings shall be interpreted together, and any and all work included in either, though not in both, shall be part of the contracted work. The electrical drawings are diagrammatic but shall be followed as closely as actual construction of the project and the work of other trades will permit. Any changes due to equipment supplied, conflict with the work of other trades or to make this work conform to the rules of city and municipal bodies having jurisdiction shall be made by the Contractor at no increase in contract price. 16A1.6 SITE CONDITIONS: Before submitting his bid, the Contractor shall visit the site and familiarize himself with all existing conditions and his bid shall be based on accepting conditions as they exist. This specification and the drawings in no way imply the condition of the soil to be encountered. 16A1.7 EXCAVATION AND BACKFILL: Where excavation is required, the Contractor agrees he has informed himself regarding conditions affecting his work, labor and material required, without recourse to any representation as to soil conditions that may appear or seem to be implied in any portion of the Contract Documents. The Contractor shall provide all necessary excavation and backfilling required for this work. Excavation shall be backfilled with approved material compacted to a density equal to or greater than the surrounding earth. Backfill material shall be placed in layers not exceeding twelve inches and each layer individually compacted. 16A1 General Conditions Page 1 of 4 16A1.8 UTILITY CONNECTIONS AND SERVICE: The Contractor shall make arrangements for service with the Electrical and Telephone companies that will serve the jobsite and shall comply with all the rules, regulations and requirements of these utility companies. See Subsection 16A6 for requirements. 16A1.9 MATERIALS AND EQUIPMENT: All materials and equipment furnished by the Contractor shall be new. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such materials and equipment. Where two or more units of the same item are required, they shall be products of a single manufacturer. The Contractor shall unload and properly store all electrical materials and equipment delivered to the job site. 16A1.10 SUBMITTAL DATA AND SHOP DRAWINGS: 16A1.10.1 Submittals: The Contractor shall submit in five (5) copies to the Engineer, within thirty (30) calendar days after award of contract and prior to commencing work, a complete list and brochures of all materials and equipment which he proposes to furnish on the project. Data shall be included on all items required on the project and shall include descriptive literature, performance data, shop drawings, technical literature, tables and any other necessary data to readily identify that the equipment will meet all requirements of the drawings and specifications (Additional detailed information required may be listed in the subsequent electrical or equipment specifications). Submittals are required for, but not limited to the following items: a. Motor Control Centers i. Control Panels b. Panel Boards j. Conduit c. Transformers k. Wire and Cable d. Motor Starters 1. Junction Boxes e. Circuit Breakers m. Grounding Fittings f. Wiring Devices n. Wire Lugs g. Lighting Fixtures o. Wire Labels h. Control Stations 16A1.10.2 Approval: Approval of submittals, etc., shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the project. 16A1.11 SUBSTITUTIONS: 16A1.11.1 Requirements for Substitutions: It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's product is mentioned. Written request for substitutions of equivalent products will be considered, providing all the following conditions are met: a. Written request shall be received in the Engineer's office fourteen (14) days prior to the day of bid opening. Requests after 14 days prior to the day of bid opening will not be considered. b. Request shall include complete technical data. c. Request shall include a complete comparison of differences and similarities between the proposed product and that mentioned in the drawings and specifications. d. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. e. In the case that modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution, the request shall explain such in detail, accompanied by drawings, if necessary. 16A1 General Conditions Page 2 of 4 16A1.11.2 Approval: If the above has been complied with and in the Engineer's opinion the product proposed for substitution is equivalent to that mentioned, the product will be approved for substitution and all prospective bidders will be so notified. 16A1.12 PROTECTION: All electrical work, equipment and materials shall be protected at all times to prevent damage or breakage, either in transit, storage, installation or testing. All openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemical or mechanical injury. This shall include the erection of all required temporary shelters, cribbing of any apparatus above floor construction, and covering of apparatus in incomplete buildings with tarpaulins or other protective covering. Temporary electric heaters shall be installed to keep apparatus dry. All rotating equipment and/or machinery shall be properly lubricated and rotated on a regular basis. All electrical materials and equipment damaged during handling, storage, installation and until the project has been accepted by the Owner, shall be repaired or replaced by the Contractor with no increase in contract price. 16A1.13 SCHEDULE OF WORK: It is the responsibility of the Electrical Subcontractor for the completeness of his work and for giving timely and adequate information to other trades where required for proper routing and support of the electrical equipment. The Electrical Subcontractor shall pay all costs incurred for removals and/or repairs of work required by late installation of electrical materials or equipment. Such removals and/or repairs shall be performed by mechanics skilled in the grade of erecting the type of work involved. 16A1.14 COORDINATION WITH OTHER TRADES: The Electrical Subcontractor shall refer to the architectural, structural and mechanical drawings for construction details and shall coordinate his work with that of other trades. The electrical work shall progress with the other work so that no delays in construction are incurred. The Electrical Subcontractor shall cooperate with other trades doing work on the project as may be necessary for the proper execution of the work of the various trades employed at the job site. 16A1.15 WORKMANSHIP: All labor shall be performed in the best and most workman like manner by mechanics skilled in their particular trades. All installations shall be complete in both effectiveness and appearance whether finally enclosed or left exposed. The Engineer reserves the right to direct the removal or replacement of any item which, in his opinion, does not present a reasonably neat or workmanlike appearance, providing that same can be properly installed in an orderly way by usual methods for such work. All specialties and appurtenances shall be installed to conform to the manufacturer's recommendations unless otherwise specified. 16A1.16 CUTTING AND REPAIRING: The Contractor shall coordinate the work to eliminate cutting of the construction except as specified. Where it becomes necessary to cut through the construction to permit the installation of work or the repair of defective work, it shall be done by mechanics skilled in the trade of erecting the type of work involved. The cost of cutting and repairing shall be paid by the Contractor without additional compensation. No cutting shall be done to any structural members unless specific permission is granted, in writing, by the Engineer. 16A1.17 SLEEVES, INSERTS, SUPPORTS, ANCHOR BOLTS, FLASHING AND FOUNDATIONS: Furnish and install all sleeves, inserts, supports, anchor bolts, flashing, counter flashing and foundations required for the proper installation of the electrical work. 16A1 General Conditions Page 3 of 4 16A1.18 CLEANING: All debris resulting from the construction shall be removed from the project site daily. Upon completion of the project, unused materials and equipment shall be removed from the project site. All visible labels, dirt over- spray, paint, grease and stains shall be removed from all electrical equipment. Labels indicating testing laboratory approval or giving parts numbers shall be left in place. 16A1.19 INSPECTIONS: The Contractor shall schedule all inspections required by legal authorities and by the Engineer, and shall furnish, without additional charge, a certificate of acceptance from the inspection department having legal jurisdiction over the work. The Contractor shall cooperate with and provide assistance to the Engineer or the Engineer's Inspector in making periodic and final inspections of the work. This assistance shall include, but not necessarily be limited to, the furnishing of labor, tools, etc. to operate equipment and demonstrate its proper functioning. Also included shall be the removal of outlet, junction box and panel covers, etc., as necessary for the Engineer to inspect the work. 16A1.20 FINAL COMPLETION: The Contractor shall turn over to the Engineer for his review and approval, with his request for final payment, a package folder containing four (4) copies of the following: a. All manufacturer's warranties, guarantees, operating instructions and parts lists. b. Approved shop drawings, certified to be "As-Builts". c. Record drawings. d. Any and all pertinent information pertaining to the future operation and maintenance of the project. 16A1.21 GUARANTEE: Any defects from defective or improper materials or faults arising from improper workmanship which may appear within a period of twelve (12) months from the date of final acceptance of the system shall be amended and made good by the Contractor at his own cost. Any defects or faults shall be attended to within six days after receiving written notice from the Engineer. Failure to promptly attend to said defects or faults shall be sufficient cause for the Owner to correct the problem with the Owner's forces or the forces of others and invoice the Contractor for any and all charges, including management and overhead, related to correcting said problem. 16A1 General Conditions Page 4 of 4 DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL CONDITIONS 16A2[11 GROUNDING 16A2.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16A2.2 GENERAL: Grounding shall be in strict accordance with the National Electrical Code or this specification, whichever is most stringent. Grounding and bonding equipment shall conform to the requirements of Underwriters Laboratory Publication 467. 16A2.3 ELECTRODES: Grounding electrodes for the lift stations on Padre Island shall be 5/8 -inch diameter x 10 -foot long stainless steel, ground rods for all other lift stations shall be 3/4 -inch diameter x 10 -foot long copper - clad steel (copperweld) ground rods. Rods shall be driven in undisturbed soil at least 36 inches (measured horizontally) away from any foundation or excavation. Rods shall be driven vertically such that the top of the rod is 12 and 18 inches below final grade. 16A2.4 GROUNDING CONDUCTORS: Conductor for system and equipment grounding shall be stranded copper, with 600V PVC green insulation. Size of conductors for grounding electrode, main ground bus and ground taps shall be as specified on the drawings Underground ground bus conductors shall be installed 12 and 18 inches below final grade. 16A2.5 GROUNDING CONNECTIONS: Connections to rods shall be Cadweld or Burndy Thermoweld or approved equal. Underground cable connections shall be made using Cadweld or Burndy Thermoweld or approved equal process. All underground rod and cable connections shall have Kearney "Air -Seal" or Scotch E -Z Seal #2200 or approval equal applied overall to seal out moisture and shall be completely covered and sealed with tape, leaving no copper exposed. Above grade connections to equipment or structures shall be made with copper alloy compression connections, Burndy Type YA or Penn Union BLU or approved equal. Hardware for ground connections shall be silicon bronze connections made to aluminum structures or items shall be made using tin-plated connectors and stainless steel hardware. 16A2.6 CONDUITS: All metal conduits entering non-metallic panels, junction boxes, etc. or conduits stubbed up into open - bottom, free-standing enclosures shall be provided with grounding bushings and an equipment grounding conductor sized per NEC 250. 16A2.7 PANELS: Metal back panels and interior doors in non-metallic control panel enclosures shall be bonded to the equipment -grounding conductor. Lugs for bonding to aluminum panels shall be tin-plated copper. 16A2.8 SUPPLEMENTARY GROUNDING: Provide supplementary grounding by means of a driven ground rod and grounding electrode conductor to the following: a. Each 480 volt motor (except submersible pumps) b. Each metal lighting pole c. Each metal panel or switch support rack. The grounding electrode conductor shall be sized per NEC 250 but shall be not less than #2 AWG. 16A2 Grounding Page 1 of 1 DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL CONDITIONS 16A3[11 LABELING 16A3.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16A3.2 GENERAL: Labels shall be provided for all switchgear, motor starters, control panels, control stations, control devices, junction boxes, and for all wiring in accordance with the approved drawings. 16A3.3 ENCLOSURES: Enclosures for electrical equipment shall be externally labeled with a 1/16" thick black laminated plastic nameplate with beveled edges. The nameplate shall have 1/4" minimum high -engraved white lettering and shall be permanently and securely attached to the enclosure. 16A3.4 CONTROL DEVICES: Limit switches, solenoid valves and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire or plastic tie wraps. 16A3.5 WIRING: All field control wiring shall be labeled with wire markers where entering control enclosures, terminal boxes, etc. Wire markers shall be tube type, heat -shrink type or write -on adhesive type. Single digit individual markers shall not be used. Wire numbers shall be in accordance with the approved schematic drawings. 16A3.6 VOLTAGE WARNING SIGNS: Voltage warning signs shall be installed on all distribution enclosures or devices containing voltages over 120 volts to ground. Voltage warning signs on outdoor equipment shall be furnished and mounted by the supplier of the equipment. Voltage warning signs for indoor equipment may be stick - on labels approximately 2" x 9" and colored for good visibility. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 16A3.7 EQUIPMENT RATING SIGNS: Equipment rating signs shall be provided for any items that may require replacement parts or to which additional units could be added, i.e., motor control centers. These signs shall indicate the ratings of the items including the short circuit rating and a statement as to the minimum short circuit rating of any device that may be installed in the units in the future. 16A3.8 MULTIPLE SOURCE SIGNS: Multiple source signs shall be provided for any enclosure containing voltage sources from more than a single disconnecting means. Signs shall be yellow laminated plastic with 1/4" high engraved lettering. "CAUTION: Energized wiring from different voltage sources is contained in this unit." 16A3.9 JUNCTION BOXES: All Junction Box and Pull Box covers shall be labeled on the exterior in permanent ink with the name of panel board or MCC and circuit number from which conductors are fed. 16A3 Labeling Page 1 of 1 DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL CONDITIONS 16A4[1] RECORD DRAWINGS 16A4.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16A4.2 GENERAL: Upon completion of the project, the Contractor shall furnish to the Engineer for approval a complete set of electrical record drawings consisting of the following: 16A4.2.1 Drawings: Provide a complete set of the original set of electrical design drawings, latest revisions, (prints) marked clearly in red pencil to show all changes, modifications or deviations from the original layout and design. 16A4.2.2 16A4.2.3 Control Schematics: Provide a complete set of reproducible schematics for all control circuits including switchgear, motor controls, etc. The schematics shall show all relays, control switches, pilot devices, wire numbers and colors, terminal numbers and similar information. These schematics shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. Wiring Diagrams: Provide a complete set of reproducible control wiring diagrams for all switchgear and motor controls showing power sources, control panels, control switches, pilot devices, junction boxes, terminal strips, and wire numbers and colors. These drawings shall show both the internal and the interconnection wiring for each enclosure. Wiring diagram shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. 16A4.2.4 Review: The Contractor's record drawings will be reviewed by the Engineer for accuracy, completeness, neatness, legibility and conformance to industry standards of presentation. The Engineer will return copies of these drawings to the Contractor with comments and annotations regarding any noticeable deficiencies. Two such reviews will be made by the Engineer. Upon the third submission by the Contractor, after the second review, if, in the Engineer's opinion, the drawings are not acceptable, then the Engineer will make the required corrections to the drawings. The cost of the Engineer's services in making such corrections will be charged to the Contractor at the Engineer's standard hourly rates. The Contractor shall pay the Engineer directly for these services. 16A4 Record Drawings Page 1 of 1 DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL CONDITIONS 16A5[11 TESTING 16A5.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16A5.2 GENERAL: All testing and test equipment shall be provided by the Contractor. All tests on equipment above 600 volts shall be witnessed by the Engineer, who shall be notified one week before tests are to take place. All defective material, equipment or workmanship disclosed as a result of these tests shall be repaired or replaced by the Contractor at no increase in contract cost. 16A5.3 RECORDS: A written record of all tests shall be made by the Contractor, identifying the piece of equipment tested, date tested, weather conditions and test values. A copy of all test data shall be furnished to the Engineer. 16A5.4 MEGGER TESTS: 16A5.4.1 General: All megger tests shall be made with a minimum of 500 -volt constant pressure tester. Megger readings shall be at least one -minute duration. 16A5.4.2 Scope: Tests shall include: Megohms a. 115 and 230 V motors 5.0 b. 460 Volt motors 7.0 c. 600 Volt transformer windings 100 d. 600 Volt wiring up to 1000 ft 25 e. Switchgear Bus 5.0 16A5.5 GROUNDING TESTING: 16A5.5.1 General: Ground resistance measurement shall be made in normally dry weather, not less than 48 hours after rainfall, and with the ground under test isolated from other grounds. 16A5.5.2 Procedure: Testing shall conform to IEEE Publication No. 81, "Recommended Guide for Measuring Ground Resistance." 16A5.5.3 Minimum Acceptable Readings: Minimum acceptable readings for each ground rod shall be 10 ohms. 16A5.6 OPERATIONS TEST: All switchgear, motor controls and other control equipment shall be operated a minimum of 5 times by the Contractor to demonstrate that the equipment is free from defects, that all wiring interconnections are correct and to verify that the equipment follows the proper sequence of operation as designed. This operations test includes checking all interlocks, protective shutdown devices and alarm circuits. The final operations test shall be witnessed by the Engineer. 16A5 Testing Page 1 of 1 DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL CONDITIONS 16A6[21 UTILITY CONNECTIONS AND SERVICE 16A6.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16A6.2 SCOPE: The Contractor shall make arrangements for power service with the Electrical Company that serves the lift station sites and shall comply with all the rules, regulations and requirements of the utility company. The Contractor shall examine the site, confer with the utility company and verify any requirements or assistance to be provided by the Contractor. The Contractor shall coordinate with the Electrical Company for power outages, re -initiating power service and connection of the new power supply were necessary. 16A6.3 ALLOWANCE FOR CHARGES BY POWER COMPANY: The contractor shall include in the price bid for this project an allocation of $60,000 to be paid by the Contractor to AEP for the cost incurred by AEP to provide the new power supply system to the Seahorse Lift Station. The Contractor will be required to provide to the City of Corpus Christi a written statement or invoice obtained from AEP stating the actual amount of the payment. The fmal contract price will be adjusted up or down based on the actual amount of the payment 16A6 Utility Connections And Service Page 1 of 1 DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL CONDITIONS 16A7[1] DEMOLITION 16A7.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16A7.2 SCOPE: The work includes demolition, removal and relocation of all electrical equipment, conduit and wiring as indicated, specified or required for a complete job. 16A7.2.1 Meaning: By demolition it is meant: a. The removal of all existing work so indicated, specified or required. b. The removal of existing work required to be removed for replacement by new work. c. The removal of existing work required to be temporarily removed in order to erect new work. Work temporarily removed shall be reinstalled or replaced in a manner to restore the work to its original condition, subject to the approval of the Engineer. When such existing work is removed for the convenience of the various trades, such removal and replacement or reinstallation shall be performed by mechanics skilled in the trade of erecting the type of work involved. d. The removal and reinstallation or relocation of existing electrical work as required by the installation of new work of all trades. 16A7.3 RESPONSIBILITY OF THE CONTRACTOR: The Contractor shall be responsible for the removal and reinstallation of all electrical equipment required for the installation of the work of other trades. 16A7.3.1 16A7.3.2 Work Not Shown on the Plans: Which must be removed and reinstalled, shall be done with no increase in contract price. The Contractor shall visit the site prior to bid and determine the existing circuits interrupted by the demolition or removals. This work shall be done with no increase in contract price. Existing Circuits: The Contractor shall furnish all labor and materials required to insure the continuity of all existing circuits interrupted by the demolition or removals. This work shall be done with no increase in contract price. 16A7.3.3 Existing Conduits: Exposed by demolition work shall be relocated as necessary. 16A7.3.4 Existing Concealed Conduits: Not reused in the work may be abandoned in place; however, all wires shall be removed. 16A7.4 GENERAL REQUIREMENTS: Care shall be exercised while performing work under this section in order to assure there will be no damage to installations that are to remain in place. 16A7.5 PROTECTION OF PROPERTY: The Contractor shall remove at his own expense any part of the work that has been improperly executed. He shall be responsible for the care of all work until its completion and final acceptance, and he shall replace any damaged or lost material. 16A7 Demolition Page 1 of 1 DIVISION 16 - ELECTRICAL SECTION 16B - RACEWAYS 16B1[1] WIRING METHODS 16B1.1 SPECIFICATION TYPE: Specification Sections 16B1, 16B2 and 16B3 are performance specifications as defined in Article TS -1 of the Technical Special Provisions. 16B1.2 GENERAL: Unless otherwise indicated on the drawings, all wiring shall be installed in conduit. 16B1.3 USES PERMITTED: Unless otherwise indicated on the drawings, all conduit shall be as follows: 16B1.3.1 Underground: Except where otherwise indicated, conduit installed underground shall be Schedule 40 PVC and shall be encased in red concrete. 16B1.3.2 Concealed: Except where otherwise indicated, conduit installed concealed in dry wall or furred areas shall be electrical metallic tubing or rigid galvanized steel. Conduit embedded in concrete floor slabs shall be Schedule 40 PVC. 16B1.3.3 Exposed: Conduit installed exposed, indoors or outdoors, shall be rigid aluminum 16B2 MATERIAL 16B2.1 RIGID GALVANIZED STEEL (RGS): NOT USED 16B2.2 POLYVINYL CHLORIDE (PVC - SCHEDULE 40): 16B2.2.1 Conduit: Conduit, elbows and couplings shall be Schedule 40 rigid polyvinyl chloride conduit with a 90° UL rating, and shall be the standard product of Krayloy or Carlon, or equal. 16B2.2.2 Fittings: Fittings and accessories for use with Schedule 40 PVC conduit shall be of the same material and manufacturer as the conduit. 16B2.3 POLYVINYL CHLORIDE (PVC SCHEDULE 80): 16B2.3.1 Conduit: Conduit, elbows and couplings shall be Schedule 80 rigid polyvinyl chloride conduit with a 90° UL rating, and shall be the standard product of Krayloy or Carlon, or equal. 16B2.3.2 Fittings: Fittings, accessories and device boxes for use with Schedule 80 PVC conduit shall be of the same material and manufacturer as the conduit. 16B2.3.3 Fasteners: Straps and clamps used to support PVC conduit shall be non-metallic or shall be steel or malleable iron with a factory applied 40 -mil PVC coating. Bolts, nuts, screws, washers, etc. shall be stainless steel. Galvanized or cadmium plated fasteners and hardware will not be acceptable for use with Schedule 80 PVC conduit. 16B Raceways Page 1 of 5 16B2.4 RIGID ALUMINUM: 16B2.4.1 Conduit: Conduit, including elbows, couplings and nipples shall be standard weight, threaded, rigid aluminum 6063 alloy, with a copper content not to exceed 0.02%. The conduit shall have a silicon or lacquer coating inside. 16B2.4.2 Fittings: Fittings, accessories and device boxes for aluminum conduit systems shall be the standard threaded type as manufactured by Crouse -Hinds, Appleton, Pyle National or Killark or equal. In Class 1, Division 1 areas, conduit bodies shall be Appleton type GR or Crouse -Hinds equivalent. Both fittings and covers shall be aluminum containing less than 0.4 of 1% copper. All screws shall be stainless steel. Covers shall be gasketed. 16B2.4.3 Fasteners: All straps and clamps used to support aluminum conduit shall be hot -dipped galvanized steel or malleable iron, with a 40 mil fused PVC coating, Plastibond, Ocal or equivalent. Strut type framing channels shall be either PVC coated galvanized steel or fiberglass. 16B2.4.4 Hardware: Nuts, bolts, screws, washers, etc. shall be stainless steel. Galvanized or cadmium -plated hardware will not be acceptable for use with aluminum conduit. 16B2.5 FLEXIBLE CONDUIT: 16B2.5.1 Liquid -Tight Flexible Conduit: Flexible conduit and fittings shall be nonmetallic, Carlon type Carflex or approved equal. 16B2.5.2 Explosion -Proof Flexible Conduit: In Class 1, Division 1 areas, flexible conduit shall be Appleton type EXLK or Crouse -Hinds equivalent. 16B2.6 CABLE TRAY: All cable tray and components including covers, splice plates, flange connectors, hold-down clamps, dropouts, etc. shall be made of polyester fiberglass material having corrosion -resistant and ultraviolet resistant properties. Cable tray shall be ladder type design with Z (zee) -shape side rails 1/4 -inch thickness and 6 -inch depth. Cross rungs shall be 1/8 -inch thickness, 1 -3/4 -inch square tube solidly cemented to the side rails. Rung spacing shall be 9 inches and tray width shall be as shown on the drawings Splices and connections shall be made using fiberglass encapsulated stainless steel bolts and nuts. The cable tray system shall have a load carrying capacity of 75 lbs. per lineal foot plus a single point load of 200 lbs. based on a 20 -foot support span. Tray system shall be Robroy type HCT. 16B2.7 ELECTRICAL METALLIC TUBING (EMT): 16B2.7.1 Conduit: Conduit, including elbows, couplings and nipples shall be hot galvanized steel outside with an organic corrosion resistant coating on the inside and shall comply with UL 797 and ANSI C80.3. 16B2.7.2 Fittings: All fittings, accessories and device boxes for EMT conduit systems shall be die cast zinc type, compression fittings All connectors shall have insulated throats. Outlet bodies shall be cast aluminum with threaded hubs and neoprene gasketed covers. All screws shall be stainless steel. Fittings shall be the product of Crouse -Hinds, Appleton or equal. 16B2.7.3 Fasteners and Supports: All clamps, straps, framing and supporting materials shall be hot -dipped galvanized steel or malleable iron. Bolts, nuts, screws, washers, etc., shall be stainless steel. Cadmium -plated or zinc -plated fasteners and hardware will not be acceptable. 16B Raceways Page 2 of 5 16B3 INSTALLATION 16B3.1 GENERAL: 16B3.1.1 Installation Methods: Conduit shall be installed concealed in the construction, exposed or underground as indicated on the drawings. 16B3.1.2 Bends: Field -made bends and offsets shall be made with a hickey or conduit -bending machine. Crushed or deformed raceways shall not be installed. The maximum number of 90° bends, or equivalent, between pulling points in any conduit run shall be three. Pull and junction fittings and/or boxes shall be provided as necessary to satisfy this requirement. 16B3.1.3 Protection: The ends of all conduit runs shall be closed immediately after installation to prevent the accumulation of water, dirt and other foreign material. Conduits shall be swabbed out where necessary before conductors are pulled in. 16B3.1.4 Clearances: Conduit shall not be installed closer than 12" when parallel nor closer than 6" when perpendicular to hot water piping. 16B3.1.5 Expansion Joints: Install expansion fittings where conduits cross expansion joints in concrete, where they cross an expansion joint and are rigidly attached to the independent structures, and in long runs. Install exterior bonding jumpers where metal expansion fittings are used with metallic conduit. 16B3.1.6 Locknuts: Conduit shall be fastened to all sheet metal boxes and cabinets with 2 locknuts. Locknuts shall have sharp edges for digging into the wall of metal enclosures. Bushings shall be installed on the ends of all conduits and shall be the insulating type. 16B3.1.7 16B3.1.8 Spare Conduits: Spare conduits shall have plastic pullcord installed. The pullcord shall be plastic with a minimum tensile strength of 200 pounds. Not less than 12" of slack shall be left at each end of the pullcord. End of conduit shall be plugged with plastic insert. Flexible Connections: Flexible connections not exceeding 36 inches in length shall be provided for equipment subject to vibration, noise transmission or movement and for all connections to motors. A separate ground conductor shall be provided across all flexible connections. Flexible conduit connections shall be rigidly and securely supported in an approved manner at intervals not exceeding 24" in length and within 12" of each conduit termination. Lengths of not more than 36" may be installed without such supports where flexibility is required. 16B3.1.9 Sleeves: Sleeves shall be installed for conduits where they pass through walls, floors or ceilings (exterior walls, above grade only). The sizes of sleeves shall be such as to permit the subsequent insertion of the proper size conduits. Sleeves for exterior walls, above grade, inside walls, floors and ceilings shall be galvanized sheet metal. Exterior wall sleeves shall be waterproofed by suitable caulking around annular space between conduit and sleeve. All sleeves shall be finished flush with each finished wall surface. In pipe chases, sleeves shall extend 1-1/2" above the floor slab and be waterproofed by caulking. 16B Raceways Page 3 of 5 16B3.1.10 Supports: Conduits shall be rigidly supported between couplings, on both sides of bends and at terminations and fittings. Support spacing for rigid metallic and non-metallic conduits shall be in accordance with NEC Tables 346-12 and 347-8. 16B3.1.11 Fasteners: Fasteners for conduit systems shall be wood screws or screw type nails for use on wood, stainless steel machine screws on steel work, toggle bolts on hollow masonry units, or by concrete inserts or stainless steel expansion anchors on concrete or brick. All exterior fasteners shall be stainless steel. Plastic, nylon or fiber anchors shall not be used. 16B3.1.12 Boxes: Boxes shall be provided in the raceway system as indicated on the drawings and also wherever required for pulling of wires, making connections and mounting of devices or fixtures. Boxes installed in normally wet locations or on the outside of exterior surfaces shall be NEMA 4 X polyester -resin boxes as manufactured by Crouse -Hinds. Each box shall have the volume required by the National Electrical Code for the number of conductors enclosed in the box. All boxes shall be securely anchored in place. 16B3.1.13 PVC: PVC conduit joints shall be solvent -cement welded and shall be watertight. All PVC conduits shall have a separate grounding conductor installed. Where transition is made to the metallic conduit or enclosures, the grounding conductor shall be bonded to the metal conduit or enclosure. 16B3.1.14 Aluminum: Aluminum conduit shall not be installed in direct contact with earth, concrete, steel, copper, brass or bronze. Where aluminum conduit comes into contact with dissimilar metals or passes through concrete walls or floors, it shall be wrapped with 2 layers, half -lapped, of corrosion preventative pipe tape, Scotch 50 or equal. Aluminum conduit threads shall have a Penetrox, No-Ox-ld or equal, applied when installed. 16B3.2 EXPOSED CONDUIT: 16B3.2.1 Routing: Exposed conduit shall be run straight and true to structure lines. Changes in direction of runs shall be made with fittings or symmetrical bends. Conduit in damp locations or outdoors shall be exposed to the air on all sides and shall not be installed tight against walls, ceilings and structural members, etc. Clamp backs and/or offsets shall be used as necessary to maintain uniform clearance. 16B3.2.2 Supports: Acceptable clamping materials for exposed conduit include 40 mil PVC coated one -hole straps and clampbacks, "U" bolts and parallel or right angle conduit clamps. Perforated steel tape, stamped steel one and two hole straps shall not be used. Supports for conduits may be heavy gauge structural steel, hot- dipped galvanized after fabrication, or may be modular aluminum channels, or of fiberglass material. All field cuts or damage to protective coating will be restored. 16B3.2.3 Hubs: Watertight conduit hubs shall be installed where conduits enter the tops or sides of sheet metal or non- metallic enclosure installed outdoors. They shall be non-metallic or PVC coated steel. 16B3.2.4 Drains: Install conduit drain fittings at low points in the conduit system where condensation is likely to be trapped. 16B Raceways Page 4 of 5 16B3.2.5 Seals: Provide conduit seals at all locations where required by the NEC. Seals shall be suitable for the position in which they are installed. Seals located in conduits above enclosures to which they connect shall be provided with stainless steel drain fittings. Only fresh sealing compound from a newly opened can shall be used. 16B3.3 UNDERGROUND CONDUIT: 16B3.3.1 Concrete Encasement: a. Underground conduit runs shall be encased in red concrete. The minimum thickness of cover shall be 3" b. Where conduits rise above grade, the concrete encasement shall extend to 6" above grade. Exposed concrete shall be natural color, not red. Where conduits run through equipment foundations or floor slabs, the concrete encasement shall butt the underside of the slab. c. The top of concrete encasement shall be a minimum of 36" below grade, unless otherwise indicated and must go below conflicts, such as yard piping, if the 36" minimum depth cannot be met. Compact trench backfill to original density. 16B3.3.2 Separation: Minimum separation between the outside edges of conduits shall be 2". 16B3.3.3 Elbows: All elbows shall be long radius type. 16B3.3.4 Spacers: Conduit spacers shall be installed at 5 feet on centers. 16B3.4 CONCEALED RACEWAYS: 16B3.4.1 General: Conduit shall not be installed in or through concrete beams, including grade beams. 16B3.4.2 In Concrete Slab: Conduit installed horizontally in concrete slabs shall be located so as not to affect the structural strength of the slabs. Conduit shall be installed within the middle 1/3 of the thickness of the concrete slab except where necessary to not disturb the reinforcement. Outside diameter of conduit shall not exceed 1/3 of the slab thickness and conduits shall be spaced not closer than 3 diameters except at cabinet locations. Curved portions of bend shall not be visible above the finished slab. 16B3.4.3 Stub -Ups: Conduits stubbed up through concrete floors for connections to free standing equipment shall be provided with a tape wrapped aluminum coupling, set 3/8" above a housekeeping pad, 2" above the finished floor. Wiring shall be extended in rigid threaded conduit to equipment, except that where required, flexible conduit may be used 6" above the floor. Screwdriver operated threaded flush plugs (suitable for pull cords for spare conduits) shall be installed in conduits from which no equipment connections are made. 16B Raceways Page 5 of 5 DIVISION 16 - ELECTRICAL SECTION 16C - CONDUCTORS 16C1[11 LOW VOLTAGE POWER CONDUCTORS 16C1.1 SPECIFICATION TYPE: This specification is a design specification as defined in Article TS -1 of the Technical Special Provisions. 16C1.2 GENERAL: Branch circuit, feeder and service conductors for installation in conduit shall be single conductor, stranded copper. Insulation shall be 600 volt, type THWN for No. 8 AWG and smaller and type THW for No. 6 AWG and larger. Sizes and quantities shall be as indicated on the drawings. Minimum wire size shall be No. 12 AWG. 16C2 SIGNAL AND CONTROL WIRING 16C2.1 SPECIFICATION TYPE: This specification is a design specification as defined in Article TS -1 of the Technical Special Provisions. 16C2.2 CONTROL WIRING: Field control wiring shall be single conductor; stranded copper with THWN insulation rated 600 volts. Sizes and quantities shall be as indicated on the drawings. Minimum wire size shall be No. 14 AWG. Wiring shall be neatly bundled and laced where entering enclosures or junction boxes and shall be labeled at each termination in accordance with the approved schematic drawings. 16C2.3 PANEL WIRING: Control wiring for pre -wired control panels shall be extra flexible stranded, tin-plated copper conductor, type SIS, No. 14 AWG minimum size. Wiring shall be neatly arranged, bundled and laced. 16C2.4 INSTRUMENTATION CABLE: Instrumentation cable shall be a two -conductor, twisted pair or triad, No. 16 AWG stranded copper, with PVC insulation. The cable shall have a bare copper drain wire, aluminum-mylar shield and a PVC jacket overall. 16C3 SPLICES AND TERMINATIONS 16C3.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16C3.2 LOW VOLTAGE CONDUCTORS: In general, all splices, taps and terminations in low voltage conductors shall be made using tin-plated, ring terminal, copper alloy compression type connectors. All such connections shall be insulated and taped to make watertight. However, splices and taps made in 120/240 -volt branch circuit conductors No. 8 AWG and smaller in dry locations may be made using pre -insulated, spring type connectors (wire -nuts). No splices or taps shall be made in any service, feeder or motor circuit conductors unless specifically indicated on the drawings Approved splices shall be wires of the same color. 16C Conductors Page 1 of 2 16C3.3 CONTROL CIRCUITS: No splices or taps shall be permitted in any control circuit conductors unless specifically indicated on the drawings. Terminations shall be made using insulated shank, ring -tongue, and compression type connectors. Terminal strips in panels and equipment enclosures shall be screw type, Buchanan No. 0625. Provide at least 15 percent spare terminals in each panel. 16C4 CONDUCTOR IDENTIFICATION 16C4.1 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 16C4.2 AC POWER CIRCUITS: Branch circuit, feeder and service conductors shall have either color -coded insulation or shall have a ring of color -coded vinyl tape applied at terminations to identify the various phases and neutrals as follows: 480/277 120/420 120/208V Ground Green Green Green Neutral Gray White White Phase A Brown Black Black Phase B Orange Red Red Phase C Yellow Orange (Hi -Leg) Blue 16C4.3 FIELD CONTROL WIRING: Shall be labeled at each termination with a wire marker. Wire markers shall be tube type, heat -shrink type or write -on adhesive type. Wires and numbers used shall be those that appear on the approved equipment shop drawings Wire numbers shall be the same on each end of the conductor. 16C4.4 PANEL WIRING: Panel wiring shall be labeled at both ends of each conductor with a pre-printed heat shrink or tube type wire marker. Wire number system used shall be as indicated on the design drawings. 16C Conductors Page 2 of 2 TRAFFIC CONTROL DETAILS TC CO O •- + oa) TC + O . COO O L 0 3 3 LL 0+ 0 3 + L 00 zw E 0 TL .+w --0' O•- C 0 OCD C •-O0 0 OWL L 00 L(0 a 0 00 DCO C E >0 0 0E 0 0 0 00 O O N C O3 O 7 NOW 000 x N 0) L _ . ▪ 0 L U) C 0) L L 0) 0 +00 00 000 C D 0 0 L 0 030 3 0 C w LW OW >0 0 0 O 0 O on O L ,- 7+ N n O E TO C O LO, 0 L L COW OwL N0 O W00 •- X+ O , + TL L 4- 0 ▪ 0 o O N C ND 0 ' 0-0- '0) JE N ^.000 - G L ._ •_ L UC + an c 0 YO BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical examples for placement of temporary traffic control devices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 2. The development and design of the Traffic Control Plan (TCP)is the responsibility of the Engineer. 3. The Contractor may propose changes to the TCP that are signed and sealed by a licensed professional engineer for approval. The Engineer may develop, sign and seal Contractor proposed changes. 4. The Contractor is responsible for installing and maintaining the traffic control devices as shown in the plans. The Contractor may not move or change the approximate location of any device without the approval of the Engineer. 5. Geometric design of lane shifts and detours should, when possible, meet the applicable design criteria contained in manuals such as the American Association of State Highway and Transportation Officials (AASHTO), "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway Design Manual" or engineering judgment. 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work areas appear continuous to the motorists. If the adjacent project is completed first, the Contractor shall erect the necessary warning signs as shown on these sheets, the TCP sheets or as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be revised to show appropriate work zone distance. 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes justify the signing. 8. All signs shall be constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign Detail G20 -10T) and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. However, the TRAFFIC FINES DOUBLE sign will not be required on projects consisting solely of mobile operation work, such as striping or milling edgeline rumble strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. WORKER SAFETY APPAREL NOTES: 1. Workers on foot who are exposed to traffic or to construction equipment within the right- of-way shall wear high -visibility safety apparel meeting the requirements of ISEA "American National Standard for High -Visibility Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard performance for Class 2 or 3 risk exposure. Class 3 garments should be considered for high traffic volume work areas or night time work. SHEET 1 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC(1)-14 E IL E. bcsm-14. dgn ©TxDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 4-03 5-10 8-14 9-0 7-13 DIST COUNTY SHEET N0. cO 0.- ,L .- wL 00) +0. O CU L 0 7 LE 0+0 • + 00L O - z«0 TLO .+w +—D 0•-C .0 CD OC- U C D •-ON O ow L L L L o- L N 000 —WO LO)D E N 7 L C N O DON C + W - — O 7 NOW 0000) 0) L .0 L O) OWL +0)0 T00 n+•- O N 3 0 LO) WWL Ono Off+ N O. O VC0 L 00- 0 DLL COW 04-E N O 0 O WOO ._ X+ +D TL DO 0 O D NC NO+O w7EN Q L • •- J L C) C N C 0 YO WHITE BLACK R=.44" R=.13"fir K- R=. 75" c/• - T Qt T' . R=1.5" ,— WHITE \\ R=.26" .31" 1.. 1.68".I67"1.68".167"1.68" 6.38" N m N 1 V / 1' r• 0n N 0) In M 1"x.31" 8.38" 9.. COLORS: FLUORESCENT YELLOW BACKGROUND - BLACK BORDER AND LEGEND ORANGE FLUORESCENT BACKGROUND - BLACK LEGEND, BORDER AND SYMBOL 4.9" 19. 7" 6" 24.5" 4.94 20" 20" 20" 3.5;' 12" y.8r6.3�2.8" 11.7" .8" 60" 14.6" 3.5" vi 0 N nL- O t0 M v 1 4) 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Yellow; [STAY ALERT] Font: D 3.0" Radius, 1.25" Border, 0.75" Indent, Black on Orange; [TALK OR TEXT LATER] Font: C specified length; SIGN DETAIL (G20 -10T) THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http://www.txdot.gov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) TRAFFIC ENGINEERING STANDARD SHEETS Only pre -qualified products shall be used. The "Compliant Work Zone Traffic Control Devices List" (CWZTCD) describes pre -qualified products and their sources and may be found on-line at the web address given below or by concocting: Texas Deportment of Transportation Traffic Operations Division - TE Phone (512) 416-3118 SHEET 2 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC(1)-14 FILE: bcsm-14.dgn ©J OOT November 2002 CONT SECT JOB HIGHWAY CEVISIoNS 4-03 5-10 8-14 9-07 7-13 DIST COUNTY SHEET NO. TC 0o O TC + O . C U 0 O N 0 LL O+ - 3 Z -E 0 TL .+w - 0, 0•- C 0 O N - O c 7 + 0. N O N L 0 0 L L a 0 000 N 0 L a) D OE 0 7 L C N 0 N 0)O+ C w0 - O 7 0 X 0 X 0 X0) L _ . ▪ U L 0 0 L + 0 0 O 0 TNC 9 0 O DL0 0 3 0- L w L 0 > 0 0 > O O 0 a 0)1_ N 7+ N a O L TO 00 L w O O D 0 L C O 0 OWL un- O 00 0 X+ L I- -0 D TL `-00 O D 0 C 0D O 0 N O + 1,3E0 N N N •- L U C + t/) C 0 Y 0 W W I- J 0-- C) w a N 620-9TP 3E 3E XW- TJX CC N O zr, W 3 0 W.. X W : a^ In J O 0 v 0,(0- J0)C C-- 0 0 0•C C -3 D • 0 2 a) L L 0 0, C O + U CO2 -03 - CL Z -U3- WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS CO 01.01 00 300 ox Cc= 3E 3E62O-6T * * w O /).=- 0 + N a) "0 -0 L C "O 0 0 0 + L L C • C •E j _ J N N N ▪ m L 0 O CJ O > C shout 0 C ▪ n - N O E 0 0 U L C 0. 0 0 N + C C 0 o L a) 0 O L 0 0 O O 0, L + C 0 0 w 3 0 X O a) 0 + N m 0 '0 o O n 0 N 0 0 Y 0 L > 2 O D O - C E - v o C a) U — C U 0•- co > E 0 a L0 C a a 0 0 0 3 N 0 O L a) o N + C 0 L 0) 0 7 •- N O N 0 -- O 0 N a) 0 E U N •- C 0 - 0 0 0 + 0 N V 0 •- 0 0 > O a •' a) w O D O 0 L 0)a no) o C C 0 0 •- +0 + N O X - O C 0 o •- C O L 0 0 0 0 + 0 L CC •- L 3=3 U sheets for LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS w J 0- 0 0 STAY ALERT TALK OR TEXT LATER 0Z 00 3 N CO z� Cp % * 620-5aP CC * *% R20-5oTP D W W d" � J X * * CO 0- O- 0" 0 E O 0-X W M TJX m 3 0 LEGEND Type 3 Barricade Chonnelizing Devices Sign See Typical Construction Warning Sign Size and Spacing chart or the TMUTCD for sign spacing requirements. I� O O i X V) w 1- O z 0 4 I- a C▪ ) O L ma C O L O N - L C 03 O Z L 0 tbL tl) Li fl 0 • t O0 c�- • -'p C-2 Q �3 N O - a T • a a - - W N o (Jen a a,4- I- N .-W 0-0 Win 0 * f.) C4- 04 - OL wOL - C N 4- C 0 0 L 0 w 2 N - *e O cr OV O D W O 000 C• O w OC 00. - WO a - L 0. L O 4-+0 O OL OVC L CO 400 4- 0 a t E N 0 L 0 0 7 0 L O - C - o ON t L C •-0 - - 0) 3} 00 0 N 4- 0L U 4- C L 1- 0 0 9 0 0 N L 9 t D 0 , 0 t 3 O 0 0 •- 0 0 0 0 0 0 0 D O, N C E 0 D C a •- C C (7 0 L 0 0 0 0 3 0 > O N T + a L O 0 w 0 O O L O = 0 0 00 E z L W •- L ID 0 0+ Z C 0 +.0 0 •- 9 0 0 0 3 0 0 W4- 4- NL 0 C +0]•-- O 3 L 0•- 0= 0- 0 - L 0 O - a + + L D o. 0 0 0 7 • 0 O. C co 0 > 3: 0 +A w - O 0 O T+O4- L am00 0 0 ZID L Z-E+o a C 0 0 n W •- L L O O, 0 0 = 0 J O+ Q OL N O X L CC E N O 0 + 0) 4- + O O L) 0 0 0 N 0)L 0 •- C L L•- 0) C 3 C L O'++ a- 00.- 0,_ _ 0 L t > v) E N N 0 3 O, + 0+ L .- U 0 0 ._ W-000-0 0 0 D- E + i in - - 0 N 0 0 , a•- 0) (3 CO L J D N 0 0 E 3 -- C+ 0 CD N L = 3 3 - 0 0 0 W O 0 Z 0 L= - 0 0 0) 0 L+V)0L- N 0) (A W L 3 - 0) L 0 J 0) 0 0 0 •- L 0 + L a 3 O 0 0 0 0 D 0 0 0 + D 0 0 0 0 0 D O 0 X C L U) 0 L 0 •- O 0 0 0- Z 7 0 0) L 0)- + 0 0 0 + t- X (A C E O O L t 3 C Q W •- - 0 9 0 co 0 O Z D 0 0 m U 0 >0 = -01_0,0 9 0 0+ 0 - 0 0 0 3 O a •- 0 0 0, + •- L 0 0: 0 0 L L •- 0 >, 0 0 t 0 0 t Z 0 0) 0) E- •- kers are SHEET 3 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PROJECT LIMIT BC (2) -14 F IEE. bcsm-14.dgn DN: TxDOT 0: TOOTDW: TxDOT 0: TxDOT ©TxDOT November 2002 CONT SEG, /0) HIGHWAY NEVI SIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC O O u) + L Oa) +C O CU 0 N O N L N 3 LL O+ N 3 L 0 0 Zw E TO .+w +— 0) 0 - C < 0._ 0c - U 0 0) •-ON 01_ 0 0u) L Oa L L N a m Oa 0 C E L a) NE N 3 L Cu)0 N 0)0+ C - 0 3 N0 N 0x a) X- L a) L 41) a)N L + N 0 0 0 T u) C n O - LL 41)30 C w L a) > 0 0 O 0)L 3+ N a O TE a C 0 L0W 0 a L L C0 a) Ow.c N0 O 0 NO O 0 X+ L ti + L TO + D O O a a C >D+O O_ O W 3 E N _,>„) N L U C + Vt O Y O W W H J a '- 0 T -INTERSECTION 04 C40 s O CC 4' 0 LC, O O CJ U Y Z 0 Z O O � N LB_Wco L=_2 - Op d O , u1 O O U cc LIMITS AT T -INTERSECTION L• u) a) 0 a E al 0 0 3 C 0 C 0 u) Le) N u) E L 0 L 0 a) 0' 0 0 C •- C a- 0 3 0 u) > 0 C 41 0 0) 4.41 0) 0- C E 0 1 U) L 44) w- C - 0 0 0 - a L 0 0 L 0) u) - = 0 04>0>4.04 0 u) 0 L L 0) a) - `- a 0 u) u) + 3 0 +•- L 0 0 0 C L O - 0 E a L - L Y •- N V) 0 0 C 41 0 C 0 a) E L > u) - -� + L 0 a L 0 0 L E 0 a 0 0 O 0 0 O O 00 •-0 L + 3 L 0 w a > 3 N - N C- + + C - `- L L 0 4 U •- O 411 O v 0 L 0 0 00 - 0 L 0 3 0- C 3 E E L u) w •- 0 > C a C 0+ a a L N= L 0 3 L - 0 0+ 0 •- O L 0 00 040)00-0 3 0 O N L •- W + N 0 O' L UO' 3: E O w 0•-+ 0+ 0+ C a C a + - O > C 0>4-00 •- 0 0 0 u) L 0 3 0= - L 0- 0 04 0 0 0 0 C + O 0 O tel 3 0 41 L L L a a o •- O O <n T+ L N + •- > + 0 3 N 0 4.,.)<4-X'0 0 0 0 0 -0 - - L 04+ = 0 O N L 40-000 C + a) C 0 a 0' 3 1- C 1- L L 0 0 a L T •- tti a) 0 41 0 L 0 L a 0 L- 0 0 0 0 C _' , 0+ L 0 0 a a n L L 3 N L •- u) 3 U) a Z u) 0 u) 0 + L •- - + a L + 0 O N 04304-040 0 a N 0- 3 •- O al C L al 3: = 0 0 3 000040 0 al O L 0 w w - U u) •- 41 0 0+ L 0 L 3 + C 0= C u) 0 O U + L C a) O 0 L 3 a w- 0 > C L 0 C - 0 00 - L 0 0 0- 0 •- 0• - 0 0 C 0 0 L+ N 0 a 0 4) 0 3 \ L L •- U L C L N a 0 0 x •- 0 •- O L+ E 0 0 0 T U L 0 - 41 0 C- 00-4-0 -- L C L.0 a •- t0 = >5 L a) - 0 - + + 3 a - a U) M< ti C 0 u) O4-'--4-4- 0 0 0 0 a s 0 0 M= 0) 3•- •- 0 3 0'- L 3 L L O 0 a - x 0 41 0 u) L 3 u) C W a Y 0 L V) 0 41 0 ..u) L + = 0 0' - N 0 0 0 ......1 _1 0 - 1- 0 u) 0 a) O *E- .< 0 0 t0 •- a T C 0 W 0- 0/ C C 04 a) L L 4' LL- O •- L 0 Y u) 3 3> L a u) 3 u) 0 0 E T O+ O' u)0 0 41 L a o +a + - L O N 0 0 41 N 0 V 0) 0 U 0 L 0 - tti 0 E C a L O - 0 L .. u) O N 0 0+ 0 0 a N 3 0= 0 0 N W 0+ L 0 0 a+ L L C V) L 0 u) ' L a 0 + 0 a 0 0 -0 0 0 0++ 0 0+ a) 0+ U 0 0 Z 0 L Z L 0 •- 0 a U N 0, - - a) L 0= 0 u) 0 O + .0 + J _ u) CO U C - > u) 0 = 0= 3 0 0 0 •- 3 a C '- 0 •- N L a L N C E 0 - a) '--' a) - - 3 a 0 m `4- 0 0-4-40000 C 0 L\ L to + 0 0 O N L -+ C 0 41 •- L+ W a) L C 0 L V) T •- 0 IW 3 0 J L 0 0 •- Y 0 0 0+ u) = 0 E = 0 a) 0 + a) L a 0 0' N L •- a E L a s 0 0 0 M C + 0 0 -O + 3 0 0 0 - L•- w•- C L 0 L u) -- 0044-4-00 a) O' 0 C X 0 0) 0 + L C 3 0014.4-000 '4300>'> C U + E 0 u) 0 u) CD -00 4-434.430* 1-00 w C 0 0 3 3 0 00 N C - U 0 L 0 X+ U . •- C a a) E a T9 O •0)- a o a L N L Z N u L w a N a1 L 0 0 0 0 0 0 •- a) •- W C I-+ V) L ti w 0 L N + .- E+ . w 3 L + 0' 0 Y 0 0 0 3 L O N E C a) - + ul u) •- . C a 04+ L L 0 a) 3 0, 4-.>E' 0 L •- 0 u) u) L O 0 C + u) 0 L 0 1., - ._ 0 0 3 0, E .00 x + 0 0 3 E 0 u) 0 3 E+ Ow1,0-0,->04-00)0 - 0 a) 0 0 --. 0 04 0 •- C 0 0 a) •- C 0 a) + 0 L Y u) N C •- D - > U - C 03040)00 a u) 0 0 0 L- N L a- O)a 0003 00000 + O• -a) 0 0a)0 0 T' 00>04-00 •- L T V) O' > u) •- a) 3 O Ta) +O W+ O V1• -w L a u)+ C = a L + E C- O Vt N C- 0 00 N C •- 3 0 a) 0 aJ - 3 0 3 a M - 41) 4' a) 3 a+ 0 u) 0' a 0 C a) + 0- a) 0 aL U 04000004>) 0-L04-0 LOC -00 04040 -- 1 -E00 -0,E M> O L O N -+ •- a> 3: N •- N r'1 V l0 s O L 0 + 0 L 004 + a) L 0 L 3 0 41 a) 3 0 0 U u)a+ U 3 0 0 0 a) 0--0_ a + L a 0 = w u) a) 0 — a a L L + - 0 C + + 0 0 0 0 L L L T -+ 4) - 0 0 a) J C - L L H a 0 u) 0 + 0 a) C + .- 0 + 0 0 L I 0 000- 0400 L + Ni a a C + U 0 0 L 0 0 u) -- L a) •- O a) 3 T L+ U a 0 0 C + 0 0 L 0 0 a) a) 0 L u) w L L + L O 0 a) L + 0 + C 0 w L - 0 0 a 0 u) 0. 0 +M u) 0)C U - 0 CD V) O) u) m a w •- L L T J 0) 0O al) C 0 + _ a• -C Cv C T - L X I- O 0 L i+ O O - I-0 00 a a, - - N E+ 0 C w 0.0 0 • - Z o T 0 + L N + 0 41 O N Y U ° E a 9 0 V v 0 L a L + C 0 0, L L a) a) a 0) O) O) 0 0 0 0 u) 0= V) 0 U W 0 W + 0 C u) 04 Y O a - a L L - Z 0 a) L 0 O CU 3 3 0 u) C 0 location will determine C 3 C 0, 0 0 u a L a a) 0 0 L O a) + 4- _ + L 0 L u) a) 0, a) 0 L •- C u) N H L •- 0 (3 du) L C 0 3 w 0 a > al L N u) a 3 I N LEGEND Type 3 Barricade Channelizing Devices C 0) See Typical Construction Warning Sign Size and Spacing chart or the TMUTCD for sign spacing requirements. I� o i x O SHEET 4 OF 29 �.a Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PROJECT LIMIT 0.. X — a0x ° U X BC (2) -14 a U W 0 O' CO Z C - FILE: bosm-14. don DN: TxDOT K: TOOT D/R TxDOT K: TxDOT Z N Y C O a) ¢ 0' ©TXDOT November 2002 CONI SECI Joe HIGHWAY U u) O•- _ — 3: u) REVISIONS 9-07 8-14 DIST COUNTY SHEET NO. 7-13 TC 0 0 0 L a<ll +0 0 0 U > O 3 L N 7 0L O+ N 3 + L •- z. -E 0 TL .+w +- 0+ U•- C WW - OCD 0 •-O 0 OL OL U W L N L L 0 a 0 00 DCO - 0 0 LW -0 0 0 0 3 L CWO -0) 0'00 C W H ± 0 3 000 0 0 0 x- L 0 _ . 0 0 OWL > L L L + > + 0 0 00 TNC n 0 0LL 0 3 0 C w La) 0 0 L >00 on 00L 0 D+ 0 n 0 •- E TL 000 Low 0 0 L L 0 o 0 + 01-0 N0 O 0 000 0 X+ L ti + TL L 0 0 o a WC 00D O W3 7 6 E > N -.W00 L._._ L U C + t/) C 0 Y 0 O TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING 1.5.6 SIZE Sign Number or Series Conventional Road Expressway/ Freeway CW204 CW21 CW22 CW23 CW25 48" x 48" 48" x 48" CW1, CW2, CW7, CW8, CW9, CW11, CW14 36" x 36" 48" x 48" CW3, CW4, CW5, CW6, CW8-3, CW10, CW12 48" x 48" 48" x 48" SPACING Posted Speed Sign Spacing MPHFeet Apprx. ) 30 120 35 160 40 240 45 320 50 400 55 5002 60 6002 65 7002 70 8002 75 900z 80 10002 3 * * For typical sign spacings on divided highways, expressways and freeways, see Part 6 of the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD) typical application diagrams or TCP Standard Sheets. A Minimum distance from work area to first Advance Warning sign nearest the work area and/or distance between each additional sign. GENERAL NOTES 1. Special or larger size signs may be used as necessary. 2. Distance between signs should be increased as required to have 1500 feet advance warning. 3. Distance between signs should be increased as required to have 1/2 mile or more advance warning. 4. 36" x 36" "ROAD WORK AHEAD" (CW20-ID)signs may be used on low volume crossroads at the discretion of the Engineer. See Note 2 under "Typical Location of Crossroad Signs". 5. Only diamond shaped warning sign sizes are indicated. 6. See sign size listing in "TMUTCD", Sign Appendix or the "Standard Highway Sign Designs for Texas" manual for complete list of available sign design sizes. SHEET 5 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PROJECT LIMIT BC (2) -14 FILE. bosm-14.dgn ©TxDOT November 2002 DN. TOOT Co:Tx0O0DW. TOOT Ho: TxDOT CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET N0. TC C O O •- 41 4 L 00 +0 O U 0 0 O 0 L a) 3 0L O+ N 3 L •- z�E O TL .+4- , - +- 0) 0•- C < .- 0 0 C U 0 3 0 0 + 0. 04) L 00 L L 0- 0 00CP0 4 0 L0D NE 0 3 L C 4 0 - 4) O) O + C w 0 O 3 0 0O N X X XH L L _ . U L mL > L + N 0 0 0 T)0 C 40 O DLL 0 3 0 C 4- L 4.) La) > 0 0 O a 0L N 3+ Na0 E TL D co 00 0 4 O D 0 L 0 O 0 04L N 0 O 00 o -X+ L - + D TL 4 4- 0 O D 0D+O 01 NO 0 3 E N 0 4 N J +'_ •_ L 0 C + an c - 4 0 Y O W W H J < 0 W • au I g(Z N} • —1 nJ T a d eC • I—:2N — c L > • M. $ g .V 0.0 0 J `o > N L 0 O 4) c n ac i + ,-LLI C -I- C t W o� C N O — O 0 � i .c C N v ID W L2 Z ,2 } } N CO D " t CO °- 00 Cr N a. _C C 0 t 0) U Yr,Q� .o o cc 2 60 ta C ._ I.1 'Oa ° Q ai V N N 0 C U) Q 0 0 D [ p"' 0 CN L �I dg -C 0 > . O LO T o Vo`& } 3 N e 02 N •- L > J a -_ O O CI_ oo co 0 o U Q ~W . 0,c 0 O 0 L ' J D 0 Q •E2 " - D •-1 .0 > Cc 4— " y4)y0 0 IAV 0 CIO OC pi o If 0 4 a0w� V1 00 30 s'0 w a N 33, 3 0 Yz 00 GENERAL NOTES GUIDANCE FOR USE: T C O 0 0,n E + 0 0 3 0 + 0 D O L 44 - N 0 c 3 n o 0 •E o a 0 0 a) 0 3: 0 0 - L 4) U- O a 4 ) O 0 C C =- - O L 0 0 +O c a 0 0 M 0 0 0 a. -.0i NN U E 0 0 a 0 . 0 L C 0 a)+ 3 - L J v)N O Y N 0 O > D.-. O 001 0 + 0 0 0 0 E 0L D v aw 0 N C 0 T N 3 0 E 0U 0 TL a) +0m UN 30 "O 0 0 O T•_ 0 O. O O - C 0 0 <= O 3 m C O O 3 4 0 0 0 0 0 - C ¢ M 0 0 0 0 0 0 O0 3 a) 3 Y._ _ _ L D L a a) a >e 0 0+ 0JD O= 0 0 > L E- 0•- - •- L 0 L U 0 0 0 4- 0 D 0 O 0 + 0 0 Z a 3+ 0 0 L 0 L 0 0- 0 0 0 0- L D 0 0 a) 0 0 W 3 >¢ m - O L 0+ C C 0 0 0 d 0 0 W 0 •- a '-'3 0 3+ 0 0 0' 0 0 0 0 - 0- L 3 0 0C C 0> 0. D 00 4 -0 L0 0�0•- L 0 0 N •- •- L •- U a) C U 0 0 C- 0 0 - 0- E E C a) L Q• a C+ •. 4 -- v .N 0 + - U 0, 0 0 •- 0 0. •... +D 5 - fV - 0 0+D 00 + C •- E 0 0- L 0 + D 0 0� 0 0 0 L C 0 0- - a)• - a) L •- 0 0 L 4 D 0 00 0 - C •- O O U C tt E a E - 4) N C C C CZ U 0 0 0 0 C •- -41 - O 4 -Oo -. 3 OL 0D 0+E 0 + O N N N c E o 0 O O 0 + 0+ O O 3 0 0 0 0 D 0 000 ora) 3 a) -� L 4) -°0 O 0 a4 O N a) 3 C a - a) D 0 + a) O 4) O L U E a) L 0 - O 0 0 V) C 0 0 a X E D 0 C •- - a3 a+ 00 0 L N 0 -} CO- d -a --O4) r.3 = L 0 0a) 013 LO -}N0 0 •+- 0 0 a+ aU Ca) E C L - 0 0 4 0 3 0)- O •L N0 0 O D O a) 0•E 0�+U aC 0 C a 0 0 O L E C O a) C N N D 0 0 0 00+ O 3 ES O 0,0 D J 0 0 0 0 0 0 L 0 0 0 a) . 3 L 0 •- C L L N Y L Y C C L 0 0- 0 Y L O 4 0 + E+ 0 D O 0 D 4 a •- 0 0 3 a) U a) N N O aJ O N - D C 0 O+ - O D D a 0 U_ 0+ + 0 0 - N 0 0 O 3 C 3 C 4) N C C 0 D - T C O L v) L C C a 0 O •- O 3 O O O C= - 00 O a) a) 30 a T•- T O aJ L T a) O W+ - 0 L- 3 0 0 0 U L+ L E C O 04-4- L> •- 0 0 0 0 0000 L 0 C 3 0 0 OE 04 C E E O•- 000 Q•0 3 0 00 a v 000 0 000 0 L 0 3 D 0 0 0 0 ••- 0 3 - 3 0 3 0 O N 0+ L -E 00 3 O 0 - 0 Y D - L •C O- 0 0 a D E •- 3 �0 3 •— 0+ 0 0 M 3— •L a •C a) L J W 2 J V) a) Y D 0 0)0 0C a) )0 N 04- DO L L L U a) L L co C 0 O 0 •- a 0 a) a) 03:0 �a) a 0 0 0 Cr 0 Cc E 0 a W Cc L = 0 < CO U C) W 0 3 O N • 0 N r•1 0 ti m O �c J 0 LL1 W tL V) W z 0 IV N 0 +0 Y CP O 0 O O C 0 0 0 0 3 •- D D a) O+ T E 0 0 a) 0 L 0- •- -00 0 0 0 3 L 4- a L+ 0 0 0 0 0 0 O, 0 4) O N o 0 ++ 13 O 0 0 O i 0 O •- N 0 0 0 0 0 3 0 3 E 0 0 0 L O 0 0CU N D3 U 0 0 0+4 0N - Y 0 0 +0 O)OD 0 L 0 3 •- E U 0+ 0 0 O•- +2 -°8 0 + 0 0 O�•+ 0 O + t0] O + 0 0 •- 0 0 0 0 D N 0 J -) O N CP 3 > 0 3 T 0 0 0 0 0 T a 0 0 0 0+ 0 0 a 0 E D 0 C o 0 0 + 0 0 0 � D+ 00 0 E E a 0 E L 0 0 0 a) •- 3 C a) 0 0 N+ 00 . C 00 00 T+ 0Y NO+L3 a 0 3 0 0 0 a 00 0 0 0 00 D D a) 3 C a) C 0 •- v) 0 0 00 0000•- 0i+ L 00 0000 +- 0 L 0 0 0 00 L 00 a) - E - 3: •- a) 0 0 0 0 a) 0 a 0 L 3 3 L D 0 C 0 U 0 c 0 + 0 . 0 0 - 0 0+ 0 N 0 a 0 0 L 0 0 0C a Y+ 0 0 0 L - O } L C0+ 0 0 0 •- D 0 C 0 0 0 0 00003 O •- C 3 0 0 0 > L L 00 0 T 0 0 •- D 0 a+ 0 L C 3 U C 0 0 0 0 0 0 0 0+ L +0 + a) L L 0 0 a w 0� O N T"03 0 3 0 0 0 0 L 00 0 +0 00 a) C0+00 L 0 0 00 3 0 CT + L -•- O•- 0 D 0 0 4.3L 00+00 0 4- 0 0 a)4 0 -+ 0 0 10 0+ c 0 0 1- cr 0 2 T 0 - O 0 0+ + L C O O O O C V0 0 0 4- D C T 4- C 0 + 0 L 3 u 0 0 0 D > > "00 0 0 C O D 0 C U > O O 0 D 0 0 + + 0 0 0 0 3 D 0 + a 0 a) 0 0 OO a O n 4- 0 0 N -0. 0 w2 N "0 n 0 0 n 0 0 T 0 0 a > 0 N - 0, 0 00 . 0 ++ L L L •E 3 3 + + 0 - - D U c m E> 0 m v• > 0 3+ J U E 00 0 0 0 0 0 0 0> 0 0 C 0O•- a L 0 . 0 a V 3 L 0 ON - O O 0 C - 00 0 0 3 0a) 0 U 0 0 0 O C 30 0 Y 3 N 0 3 0 0 00 C O• C00 a) 4 3 0 E 0 0 O> a 4 _ + N _ E } O u)+ a) 0 m c a 4 + L 0 0 a) N t 0+ 0 0 0+ 0 0 L OU) 1 •- 0 E a - SHEET 6 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (3) -14 FILE: bcsm- 14. dgn DN: 0: ©TxDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC CO 0.0 0 0 00 TC + O . C U 0 O o L d.33 0L O+ 0 3 0 0 Z E 0 TL . +- 0, 0•- C 00— OC 0 •-O7) +O0 07O) L 00 L L a 0 0 O 0 OcE C E 00 0EE 074_ 000 mo0 m C wO— O 0 000 000 4) L 0 _ . U L 0 N > L +v0 00 T0) C 11 0 ML 0 0 0 O C w L N OW >0 0 0 O O 0n CDL )- 7+ N a O E TO 00 L 4- La 0 L L 0 cam awL N0 O O 000 -x+ L ti + TL L 4- 0 O o a 0c ND O W 7 E N 000 - G L U C an c 0 Y 0 O LULU 1—J 01.J_ Travel lane edge TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 7 0' min. 9.0' max. Paved shoulder Travel lane edge 2' minimum from Curb n 7.0' min. 9.0' max. Paved shoulder * When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and plumb. Objects shall NOT be placed under skids as 0 means of leveling. When plaques are placed on dual -leg supports, they should be attached t0 the upright nearest the travel lane. Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. Support shall not protrude above sign Support shall not protrude above sign ATTACHMENT FOR SIGN SUPPORTS Sign supports shall extend more than 1/2 way up the back of the sign substrate. FRONT ELEVATION Wood, metal or Fiber Reinforced Plastic Splicing embedded perforated square metal tubing in order to extend post height will only be allowed when the splice is mode using four bolts, two above and two below the spice point. Splice must be located entirely behind the sign substrate, not near the base of the support. Splice insert lengths should be at least 5 times nominal post size, centered on the splice and of at least the same gauge material. la‘naktialISUMSW OR INUMAWAIMMOMMIMMIAM SIDE ELEVATION Wood Attachment to wooden supports will be by bolts and nuts or screws. Use TxDOT's or manufacturer's recommended procedures for attaching sign substrates to other types of sign supports Nails shall NOT be allowed. Each sign shall be attached directly to the sign support. Multiple signs shall not be joined or spliced by any means. Wood supports shall not be extended or repaired by splicing or other means. STOP/SLOW PADDLES STOP/SLOW paddles are the primary method to control traffic by floggers. The STOP/SLOW paddle size should be 24" x 24" os detailed below. 2. When used at night, the STOP/SLOW paddle shall be retroref1ectorized. 3. STOP/SLOW paddles moy be attached to o staff with a minimum length of 6' to the bottom of the sign. 4. Any lights incorporated into the STOP or SLOW paddle faces shall only be os specifically described in Section 6E.03 Hand Signaling Devices in the TMUTCD. CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS Permanent signs are used to give notice of traffic laws or regulations, call attention to conditions that are potentially hazardous to traffic operations, show route designations, destinations, directions, distances, services, points of interest, and other geographical, recreational, or cultural information. Drivers proceeding through a work zone need the some, if not better route guidance as normally installed on a roadway without construction. 2. When permanent regulatory or warning signs conflict with work zone conditions, remove or cover the permanent signs until the permanent sign message matches the roadway condition. 3. When existing permanent signs are moved and relocated due to construction purposes, they shall be visible to motorists at all times. 4. If existing signs are to be relocated on their original supports, they shall be installed on crashworthy bases as shown on the SMD Standard sheets. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards. This work should be paid for under the appropriate pay item for relocating existing signs. 5. If permanent signs are to be removed and relocated using temporary supports, the Contractor shall use crashworthy supports as shown on the BC sheets or the CWZTCD. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards during construction. This work should be paid for under the appropriate pay item for relocating existing signs. 6. Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction equipment shall be replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be subsidiary to Item 502. k 24 Background - Red Legend & Border - White k 24 Background - Orange Legend & Border - Black SHEET 7 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC(4)-14 FILE. bcsm-14.dgn DN. TxDOT sic: 0x00T H. TOOT 7): TxDOT ©TXDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET N0. TC CO O •N 4-L OW TC +o COO O N u_>3 0L O+ 0 3 + L •- 00 zw E 0 >, L .+w +- O+ O•- C OW- OCD N-OC7 •-0 0 +nL OWL 00 LLW d 0 DCC O C E - N 0 LW -0 NE 03L 000 0'00 C w , ± 0 7 NOW 000 XH L 0 Lm OWL L > L +00 00 TNC D 0 O 00 0 030 L w LW OWL on on 000 N 7+ 000 E TO -0C LOw O L L COO N0 O NO 0 x+ 0, + 0 TL `-00 o O OC 0)00 NO+ W 7 E N -000 L U 0 + an c 0 Y 0 O GENERAL NOTES FOR WORK ZONE SIGNS 1. Contractor shall install and maintain signs in a straight and plumb condition and/or as directed by the Engineer. 2. Wooden sign posts shall be pointed white. 3. Barricades shall NOT be used as sign supports. 4. All signs shall be installed in accordance with the plans or as directed by the Engineer. Signs shall be used to regulate, warn, and guide the traveling public safely through the work zone. 5. The Contractor may furnish either the sign design shown in the plans or in the "Standard Highway Sign Designs for Texas" (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are shown in the TMUTCD but may have been omitted from the plans. Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's Responsible Person. All changes must be documented in writing before being implemented. This can include documenting the changes in the Inspector's TxDOT diary and having both the Inspector and Contractor initial and date the agreed upon changes. 6. The Contractor shall furnish sign supports listed in the "Compliant Work Zone Traffic Control Device List" (CWZTCD). The Contractor shall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recommendations so the Engineer can verify the correct procedures are being followed. 7. The Contractor is responsible for installing signs on approved supports and replacing signs with damaged or cracked substrates and/or damaged or marred reflective sheeting as directed by the Engineer/Inspector. 8. Identification markings may be shown only on the back of the sign substrate. The maximum height of letters and/or company logos used for identification shall be 1 inch. 9. The Contractor shall replace damaged wood posts. New or damaged wood sign posts shall not be spliced. DURATION OF WORK (as defined by the "Texos Manual on Uniform Troffic Control Devices" Port 6) 1. The types of sign supports, sign mounting height,the size of signs, and the type of sign substrates can vary based on the type of work being performed. The Engineer is responsible for selecting the appropriate size sign for the type of work being performed. The Contractor is responsible for ensuring the sign support, sign mounting height and substrate meets manufacturer's recommendations in regard to crashworthiness and duration of work requirements. a. Long-term stationary - work that occupies a location more than 3 days. b. Intermediate-term stationary - work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting more than one hour. c. Short-term stationary - daytime work that occupies a location for more than 1 hour in a single daylight period. d. Short duration - work that occupies a location up to 1 hour. e. Mobile - work that moves continuously or intermittently (stopping for up to approximately 15 minutes.) SIGN MOUNTING HEIGHT 1. The bottom of Long-term/Intermediate-term signs shall be at least 7 feet, but not more than 9 feet, above the paved surface, except as shown for supplemental plaques mounted below other signs. 2. The bottom of Short-term/Short Duration signs shall be a minimum of 1 foot above the pavement surface but no more than 2 feet above the ground. 3. Long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. 4. Short-term/Short Duration signs shall be used only during daylight and shall be removed at the end of the workday or raised to appropriate Long-term/Intermediate sign height. 5. Regulatory signs shall be mounted at least 7 feet, but not more than 9 feet, above the paved surface regardless of work duration. SIZE OF SIGNS 1. The Contractor shall furnish the sign sizes shown on BC (2) unless otherwise shown in the plans or as directed by the Engineer. SIGN SUBSTRATES 1. The Contractor shall ensure the sign substrate is installed in accordance with the manufacturer's recommendations for the type of sign support that is being used. The CWZTCD lists each substrate that con be used on the different types and models of sign supports. 2. "Mesh" type materials are NOT an approved sign substrate, regardless of the tightness of the weave. 3. All wooden individual sign panels fabricated from 2 or more pieces shall have one or more plywood cleat, 1/2" thick by 6" wide, fastened to the back of the sign and extending fully across the sign. The cleat shall be attached to the back of the sign using wood screws that do not penetrate the face of the sign panel. The screws shall be placed on both sides of the splice and spaced at 6" centers. The Engineer may approve other methods of splicing the sign face. REFLECTIVE SHEETING 1. All signs shall be retroreflective and constructed of sheeting meeting the color and retro -reflectivity requirements of DMS -8300 for rigid signs or DMS -8310 for roll -up signs. The web address for DMS specifications is shown on BC(I). 2. White sheeting, meeting the requirements of DMS -8300 Type A, shall be used for signs with a white background. 3. Orange sheeting, meeting the requirements of DMS -8300 Type BFB or Type CFL, shall be used for rigid signs with orange backgrounds. SIGN LETTERS 1. All sign letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FHWA) and as published in the "Standard Highway Sign Design for Texas" manual. Signs, letters and numbers shall be of first class workmanship in accordance with Department Standards and Specifications. REMOVING OR COVERING 1. 2. 3. 4. 5. 6. (. When sign messages may be confusing or do not apply, the signs shall be removed or completely covered. Long-term stationary or intermediate stationary signs installed on square metal tubing may be turned away from traffic 90 degrees when the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any intersections where the sign may be seen from approaching traffic. Signs installed on wooden skids sholl not be turned at 90 degree angles to the roadway. These signs should be covered when not required. When signs ore covered, the material used shall be opaque, such as heavy mil black plastic, entire sign face and maintain their opaque properties under automobile headlights at night, Burlap shall NOT be used to cover signs. Duct tape or other adhesive material shall NOT be affixed to a sign face. Signs and anchor stubs shall be removed and holes backfilled upon completion of work. SIGN SUPPORT WEIGHTS 1. Where sign supports require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand should be used. 2. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. 3. Rock, concrete, iron, steel or other solid objects shall not be permitted for use as sign support weights. 4. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. 5. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) shall NOT be used. 6. Rubber ballasts designed for channelizing devices should not be used for ballast on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supports of the traffic control device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. Sandbags shall be placed along the length of the skids to weigh down the sign support. 8. Sandbags shall NOT be placed under the skid and shall not be used to level sign supports placed on slopes. FLAGS ON SIGNS 1. Flags may be used to draw attention to warning signs. When used the flag shall be 16 inches square or larger and shall be orange or fluorescent red -orange in color. Flags shall not be allowed to cover any portion of the sign face. removed or completely or other materials which will cover the without damaging the sign sheeting. SHEET 8 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC(4)-14 FILE: bcsm-14.00n ©TXDOT November 2002 EN. TxDOT c-:TxDOToW: TxDOT 0-: TxDOT CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. 102 I TC C O o •0 0 L o> TC + O U 0 0 O 0 L N 7 0L O+ 0 3 00 Z E 0 TL .+4— A— — +- 0, U•- C 0 0 C U 0 0 0 N O N L 0 N L L N O 0 00 O C 0 C E - N 0 L N 0 0E N L 0 C N o - 0 0' O N C w 0 - O 0 O 0 x N 0H L 0 _ . ▪ 0 L N N > L L > L +00 00 TNC D 0 0 0 L 0 N 3 O L w 0 N > 0 0 > O O oO CD L 0 0 0 N Q O L TO 00 L w O 0 0 0 0 com OwL 0 N0 O 0 O 0 x+ L 1- L L TL `-00 O 0 N C 0)00 D N O+ W 3 E N N N N •- L U C an c 0 Y 0 O ww H J 0 Upright must telescope to provide 7' height above pavement T 9 sq. ft. or less- 10mm extruded thinwalI plastic sign only weld weld starts 1 3/4" x 1 3/4" x 11 foot here 12 go post (DO NOT SPLICE) 1 3/4" gale. round with 5/16" holes or 1 3/4" x 1 3/4" square tubing 36" 5 pin at angle needed to match sideslope 48" 2 Welds to start on opposite sides going in opposite directions. Minimum weld, do not bock fill puddle. weld starts here weld 2.5' 5' SINGLE LEG BASE Side View 2" x 2" x 12 ga. upright 16 sq. ft. or less of any rigid sign substrate listed in section J.2.d of the CWZTCD, except 5/8" plywood. 1/2" plywood is allowed. 0 3/8" x 3" gr. 5 bolt (2 per support) joining sign panel and supports 1 3/4 " x 1 3/4 " x 129" (hole to hole) 12 ga. support telescopes into sleeve -, 1 3/4 " x 1 3/4 " x 52" (hole to hole) 12 ga. square perforated tubing diagonal brace 1 3/4 " x 1 3/4 " x 32" (hole to hole) 12 ga. square perforated tubing cross brace 3/8" X 4-1/2 gr. 5 BOLT (TYP. N O N " S 0 0 7/16" 32' CO SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 1 3/4 " x 1 3/4 " x 129' (hole to hole) 12 ga. square perforated tubing upright 2" x 2" x 59" (hole to hole) 12 ga. perforated tubing skid 03/8 " X 3" gr. 5 bolt SHEET 9 OF 29 Completely welded around tubing 2" x 2" x 8" (hole to hole) 12 ga. square perforated tubing sleeve welded to skid " Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC (5) -14 FILE: bcsm-14.dgn ©TXDOT November 2002 DN. TxDOT cH: J <000 on TxDOT Ho: TxDOT CONT SECT JOB HIGHWAY 9-07 7-13 HE VI SIGNS 8-14 TC CO O •0 0 0 O > TO + 0 . C 00 o > L N 3 O 0L O+ N 3 + L •- zoE 0 TL . - 0, U•- C ¢0+ 00- 0 C 3 -00 00 OWL 00 LLW O 0 OOCCO C E - 0 0 L <13-0 0E 0 00 L -0) 0 0'00 C OD 000 0 0 0 XH L 0 _ . 0 L 0L LC > L > L +00 00 Tu C D 0 O -OE 0 0 3 O L w L N > 0 >00 O O on CDL ,- O+ N n O L TO C O LO, O 0 0 0 Com OwL 0-0 N 00 0 x+ L ti + TL L `-00 0 000 Ce U) 0 0 N0+ W 7 E 0 -.000 - •- L U C + t/) C 0 Y 0 O Maximum 21 sq. ft. of sign face A 4x4 wood 4 post See BC(4) for sign height requirement 24" 4x4 wood post Maximum 12 sq. ft. of d sign face A 4x4 block 2x4 x 40' Too 2x6 40" Front H 36" Side See BC(4) for sign height requirement Front Length of sk ds may be increased for additional stability. 24" ■ 2x4 brace 4x4 block Side SKID MOUNTED WOOD SIGN SUPPORTS Top 3/8" bolts w/nuts or 3/8" x 3 1/2" (min.) lag screws 4x4 block LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ Sign .0- Post 48" minimum OPTION 1 (Direct Embedment) Gt 0 Sign Post Anchor Stub (1/4" larger than sign post) desirable 34" min. in strong soils, 55" min. in weak soils. Optional reinforcing sleeve (1/2" larger than sign post) x 18" Anchor Stub (1/4" larger than sign post) Sign Post desirable 18" 34" min in strong soils, 55" min. in weak soils. OPT ON 2 OPT ON 3 (Anchor Stub) (Anchor Stub and Reinforcing Sleeve)) PERFORATED SQUARE METAL TUBING Gt Sign Post 00 Bose See the CWZTCDPost for embedment. WING CHANNEL Lap-splice/base bolted anchor GROUND MOUNTED SIGN SUPPORTS Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. The maximum sign square footage shall adhere to the manufacturer's recommendation. Two post installations con be used for larger signs. Nominal Post Size Number of Posts Maximum Sq. feet of Sign Face Minimum Soil Embedment Drilled Holes) Required 4 x 4 1 12 36" NO 4 x 4 2 21 36" NO 4 x 6 1 21 36" YES 4 x 6 2 36 36" YES WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS 4 1 1/2" Dio.(typ) 18" �4 1 Direction of Traffic ❑ See BC(4) for definition of "Work Duration." 4 Wood sign posts MUST be one piece. Splicing will NOT be allowed. Posts shall be painted white. A See the CWZTCD for the type of sign substrate that con be used for each approved sign support. SHEET 10 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC (5) -14 FILE. bcsm-14.dgn ©TXDOT November 2002 DN. TxDOT xo: Tx000 ox: TON LSE: TxDOT CONT SECT JOB HIGHWAY 9-07 7-13 REVISIONS 8-14 DIST COUNTY SHEET N0. TC CO o 0 0 o> TO +0 . 0 U 0 O 3 L N 7 LL O+ N 3 L •- O .- zw E 0 TL .+4- , — +- 0, U•- C 0 3 U c 0 0 O0 0 O0 00 0 LL L L a 0 00 OCE 0 o L>0 0E 0 3 L CWO - 0) 0'00 C w O 3 O 000 0 0 0 O x 0 0H L 0 _ . ▪ U L 0L L > > L +00 00 00) C n 0 L L 0 3 0 C w L d) 0 0 L >00 on CPL N 7, 000 TE L -000 L 00- 0 -0= L 000 OWL N0 O 00 0 X+ L ti TL ` -0O O N C ..1.11300 0 D O N0+ N 0 - -)L._._ L U C t/) C 0 YO WEDGE ANCHORS Both steel and plastic Wedge Anchor Systems as shown on the SMD Standard Sheets may be used as temporary sign supports for signs up to 10 square feet of sign face. They may be set in concrete or in sturdy soils if approved by the Engineer. (See web address for "Traffic Engineering Standard Sheets" on BC(1)). OTHER DESIGNS MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. GENERAL NOTES 1. Nails may be used in the assembly of wooden sign supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" log screws must be used on every joint for final connection. 2. No more than 2 sign posts shall be placed within a 7 ft. circle, except for specific materials noted on the CWZTCD List. 3. When project is completed, all sign supports and foundations shall be removed from the project site. This will be considered subsidiary to Item 502. SHEET 11 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC (5) -14 FILE. boom -14.6T DN. TOOT H:Tx00T H TOOT H o:TxDOT © Tx00T November 2002 CONT SECT JOB HIGHWAY 9-07 7-13 REV]SIONE 8-14 DIST COUNTY SHEET N0. TC O O + N 0 +C O C00 0 O 0 (_03 LL O+ N 3 0 0 Z4- E 0 TL .+4- - 0, 0•- C < 0- a) 0) - U C 3 + 0. 0 U (0 L 00 000 a 0 DCO C E N 0 L03-0 0E 0 3 0 CO 0 _ N 0)0+ C OD 0 000 0(00 0) L _ . ▪ 0 00 0 N 0 +v0 00 TOC n o 0L L 0 3 0 C 4 - La) > 0 0 0a 0+1_0 3+ 000 TE -000 006- 0 04-0 0). L COO 04-0 0i-0 00 0 0 X+ L )- + D TL 4 -no O O N a N .. N D+O 0 1,3E0 -000 •_ L U C t/) C Y 0 ABBREVIATION MAJ MI MPH MNR MON NORM Z 0 3 0 Z- IPKING RD RT LN SAT SERV RD SHLDR SLIP (route) 5 SPD ST SUN PHONE TEMP THURS TO DWNTN TRAF TRVLRS TUES TIME MIN UPR LEVEL VEH, VEHS WARN WED WT LIMIT W (route) W WET PVMT WONT VI a d CC O 0 0 00 0 M M Miles Per Hour Minor T- 00 0 E m Z North Northbound Parking Road Right Lane Saturday Service Rood Shoulder Slippery South Southbound Speed Street Sunday Telephone Temporary Thursday To Downtown Traffic Travelers Tuesday Time Minutes Upper Level Vehicles (s) Warning Wednesday Weight Limit West Westbound Wet Povement Will Not ABBREVIATION ACCS RD ALT AVE BEST RTE BLVD BRDG CANT CTR UANI SAH `AH AMH AOH IVWZVH ONIAIAG ZVH IdA 019 AMA AMA `AMAA OHV 00J 1J XXXX AMdX3 NT dX3 INT H3A A3W3 A3W3 3 (a+noa) 3 IN00 31d Af[0130 ONIX OHV ISNOJ ITS JCT LFT LFT LN LN CLOSED LWR LEVEL MAINT N a cc 2 a a 0 0 0 O Access Road Alternate Avenue Best Route 0 L > 0 N a •— os_ Cannot Center Construction Ahead CROSSING Detour Route Do Not East Eastbound Emergency Emergency Vehicle Entrance, Enter Express Lane Expressway XXXX Feet Fog Ahead Freeway Freeway Blocked Friday u O C •- > N LOC 0(03 3 3 000 o 00 N N UU i +JUm' sI +I uoi+owJoJaI (s)JnOH RDmy6iH aloNaA Rouodnoo0-L) H Left Left Lane Lane Closed Lower Level Maintenance z N CHANGEABLE MESSAGE W 0 0 4) E C 0 3 N N E c 0 E 3 2 O TO O C 30, O 0 O 0) Ca CO N Y 0 N 0 0 0 0 — a L —0 C - N 0 -,0 C O O 0 O -n 0 •- - O } N C+ •- } 0)00 d) +0 0 0 3 . 0 at — 0 L 0 O LO L T 0) > T. O U_ 0 0000 D L ~ , n 0 O + C O O L N 0 -0 0 N N+ E L •- o+ O C E U N L 0 0 + O 0 L+ 0 • 00 4- a N M O + L CW OW T N C + 4- L +0+ L 4- 0 +00 w 0 000100000, L - 0+ W-000 LC O 0 0 •- L - M O O N- L0-0 - C N O T+0 a ,L L N+ N CUE 0 0 0 1.3 LD- - 04-+ L 0 N D O + N N 2 Y-00_ L L "O L UW 2 0 0. 0) 3 O L - N •- C OD 0 L T V) L •- T 0 0 C- 0L V)O L 0 O O+ 0 0 L L O no 04-0 O 0 00,00'- 0 N+ "O N L - O •- 0 0 0 O 0 0 -0 3 C 3 L -O L L U N N L L 0) 00 D - 0) co C 0 Vl O + C 3 U 03000 N D' 0 O O E L o 0 L N 0 OLD N a N O 0 0u O E c O 0 L U L C N W z > 3L, 0 -O .030 0, NO a N .- C L 0 3 0 3 -00 0 0 0 + _ N + 0' o C 00-00u . L O a •- Ll) O 0 0 - L wn 0 . 0' 0 C 00 . 0)0 0 0 0 = 0} - N. L+ ▪ 0 N N O O 0 -TO-, '-04-'-01000400 N 0 01----,0 N 3 N } + - O N 1) C N C + E O L L L D' T N L O 0+ a N C 30- 0 T •- a U - 0 0 0 0-"O C •- U N D• L N 0-0 O ma 0D O 0-0 T00 Oa (Da, 0- C L c,-0 0 - 0 0 N E 0 3 0 0o00-0-0 L 0 0 0 . 00 O + N c- 00 a - O 00 0 0 0 0 0 0 •- (0 C H- N N 0 •- 0 N •O N - "O E L N 0 0 T N c} 4- •- "O O w E L N 'O c m+ 0 + O E } - C O. O M O •- •- C 0 -OLO -000,L C 000 L .COULD -0-00, OL -00300 JON LO 0 N 0-00 - 0 N a 0) 4-000 C 0 0- E + •- O 3 U1 0 0 0 O N •- O -,m•- - O 0 0 3 0 0 0 0 0 •- 0 0 N) L 3 0 0 0-0>,C 00 O ,-o L O - a N T L O M L 0 04-34-0004- 0 4-000 WO 0 3 L O D 0 C L x00 0 L 3 000-3 O �- 0= 0+1-0+,L0 0 N E- O' N. -0.0 0,-,000. 0NN0C N O - O O O + N O > U .0g N O cc . L 0- 0 0 N N C N 0+ N V) O- m O v N - 0 N O O 0 -LO 000'O>1 D, 0 - O •- N 0 0,-,000 3 a. C •- 0+ O+ 0,,,-0-0-00-0,00 000,3-0L00 - E -0 0 3 0 0 E 4-00 O •>,/,06., N U 0 0 �O E L— O T C a- C+ - N 0,-,00-03000000-0000,0000 N M L L N++ OC N C N O V) •- O •000+ N++ 0 0 -00L-, O •- a -O 0 0 0 a+ 0 0 0 0 0 0 o+ 004- 00 O' - 0 0 0 0 0 L 0 Y 0 0 0 0 Oo N J O no_ 0000 - U+ O O 0' L L 0 L 00)000004-0)004-0.. + 1) ,c O- N •- -0-0 - a C <0 N+ O O O•- a N O C N O 0 0 0•-- I) - C N -- 0 0-0 4- 0 •- L C N= 3 0 T! ,_0-000,0 3 •- O O L 3 •- L 00 0 0 0 0 0 •- 0 4- L 0 0 0 0 0 0 0 0,00-, (00(000004- 0 3 0 O 0 L E 00 L o+ Z 0 w 0 E+0000_000 O L N C O c+0 -03.0-0-00-0.L 0 -0 O O O L 3 Y •- O N 0 N 0 0 L 0 0 0 N LOO> 00-000. L O'- 3 400 0 0 00 c N 0+000 0 • -00L 0+030 0-0 0 + 00, 0 0 0 0 0 0 0 w 0 L O +, 0000,0TU O L O L 0+ E 0 0 O N Ln00 O L m O C U L0 C L> - C+ 0+ L 0 0 -O 0 0' N 0 0 0 0-0 000,0 . N 01 4- 0 N N- U N O O O 000 000 - 3>00: 0 - N C + N O n L N 0 0 - - L N au 0,0 003 TL00- NNO+NNN0000 •L0- -0 YE•L-- +X NO aN (0,0 •+U- •0 NO 00 NU XOLC E0 WNT-ETLN >E 0,,— ,_,-0. W NNLO"0 000 "0 0 - N+ 0- O L 0 0 0 + 0 0 0 .- N 0 0 0— L a == N N L N N L C C .- - O+ - N T 0 T L 0 0 3 L L •- 3 N O 3 a N a+ DL— • L L+ 4- 4 3 0 0 0 0 L L 0 0— L 0 0 0+ 0) — 0' N N 0 L— 4- 0 L E U= O O D ++ + L N 0 N+ N C 0 O 0- 4-L >O- N CO _L O LLJ ON-00000•-4-ONNO+a 0,-0,-0,- 0000000 O 0 0 0 H- N L 0 V) 0+ N 0,../,T -W-0 - 0 0 0 0 0 0 3 0 0 0 11 -a) Ea C- 0 a N N 3 0 N O E O O 0) C -O ,00,0-m- 00-O+LLN 00-0 0 - L N L. N+ _J3.-(-)LuCi- (7, 3000-0000)---04-4-C 0=0 0,000 0 0 0 . 0 U 0)0000 00)00. O U U- U T •- L .00-00000 O 00 - 0)004-4- N --0 0)004-04-04-4-4-4-0000>0.003-00-4-.- O 004- _ 0 L 0-+ ) T O' 00,000 - 0- 0 •- 0 0 04-4- 0- N N- •- E - O C N L 0 N N N 0 •- O C C •- ,_D-, 0003000000 0=011-3- 4-1-0 mo O 00000 00000300E00 0-0) 0 0 00000m• -0T004 - 0c0 -0_0-0,00--= 04-00000'-00000000000.'-000000004-000 - U M 0= M 0 0 •- x= a 0 3: 0- N a •- - 0 -0 0 0) 0 4- 0 0 0 0+- 0 -0 0 a O N 0 0 w- .- C a o m v J J c- w a a w a U 0 J <0 J w J < a x a a < aCD▪ 0 a a w o C] O r O O w O a z w .100 10 0 -Oa W < J O = a w x m Z CD a Z O C a Z -Z- 0 I-000- 4:. O 2 w z m n a z 0 V) x I- I., o 0) 2 Cr U •- 0 O N M ▪ m 0 00 FULL MATRIX PCMS SIGNS 0 N w > 0 O T U) + +0 N N L > 0+ 000 O 0+- 0 0 0 D •- N O N N 0 0 0- D= 0 0 a 0 0 V) 00 . .00L-0 3 U U L TO N 3 N 0 0 0 L M V) N+ GL U +0- 0 a W - LL./1 CO N 0 N 0 0 N X a C•- C w U N 40(0O N+ X O O •- N -0-,LE WOE 0-,0 4- 0 0 -60E-E ✓) N TL N U N - L N(0- L C Z 0 0 0 30a0 0+0 L 2 L+ L 0+ 0 0 U 0 •- 0 C a 4- with the approval of the Engineer, C N. N > N 00 0 00 N + O c 0 E 3: N U L - a 0 O N 0 L T VT + 0 0 U 0 •- L O) - OL a•-3 O O N 0)E O 4- 0 0 a O N they shall only the Full Matrix PCMS, a flashing arrow board provided it meets the visibility, flash rate and dimming requirements on BC(7), N M Q SHEET 12 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6) -14 FILE. bcsm-14.dgn DN: TxDOT 0-: TxDOTDW: TxDOT 01: TxDOT ©TXDOT November 2002 CONT SECT JOB HIGHWAY HEVI SIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC 0 O } N O TC + 0 . C U O > L N 3 3 0L O+ - 3 L • - Z - E 0 TL . - 0, U•- C at)+ NN - 0 C 3 + 0. 0 0V) L 0 0 L L 03 0 0 0 0, ° C O C E L 0 0 0E 0 3 L 0) 0,0+ C w0 - O 3 0 0 O > xX L 0 L _ . 0 L 0 O O L + 0 0 0 0 T to C O 0 3 0 0 3 O C 4- L > 0 0 0a 0,L N 3+ (0a 0 E TL a 0 O L04- 0 a L L 0 0 OWL N0 0 > 0 0 x+ L ti + a TL `-n0 O 0 0 C 2-8,? a0 (0 3 E > N o - J •- L (0 a + (n c 0 Y 0 O W W H J a-- 0 w V) + UJ 0.° — C J O I—>0 1-1v) a U -I- + u) " 0 a — * 0 ,o U. — 0 -- Z .� O �J IX ^ 0 N i2 CI c CV 0 V V + o W N w L (/) 4 + o 0 \ n Q V) V1 T o O ~ LcAA O > L .0 0O + 1- VV o 0 L n + V n o a a cr 0 1i 1- ac NL O (The Engi CC <0_ , x x � x 0 C d W W a 1-1 nJX X X a � W W C OS CCCD 00 a X X X X CC M a a x 0 0 W a Z 00- 00(3 w_10 Lu" -0 m a 0_ OU O' 0 4 ~ 0X W LU Z 0 X c/7 Y Z a 0 O 0 m > 4- Dn> z0 W X J z 3 X W O X 0 X ZX c3 > w a CO X X I- 0 0 (n x a X acnes 4- Z 0x= C Y X <00 C to 0 0<>, 0 J W X X X X X X X X X X X X X x S U0 C O Cc a W 00 C Z C 0 X w Z0 Z 0 LJ '- (n C DDU X X X X X2X C W C (n U Y w a 0_ J X W W 0 S I- 0 w CCC a 0 a X x X x W ›- u J W 0r W 0 N C (n U Y W a J X W w 0 X w X x w 4- 0 Z~D a Lu 0w „1 -cc CrU 0 W 0 0 W Z J n w 00 0 (n W 0 C Uw W Oax W X x Condition Other Condition List Y CC C O W ox ax 0 x O' W 0:) 0 <0(3 1-<0 ZOO 00J Cr U (n C w 03 W O Q OX OX a X Z X W C W W CD 0 x a x J X W X Cr W 0 1 - LU W WJ V) 0 0 X 0 J X S U X X 0 X Ow act) 0 O N Cr J U Q Y U W a '- J W W 0 a �CCX C C X Z N C J � w 0 = Ox U Ox a X z x Cr z J 0 C W W i -- C) 0 0 J X UCr CO.O. C Z W W C7 L( CC a X W CC X e -x X 0 N C W W = Z O Oa Cr J U O' C W W W 0<x 0 x U X CC 0 W W C Z V) za0 W J J U U C S 0 W 0 D a X 0 x CrX D W 0�-- H > 0 x S C 4- 0 01 -Lu X0 X W J X U Y z 0' 01-0 X 0 w,y azcr 1i Cr X X 0 W X W J - 0 J X U W X N x� 0w X a4- � co x m X Z J w 0 W C m 0 S 0 U Cr 0 1- w in X0 W U 00 W W00 0 0o O Cc U. J C W W U_ CD X x D X cn C X CC W W z0 <0' J J W X U H } <0 J 03 W J W V) a > O 0 U 3E )6 See Application Guidelines Note 6 Y W <z Z ~ a U) J X X 0 X 0 W X > V) X J O X m J X U WORDING ALTERNATIVES APPLICATION GUIDELINES p - O 0 0 O 00 U L 0 ac n o= a o O. U C a, 0 0 0 0 0 Z a 0 0 to 0 0-, 0, O •- 0 T 0 0 0 . 0 L 0 0 0 0 L (0 (0 0'n W 0 0 to 0 E C C 0 0 (0 0000 0 L 0 C 0. 0 0 a L 0 0 0000 + 0_i n o4- 03 0 E ° 00000 00 L(0 a 0 ' > 0 0 00000 0 n> 0 ° c c o, > 0 w -0-000, C 0 0 + L ° - 00,00-00 U vt O 0 n -000,E *-00.-=‘,0-04, C •- O 0 o w C o- ¢ V) L U O - O O L¢ 0 w 0 n 0. (0000J*- - 00J4 --000 a a E w w m •- O 0 w 0) 0034-0 U> LJ 0 0 Cu_ --0, 3 _10 (0 0,0 - 20-0-0-00¢¢W C 0 0 d es - 2 °C Ce -000W 0°° 3 _i-0¢<1) 00 00>)- .--.0 > c0<00=0 0(00 " 0 0 n 00 w+1-00. a W -00,00,,, -OW L 4-0004-> w U O 000. 0 a _ C 3 -0 C m o a L - L n¢ 0 0 o00.0 a 0' o=- "- o -(3 O w n 2 2¢ w¢ 0- N M V Ln tD r- m 6l + 0 + C C w d 0, 0 0,-,0 -,-0-, •- 0 C N O U O Z 3 n+ . w L C U +° n E (0 -0-0 >a L o -) 0 +0 - m 0 0 Q> 0 3 0 0 0 L 2 0 ¢¢ 0 0E1.,> -,00 E n 0 0 0 33 00 0 = —7 -3:f_2 -""g,88 C 0 -,13 0 0-> - E - 3 0,0>: to }} -'26) >. 0 L L 0 O O 0 000 0- 03 O + L L U+ 000 E C c o 0 L o •- (0 0 0 •- 04-00(0304- 30 + C T a O U n U 0 •- o 0 3+ 0 L 3 d 0 0- 0 n 0 00 a 0` 0' -+ O C L 0 N 0 L n U o -'%.,t74021:'"0"80-o= 0 p 0 0 0 0 W 00 4- +) o a N L 0 0 0 N 0 C+ a.,30>Y 0) 3 -0-06, 0> 0 no U0 N D es L ¢ 0 C ,a O U n 0 0 3 0 0-00L. 0-0_,0 0-0 CO O 0 0 0 3 3 0 0 0 v E0 C U L a 0 0 C0 - 30 t o t 00_3 4-0 O C N 0\ O O -(30 0300 = 0. 0 0 J 0 C U E- C 0 ++ 0 OC E o 0 0 w v - 03 - 0+ 0 •- L a 0 0 L >,--8-8 > 0 0 3 C 0 °+ 00 0 - 0 0 tV o f } E-°00, a L T 0 + : ¢ - ¢ - - 0 0 w0 0 0 00 or location 0 T+ 0 to 0•- w ,0 -03 no a La C a n 0 O > U T o} 0 O - m L no O O coo a } L •- u)-0 + 0 a4- 0, N M Q Ln tD SHEET 13 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6) -14 FILE: bcsm-14.dgn ©TxDOT November 2002 CONT SECT Joe HIGHWAY HEVI SIONS 9-07 8-14 7-13 DIST COUNTY SHEET N0. TC C O O N + L o� TC 4-0 . C00 0 O N L 0 7 LL O+ N 3 + 0 0 Zw E 0 TL .+w +- 0' 0—c 00)- OCD +00 OWL 00 00(0 a 0 00+ DCO C E 0) 0 00-0 OE 0 3 0 C0O 0) 0+0 N C + w- O 0 7 0O N X x 0 X0) L 0 . U La) 0 0 0 L>0 +0 0 0 0 Trp C 11 + •- 0 0L 0 0 3 0 C w L 0 0.) > 0 0 O 0+0 ,0 7+ N no E TO 0 O 004- O L C L 0 0 0 0wL NO 0 NO O -X+ L I- -0 TL 0 0 D O O 0 C Ce .. D +O N0 W 7 E N -00 N _� •- L U C + t/t C 0 Y 0 W W 1- J .4( 0 U_ 10 0 0 "O L C 0 . 0) 0 E s_00 N 0 0-00 00 O C L a C O L 0 0 0 • 0 O L. — L 0) ~ N 0 O 10 0000 0 0 L U L N - 0 0 0 + w o•- 0 0 O E 3 3 L L 0- + + T 0 0 N C 0c). 0 O O 0 `- L 0 •- 0 0 () O 0 + 1J C 0 u) a 0 O 0 L O O a a 0) 0 ¢ L N 0 O O •- - O •- 10 0) 0 0 o v 00 0 m + 0 O - U - L 0 0 L O L 0) Q.10 + N — O L 0) 0 OL ,0 — C O 0 L E 3 00 +0 0 O 0 L 0, 10•- cr0 =30 0 00-0 0 - 0 .0, 0 0`- 0LC -0 0 0-00 - T U L + U 0 0 •- U) mm L cr> L -00, 0+,00, 000 0 -0000 L - -30, 0 0 0 1_ 0 0 m L m N U 0 • CO L +O 0 0 0 L O 0 CO CC U a J w LOW PROFILE CONCRETE CONCRETE TRAFFIC BARRIER (CTB) DELINEATION OF END TREATMENTS L M U O 0 O C U L 0 1,— U) 0 ,O. 0 0,0 00 ->C0 000, - 0 0 3 0 0OL 0 0 ,04-,-00 L 0L 0 0 0 0 3 •- 0 0-00 0 •- 0 0) - 0 0 -,-OL "O 00,0 C -00,00 L 0U0 000. 0 0 0 ¢ 0) ,0 0 0 0 O 004-0 0 • T 0 0 0 0 0 E 0000 0 0 0 0) 3 w+ 0 0 0-0 0 0 -,0. -OL 0 0 0 0 0 + 0 0 C 0 0 0 0 L 0 L 0 L 0 L 0 0 0 + L + + > m 0 O 01 C 0 L+ - a 0 O. O. C 0 3 0 0 •- 0 0 0 3 0 0 1_ 0- - C U 0 0 -> 0 L 0 00 0 0 0 E `- 1_ 3 •- 0 E •- 0 L - O. •- 0 L L -O CO•_ + + 0 0) 40 0 0 0 O 3 N L 0 0 0 L O n O- 0 3 L 0 - N 3 0 T 0 0 - 0 0 U 0- 0 - 0 + N"E 0 0+ 0 01 00 3 0 + 0 0 O 0 N 0 O > L- 0 0 L N L L 0 m E 0 `- 3 01_ w•-- 0+ 3 m N 0 0 04 0+ O 0 0 00-0=-0 `� 1_ 0 0 u) - . U +/) 0 LC 00 T 00- 1_ 0 0 L C 0,3,00-000 C 0 0 •- 0 0 0 - L 00 - L •- 0 - O. T + X •- + ,T00 -T0,1-00 - 0 0 0+ U 0 - E - 0 0,0.0-00 0 "O ,0 L0 0 O > no -,,0, 04-0000010100 O C 0+ co w 0 000m0+ > 0-+0T+ 0 0 we - LW U+ 1_ •- 0 -C<-0 O•-++ 0•- L T (0 L "O 0 0 0 0 0 - -40004-04-04-0) 0 0 1_ E L L "O - L N 0 U~ 300- - L t0 0 0 0 0 0 LOL"O0! 0- -O.<O L 00-0.0-0C,0 4-3400E4---� L N ca + L 0 L 0 0' + 0, 0 0 0 0 0+ 000,-00 0•-30+ L 0 0) 0 3+ U 3 +> *-C(010 00 m L CC -000000-0 3 L O •- 0 -L00,0 00 04+ 0 L "O C- N+ 0) 0 •- . 0_0 0 0 0 -00 0 L 0-030,0 0 000, 0 •- 000.0.4. •- 0 O 0000L -000-,00+00M0000 ,0-0 0004-0000003 0000 OC O. 0 0 0 0 0 •- 0 -Y ,000 0- - 0 0 0 0 0 3- 0 0 1_ 0 0 •- "O 0 0 4-0,3L000 0 0 ,0000 + - O. ,E0 4-00 C 3 L- 40 40 0 •- O. E +000+0 0 C N 0-m00,- cc -0 ,C-000- 000-0+ C-O00- L0L•-O L 0100 0 ,000 W to + L 0+ C m L U O- w 0+ E C Z E 0 O4 0 0 0 0 0 0 0 0 0 3 0 L 0 0 0 0-- 0+000,T "O 0 •- O E E- U E •- +- N O O m E 0 0 0 3 0 a 0 0 4- L 0 x-0-000,0+ 0 0 0 N O 0004-00000 3 •- L L 0 0 L O O L+ 0 •- T •- 0) ¢ U -O ++ 10 E+ t0 + 10 L m+ M a 0) ¢ L M 0 Vl O M V +fl t0 0 10 >4 — END TREATMENTS FOR 0 v > 0 Y L •- + L 0 O -0 O 0 3 0 L - 0 0 w O CC 0 C 0 CC0 N 0 T U a 0 wm+—oma oz L O M O L w 0 U 3 0+ 0+ N 0 0+ 000 L O Z0 Y O 0 0 3 0) 0 20-2 0 O 0 O + m 3 (0 a0i L 0) n r E c o •- 0 U Z ¢ m N 000 -0 0 fl) •- T N 0 L w O 3 E U 0-00 0 -00 L 0 w0 10 - N 0 0 + + marker tabs manufacturer's the above detail. r SHEET 14 OF 29 BARRIER AND ATTENUATORS CONCRETE 0 1i REFLECTORS Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC (7)-14 FILE: bcsm-14. dgn DN: TxDOT 01: TxDOT 00: TxDOT 01: TxDOT ©TxDOT November 2002 CON- SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC C O O •- + N O TC + O C U a) 0 N L 0 3 LL 0+ N 3 L Z -E TO .+4- +- U•- C 0N± U C 3 + 0. 0 0 N L 0 0 L L N a 0 aC° 0 C E t/) 0 L a) 0 NE 0 3 L C N 0 N 0'0 )) C W 0 O 3 3 0 0N X X X XH L L 0 . U L a) 0 0 L + N 0 0 0 TNC 0 0 L L 0 3 O C 4- L 0 > 0 0 0 a 0'1- 3+ N a 0 E TL 0 0 O LOW 0 0 0 0 0 O 0'-1- 100 0 0 0 0 -X+ 0, + 0 TL `-0O O 0 0 C 00+0 Cr 10 0 W 3 E N a N L U C t/t C 0 Y 0 O I 2 0 J z z tr hazardous o - L - N O 00 N O - 0 + M O U L N • L W L - 0+ 0 > L L 0 0 0 3 M 0'•- J0 00 ° 0 _1 C 0 - 0 C 0 0 0 + 0' O •- 0300 T C •- + C •- L - L + C O C + ° ° o 0 E 0 00 U L U O + ¢ + 0 L 3 C C C 0 0 0 0 w •- L a 0 L w- 3 a) O T a + 0 CO > 0010 + 0) 0 0 - - 0 L 0 C. 0 C 0 Y H 0= L L 0 N L L E 0+ 0+ E0 0 to C 3 Ln+ W o o. o 0 O+ L a C + C 0 0= 3 0-0 0 CU CD + 0 0 N - 0+00 0 0 0 0 0 0 C+ N 0 0 0 4 N L 0 E C•- N+ 10 3 0 0+ 00)0000 3 0 O u- (0 -N +00 C L L+ 0+ 0 - + 0 L + C 0 0 0 0 "0 L 0 0 T O N 0 C 0 O co C 0 0 N CD T+ L N L - 0 L 0 0 C O C O' L 0 3 N E O •- 0 0 a N 0 0 0 N L 0 L 0 0' + 0 0 ° a 3 L L- 0 0 1- C T Q 0+ C •- 0 T 3 0 0 0 10 L C a- O £+ L 0 1- L./1 0 1- 0 0 0 3 0 0 0 0 w+ 0 N+ N O N No 0 0 0- O 300,-00)0+0 100'000+ 0 0 0 L 0 0 1- a L L 0 0 0 •- N N} w 3 N 0 3 0 a - L L 0 L N - + N E 0 L C a, L L 3 0 0 0 0 0 --0, N 0 0 1- C+ L 00 0 40 J E 0N O D O •- 0 0 3 3 1- 0 0 0 0(0 0 3 0 0 T-,..17,0000 0 -m C U 0 "O - L 0 T 0 O E 00 U 0 0 ++ O 0 N -100+L 00+ +) 0 0 0 0 0 L N - 0 V' 1- 0 a) L 0. 0 0)+ L 10 0 N + 0 L N 0 N •- 4- L° 10 0 1-+ 0,000 0 L N •- a 0 a 0 E T L N 0 L +- -t 0 N 0 L 0 0 - O •- O C C C CC 0 L 3 C 00_i0+ ? 00+0-0C 0 0 0 0 3 CO 0 N 0 L U 0 1- 0 0 0_ 0 U ! 3 3-00 0 0-00 0_0 a 0 0 0 L 0 L 0 0 0++ T C 0 •- 0 3 > •- 0 L N 0 a a C C U N N O 0 L 0 N L C 0 L 0 E 0 L 0 0 + 0 > 0 0 1- O C 1- 0 C N L •- 0 ,-0 0 E 0- 0 0,-C 0 0 0- 0 a- C 0' 0, E Z W N 0 L W •- 0 5_ 0 0 L }- 0' t0 N 0 0 C O •- M 0 1- 0' 0 1- 00.-00 00+000 L L N N 0 0 N N C + 3 N T C - 0 0 0 C 0 L 0 N N N •- a 1- 0 0 0 + C 3 3 T•- \ -0 3 L L '-' 4- 0 1- 0 0 5_ 0 0 L "O L 0 L 0+ 0 0 4 0 •- L in the plans. -t L 0 0, C C ¢ u c0+ 0 0 0' 0 T N 0 0 0 0 C L+ 3 0 L C a a°) + a •> 0 0 1- 0 0 0 0 T L 0 T 0 L L 0 L L 00 00 - 0 C - 0 - 00 0 00 - N M ro 0 L(' D N W 0 C 0 0 3 L a - 0 0 a o> 4- C 0' 3 E+ 0 0' c O O N �30 U 3 U N 0 9;3-8 ~ ° E a L 3 O 0 0 N 0 N 3 •- 0 C L 0 L N - - 0 O a - C 0 w 0 C 0 0 + C L O •-0 3 O 0 05 3 O 0 C L C o - E E "00 N 00 0 L C 3 L 0 0 0 -°, 0 + '')3 0 3 0 O + O - 0 N 0 a - O 0 "O L N C 3 0 0 0 T 0 0 3 0 L + C L O T E C N E +° L L 0 0 0 0 a 4- N•C 0.00000 0 0 0 a) N 0 00+400 0 a 0)05 L N C C 0' 0 0 0 •- •- C L - 0 0 0 0 0 0) 0 0 O Ln 3 E O+ O 0 "0 0 0 0 C 0 0 0 0.0 C 0 0 0'0 E •C - 0 O ac C L C - - O O •- 0 L C 05 L 0 N 1] O 0 + 0 + L 0 1- 0 0 0 0 0 0 0 00)+0+ 0>L 0 a N 0 0 0 U N N L 0 •- E 0 0 0 0 00 0 L 0 L m 0+ 0 O+ 0 0 C 0 C O N 0 L 0 T 0 0) - > 0 •- 0 3 1- 0 + 0 L + - U 0 +0N04-0 0 0 0 C _ O 0•- O 0 0 •- 0 -O C "0 0 + L - 0 0 + 0 0 0 0 0 0 ° 3 10 0 40 0 0 0 . -0 •- U N 0 50 0 0 > C N+ L 0- N L O '- 0 •- 0 0 -0 0 L 0 L 0 0 0 0' } 0) 0 a)0 ••- 0 00 -00 C 3 1- 0 0 0 0 0 "0 0 1- 0 0 C a 0, L 0 0 0+ N O N C L C o— 3 E + L , •- - - L 3 0 0 0, 3 . a) E f 0 0 -00 a) - + 0 •N N O C C L 0 0 0)00 0 0 0a•- a 50 L+ 0 C 0 L N C 40 - 0 0 0+ �00 L L L 3 0 •- 0-- 0 0 0 0 0 - -_ 0- 3 v0) 0 00,0 0++0 0' > C N 0 <00,00 -a000 + C •- L 0 C C L •- L •- L+ 0 1- 0 0 C 0 0 10 L 0 3 0 1- •-1- 0+ - 3 N C] 3 0 O - 0- O N 0 3+ 0''O L L 0 0 L 5_ 0- C 33000 • C O •0 L - 0 0 N C •- - ! O L L + N + >, - - 05 O N C 0 0 0 "O 0 0 3 O -3+,000 w 0 + 0 00 0 0 0+ 0 0+ N 0 U N a •- E N > C + N N °0 0 + 10 0 C a 0 " E 000 0 0•-c 1--E + L N 0 0 0 0 0+ N _ 05X ¢ ¢ •L 0)) L U Q' ¢ C E 0 0 0 0./0000 a a N 0 0 a 0 a L 0 5 1 + L I 0 0 ¢ O U fled N M V V O N WARNING LIGHTS 0 0 0 0 + o steady burn warning light at plastic drums 3 0 N 3 vi O C O 0 L 0 + L U O O L 0L 00 a 0 aa)) 0 �C 3 - a 0 0 O 0 C L 0 0 - 0 0, C L 0 a) 0 0 O L C U 0 4- o o. o ci 0 30 + 0 3 "0 } + N N N L _0 3 L "0 T 0 0 0 3 0 0 0, N L 0 N M 0 + C t 0 C 4-+ 0 0 0 o 0 O 0 0 0 v3)N +O 0 0 0 L 0, 0 - U C 0 O "O "0+ 0 O•- 0 0 N N 0 N L 0 •- L L •- E N c+ N a0i 0 0 0 L 3 0 0N + 0 O "O N N L 0 0 0 •- 0 0 0 0 U L 0 L L > L L 3 L O O O 10 0 0 O L+ L 0 1- 0) 0. 0) 3 O 0 O 0 0 0 C C L 0 L 0 0 O O 0E 3 0O L N + 0 0 C a N o 4- 0 0 1- 0 O 0 + O - L OLS N0,00 0+- •- 0, 0 0 C+ 0 0 C L L 0 0 0 0 •- 0 + C 3 •- L 0 "0 0 1- 0 0 E -0 N 4- C0 0 0 0 "0 0 0 0 •- 0 L 0 00 0 0 0 0 N C L 3 O T L O' 0 0 0 00 0 -Cr N L ++ N E - 1- 0 a O 0 3 °U E - ol 0 co C N 3 1- a) C E 0 0 '- 0, -00 ° 0 +L•-•-+ 0 C - 0+ + 0 3 •- N E .0 w-,000 00 00 LO N 0 E 4- E 0 1- 3 4- y a 0) ) 0 - ° L •C 0 E L 0 C >' > T E ° - 0 0 0 3 0 0- U U 0 C > 0 00 0 0 O 3 4- 0 5_ L O- - w 0 4- w - a+- > 0 . 0 3 O 0 0 0 0 0 0 L U 1- 0 3 O 0 L L 0 L + L L N N 0, 0 N L+ C a T O ° 0 0 003E01-3 0+ 0 U 0 0 N E L 0 L 0 0 C0 0 0 0 (0 0 3 0+ 0 •- 0 L- - LO O - U 0+ 0 . 0 0 0 L 0 m CO L o a 55- Li- L 0 1- L++ 0 0 L N 0 0 U 0+ 0. 0 L 0', 0' 0 10 0 4- T O 0' E C C C 0+ o,- 0 3 o•- 0.-4- 3 . 0 - E C •- C U C 0 N N 0 0 0 0 L L L 0 0 0 N L X 0 0 0 0 0 0 1- M 3 0 0 L L 3+ 3 -0 L 0 N 00 3E 0 U C 0 0 C 3 10 0 0 33+0,000 •-L co O 04-Lm0 LL <-01- O - a Vl 0 - 0 00 - - t e 0 3 0 L 0+ 0 0 0 - O should be N M V Vl 1-z I -f W 6l L N 3 0 C O O O 0 O O M 0 C 3 O N N 0 0 N 0•- 0 2 2 - O L 00 0 2¢ 0 .° + a 0 0 4-.-0> N N 0 0 N L o Z Z 0 L MO 0 0 0 0 Y + 0 L ~ 3 0 L L 0 L X 0'n 0 0 O L 0 0 0 1- 0 4- L M 3 0 0 '- •- 3 C+ . L N 0+ 0 0 0 0 0 0 0 0 0 0 1_0 0 00= 0 •- E a 0) + 0 Y L+ 0O+ TO 0 N - , , 4, 0 N 0 L L 0 0 0 0 0 3 C 0 0•- 3 0 •- 0, 3 0 C 0 0 - 0 0 0 3 + 0 00 0 T. ¢ Cr V' 0 0 0 0 ¢ - 30 0 0 1- N T 0+ 0 0- - U C 0 - 0 E 0 0,- 0 0 L •- L 3 •- C 3 0 0 L 0 0 N+ O 0 T O+ L L+ 0 0 N 0 L L L C C 0 N 0 Nwww O> +0 0 0 a L¢ 0 C- T¢ 0 0 0 0 0 0- C+ + 0' 3 0 0 0 0 3 C >, 0 00 0 + 0 1- 'r0) 10 0 D U 0 1- 0 00 0 1- 0 0 C 0 U 0 0 2- (_)•- 3 D 0 N 0 N 0 00 00000-004,004,0 *+030<0004->0 L •- C > C+ M+ 1- 0 3 0,0-0 0 0 0 M 0 M 0 0 a 0 0 +O T 00 0 E 0 L L- L ¢ 0 0 0 O 0 0 0 - 0 U+ a+ 0 0 0 10+ m++ O 0 3 3 01_ 0 0 0 M C~ 0-0, X - E U Dar J Cr -•- ¢ M 3- 0 0 N N) V V) t0 SHEET 15 OF 29 ° 8' Operations 0 8 + Operations 0 „ N ,Texas Department of Transportation Standard 0 ° 0 T 0 L E>L` L L BARRICADE AND CONSTRUCTION 0 0 O 0 0 o01 CO ARROW PANEL, REFLECTORS, L NNO WARNING LIGHTS ATTENUATOR M & , 3 0 0 0) ,? L L O BC ■ �(j I1 -14 0 O 3 L F IEE. bcsm-14.dgn ©TxDOT November 2002 DN: TxDOT CK: 0000 DW: TxDOT 0): TxDOT CONT SECT JOB HIGHWAY HEVI SIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC CO +m OW TC + 0 . COO O 0 L 0 7 LL O+ N 3 + 00 zw E 0 TL .+w +- O+ U•- C OW C3 0 •-O m +O0 U L O W L 0 L L 0 a 0 O 0 CE - 0 O LW -0 OE 034_ C0O 0) 0'0+ C - OD 7 NOW 00O O x 0 0H L 0 _ . ▪ U L 0 0 L + 0 O 00 0o4 C0 - O -00L >00 L w L 0 • 0 >0 0 O O 00 000 ,- 7+ N Q O E TO 0 L w O O LL COO OwL N0 O W00 •- X+ L ti + D TO 4-0 0 0 o a 0 C D +0 0 NO W 7 E N -000 - G L U C an c 0 Y 0 O FLASHING ARROW BOARDS Arrow Boards may be located behind channelizing devices in place for a shoulder taper or merging toper, otherwise they shall be delineated with four (4) channelizing devices placed perpendicular to traffic on the upstream side of traffic. 1. The Flashing Arrow Board should be used for all lane closures on multi -lane roadways, or slow moving maintenance or construction activities on the travel lanes. 2. Flashing Arrow Boards should not be used on two-lane, two-way roadways, detours, diversions or work on shoulders unless the "CAUTION" display (see detail below) is used. 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic control devices that should be used in conjunction with the Flashing Arrow Board. 4. The Flashing Arrow Board should be able to display the following symbols: • • • • 4 CORNER CAUTION • • • • • • • • • • DOUBLE ARROW OR • • • • • • • • • • • • • • ALTERNATING DIAMOND CAUTION • • • • • • • • • • LEFT & RIGHT • • • • • • • • • • • • • • • • • • • • • • • • • CHEVRON ARROW LEFT & RIGHT 5. The "CAUTION" display consists of four corner lamps flashing simultaneously, or the Alternating Diamond Caution mode as shown. 6. The straight line caution display is NOT ALLOWED. 7. The Flashing Arrow Board shall be capable of minimum 50 percent dimming from rated lamp voltage. The flashing rate of the lamps shall not be less than 25 nor more than 40 flashes per minute. 8. Minimum lamp "on time" shall be approximately 50 percent for the flashing arrow and equal intervals of 25 percent for each sequential phase of the flashing chevron. 9. The sequential arrow display is NOT ALLOWED. 10. The flashing arrow display is the TxDOT standard; however, the sequential Chevron display may be used during daylight operations. 11. The Flashing Arrow Board shall be mounted on a vehicle, trailer or other suitable support. 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 13. A full matrix PCMS may be used to simulate a Flashing Arrow Board provided it meets visibility, flash rate and dimming requirements on this sheet for the same size arrow. 14. Minimum mounting height of trailer mounted Arrow Boards should be 7 feet from roadway to bottom of panel. REQUIREMENTS TYPE MINIMUM SIZE MINIMUM NUMBER OF PANEL LAMPS MINIMUM VISIBILITY DISTANCE B 30 x 60 13 3/4 mile C 48 x 96 15 1 mile ATTENTION Flashing Arrow Boards shall be equipped with automatic dimming devices. WHEN NOT IN USE, REMOVE THE ARROW BOARD FROM THE RIGHT-OF-WAY OR PLACE THE ARROW BOARD BEHIND CONCRETE TRAFFIC BARRIER OR GUARDRAIL. SHEET 16 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC (7)-14 FILE: bcsm-14.dgn ©TXDOT November 2002 DN: TxDOT 0-:Tx000 o: TxDOT 0-: TxDOT CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC CO o •- Om TC +d. COO 0 O 3 u_>3 0L 0+ N 3 L 00 zw E 0 TL .+w +- 0+ U•- C OW- OCD W-OC3 + cap OWL 00 L L 0 O m DCO O C E - 0 0 L m 0 OE 034_ CWO - 0) 0'00 W, - O 3 000 0 0 m XH L m . U L m m m L +00 O 0 04C n 0 IDOL 030 C w LW >00 on 00L 0 3, 0 n O E TL C O LO, 0 L L COO OwL 0 + I -0 O O pD O •- X+ 0, + TO L 0 4-00 0 0 mC m 0 ar pD0+ W 7 E p -000 - -) - •- L U C an c� 0 Y 0 GENERAL NOTES 1. For long term stationary work zones on freeways, drums shall be used as the primary channelizing device. 2. For intermediate term stationary work zones on freeways, drums should be used as the primary channelizing device but may be replaced in tangent sections by vertical panels, or 42" two-piece cones. In tangent sections one-piece cones may be used with the approval of the Engineer but only if personnel are present on the project at all times to maintain the cones in proper position and location. 3. For short term stationary work zones on freeways, drums ore the preferred channelizing device but may be replaced in tapers, transitions and tangent sections by vertical panels, two-piece cones or one-piece cones as approved by the Engineer. 4. Drums and all related items shall comply with the requirements of the current version of the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD) and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 5. Drums, bases, and related materials shall exhibit good workmanship and shall be free from objectionable marks or defects that would adversely affect their appearance or serviceability. 6. The Contractor shall hove a maximum of 24 hours to replace any plastic drums identified for replacement by the Engineer/Inspector. The replace- ment device must be an approved device. GENERAL DESIGN REQUIREMENTS Pre -qualified plastic drums shall meet the following requirements: 1. Plastic drums shall be a two-piece design; the "body" of the drum shall be the top portion and the "base" shall be the bottom. 2. The body and base shall lock together in such a manner that the body separates from the base when impacted by a vehicle traveling at a speed of 20 MPH or greater but prevents accidental separation due to normal handling and/or air turbulence created by passing vehicles. 3. Plastic drums shall be constructed of lightweight flexible, and deformable materials. The Contractor shall NOT use metal drums or single piece plastic drums as channelization devices or sign supports. 4. Drums shall present a profile that is a minimum of 18 inches in width at the 36 inch height when viewed from any direction. The height of drum unit (body installed on base) shall be a minimum of 36 inches and a maximum of 42 inches. 5. The top of the drum shall hove a built-in handle for easy pickup and shall be designed to drain water and not collect debris. The handle shall hove a minimum of two widely spaced 9/16 inch diameter holes to allow attachment of a warning light, warning reflector unit or approved compliant sign. 6. The exterior of the drum body shall hove 0 minimum of four alternating orange and white retroreflective circumferential stripes not less than 4 inches nor greater than 8 inches in width. Any non-reflectorized space between any two odjocent stripes sholl not exceed 2 inches in width. 7. Bases shall have a maximum width of 36 inches, a maximum height of 4 inches, and a minimum of two footholds of sufficient size to allow bose to be held down while separating the drum body from the base. 8. Plastic drums shall be constructed of ultra -violet stabilized, orange, high-density polyethylene (HDPE) or other approved material. 9. Drum body shall have a maximum unballasted weight of 11 lbs. 10.Drum and base shall be marked with manufacturer's name and model number. RETROREFLECTIVE SHEETING 1. The stripes used on drums shall be constructed of sheeting meeting the color and retroreflectivity requirements of Departmental Materials Specification DMS -8300, "Sign Face Materials." Type A reflective sheeting shall be supplied unless otherwise Specified in the plans. 2. The sheeting shall be suitable for use on and shall adhere t0 the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in-place and exhibit no delaminating, cracking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. BALLAST 1. Unbollosted bases shall be large enough to hold up to 50 lbs. of sand. This base, when filled with the ballast material, should weigh between 35 lbs (minimum) and 50 lbs (maximum). The ballast may be sand in one to three sandbags separate from the base, sand in a sand -filled plastic base, or other ballasting devices as approved by the Engineer. Stacking of sandbags will be allowed, however height of sandbags above pavement surface may not exceed 12 inches. 2. Bases with built-in ballast shall weigh between 40 lbs. and 50 lbs. Built-in ballast con be constructed of an integral crumb rubber base or o solid rubber base. 3. Recycled truck tire sidewalls may be used for ballast on drums approved for this type of ballast on the CWZTCD list. 4. The ballast shall not be heavy objects, water, or any material that would become hazordous to motorists, pedestrians, or workers when the drum is struck by a vehicle. 5. When used in regions susceptible to freezing, drums shall have drainage holes in the bottoms so that water will not collect and freeze becoming a hazard when struck by a vehicle. 6. Ballast shall not be placed on top of drums. 7. Adhesives may be used to secure base of drums to pavement. 18" x 24" Sign (Maximum Sign Dimension) Chevron CW1-8, Opposing Traffic Lane Divider, Driveway sign D70a, Keep Right R4 series or other signs as approved by Engineer 12" x 24" Vertical Panel mount with diagonals sloping down towards travel way Plywood, Aluminum or Metal sign substrates shall NOT be used on plastic drums SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS 1. Signs used on plastic drums shall be manufactured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with an orange background shall be manufactured with Type BFB or Type CFLOrange sheeting meeting the color and retroreflectivity requirements of DMS -8300, "Sign Face Material," unless otherwise specified in the plans. 3. Vertical Panels shall be manufactured with orange and white sheeting meeting the requirements of DMS -8300 Type A Diagonal stripes on Vertical Panels shall slope down toward the intended traveled lane. 4. Other sign messages (text or symbolic) may be used as approved by the Engineer. Sign dimensions shall not exceed 18 inches in width or 24 inches in height, except for the R9 series signs discussed in note 8 below. 5. Signs shall be installed using a 1/2 inch bolt (nominal) and nut, two washers, and one locking washer for each connection. 6. Mounting bolts and nuts shall be fully engaged and adequately torqued. Bolts should not extend more than 1/2 inch beyond nuts. 7. Chevrons may be placed on drums on the outside of curves, on merging tapers or on shifting tapers. When used in these locations they may be placed on every drum or spaced not more than on every third drum. A minimum of three (31 should be used at each location called for in the plans. 8. R9-9, R9-10, R9-11 and R9 -11a Sidewalk Closed signs which are 24 inches wide may be mounted on plastic drums, with approval of the Engineer. SHEET 17 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (8) -14 FILE. boom-14.dgn ©TXDOT November 2002 EN. TOOT co:Tx0OToW. TOOT Ho: TxDOT CONT SECT JOB HIGHWAY REVISIONS 4-03 7-13 9-07 8-14 DIST COUNTY SHEET N0. 4" Orange 4" White DIRECTION INDICATOR BARRICADE 1. The Direction Indicator Barricade may be used in tapers, transitions, and other areas where specific directional guidance to drivers is necessary. 2. If used, the Direction Indicator Barricade should be used in series to direct the driver through the transition and into the intended travel Ione. 3. The Direction Indicator Barricade shall consist of One -Direction Large Arrow (CW1-6) sign in the size shown with a black arrow on o background of Type BFLor Type CFLOronge retroreflective sheeting above a roil with Type A retroreflective sheeting in alternating 4" white and orange stripes sloping downward at on angle of 45 degrees in the direction road users are to pass. Sheeting types shall be os per DMS 8300. 4. Double arrows on the Direction Indicator Barricade will not be allowed. 5. Approved manufacturers ore shown on the CWZTCD List. Ballast shall be as approved by the manufacturers instructions. 36" This detail is not intended for fabrication. See note 3 and the CWZTCD list for providers of approved Detectable Pedestrian Barricades Continuous smooth roil for hand trailing Detectable Edge DETECTABLE PEDESTRIAN BARRICADES 2 Max. I. When existing pedestrian facilities ore disrupted, closed, or relocated in a TTC zone, the temporary facilities shall be detectable and include accessibility features consistent with the features present in the existing pedestrian facility. 2. Where pedestrians with visual disabilities normally use the closed sidewalk, a device that is detectable by a person with a visual disability traveling with the aid of a long cane shall be placed across the full width of the closed sidewalk. 3. Detectable pedestrian barricades similar to the one pictured above, longitudinal channelizing devices, some concrete barriers, and wood or chain link fencing with a continuous detectable edging can satisfactorily delineate a pedestrian path. 4. Tape, rope, or plastic chain strung between devices are not detectable, do not comply with the design standards in the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)" and should not be used as a control for pedestrian movements. 5. Warning lights shall not be attached to detectable pedestrian barricades. 6. Detectable pedestrian barricades may use 8" nominal barricade roils as shown on BC(10) provided that the top rail provides a smooth continuous rail suitable for hand trailing with no splinters, burrs, or sharp edges. Handle 18" min Top should not allow collection of water or debris c 4" min 8" max (typ) 2" max (typ. ) E v 9/16" dia. (typ) for mounting signs and warning lights Each drum shall have a minimum of 2 orange and 2 white stripes using Type A retro - reflective sheeting with the top stripe being orange. Taper to allow for stacking a minimum of 5 drums Bose (36" dia max) SHEET 18 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (8) -14 FILE. bcsm-14.dgn DN. ©TXDOT November 2002 CONT SEDT JOB HIGHWAY REVISIONS 4-03 7-13 9-07 8-14 DIST COUNTY SHEET NO. TC O O N ,L O TO + O 0 U0 > O J L N 7 LL O+ N 3 L 0 E TU - U•- C 0.- - C 3 + n 0 U t0 L O 4-4-> n 0 0 0 000 •-00 L 00 0E 0 3 L 000 C + W 0 - O > > 00 O X XH L 0 L 0 0 0 L +00 00 Trc) C 0 0LL 0 3 0 C 4- 4-0 >00 O a 0,L0 7+ 5000 TE -000 LOW O 0 L L 0 O 0 Ow. 0+0 >0 0 L U D + C 0 Y 0 LULU 1- J 0.- 0 channelize 0 0 M 0 N 0 ON= 0 0 C -00 0 O+ <, 0 O C•- N- 0 0 n - m M -> 0 N L O C 054- N J a0 C 00 0 0 •L 04--.001)4- L+ 0•- U TC 0 + N}- L C n - N 1-0 >+ +0---++1-0+1., now r0 00 0 0 ( 50 . ! 34_•:--=4-Q4)4_ 0 3 a 0 "0 T a O co 4- 0 0 0 L •- > 0 + N O a N 0 0 N >+ 3> L O> - U a 00•-L L 3LL "00 0+0 00- 4-.- 4500000t 0 31.)L 0 3 0 0+ C L 4- L DO 500 >+ Cr + N•- 0+ -0,-0,00-0,C 0 E 0 L 0 1 0 00 7 00 + N 0 N - 0 + 0 N OL --031_ 0 ,1_ 0 4- 0 0 3 4- 0 0 0- - 3++- 0Eu) •- 0+0)•_ LN -N O 0 0 L N N 0- T,1 , 0 0 0 L 0 T,000• -,>C -,C,-00 - 0 L- 0 0 - 00)4-0 0•- 0ONL3000U O a - u)•- C OO-- o-,000,0 0•- 0 0 0 C + 0+ 0 0 3 N L+ - 0 L L E0 4) CL0004 0- 030-N, 004- 04 0 0 0 0 C04, O *-4-0 N C> w 0 0 > L C- 000,+01 00 L•-00 M -0 00+4- C 0 C YTOLC00 L - 4.30,E0 -,-,W- 00000E004- -- U O LC -0 - E0 0303 L 00 00 0-+ 00-+C _0,0000 00 L+ - 50>.00000 00-..04-00 C 000.4-0). -0000 00•- -0 3 0 0 0 0 0 (0 0 N a 0 -0 00004--0C4- 0+ -030,-,T1 0 E 50 4- 0 n Ewo-•- 0 0) 04- _+— 0> 4-004-04.- _ "0 . 0 0> 0 r0 T O Y 4-4.4)4- O = -00+1_ -0>3+•-0000a( >0L000 ,--0-0-000+ 0Om O+ E+ U O nE > a0 0 004-+L 0 <n-04,0000,0 0 0 0 X t0 0n+00 - 000V)O•-0•-O 04,- NNU 00)0- 0-33040004-0004-> T00,0 0 --- C 0 0 0 TCO -00 L+ -ON 0 0 00)0"000= 0O•,L003+•-•- 0 00,00 O_ nn 00om-0>0-0 3 -00+- +0+ ,o 0 00,a0 300-00LLa. 0 0 0 - TTL L.> C L O .000000,E-0,-0000 0000000 0000 U)LL•-0000 +-0 0• -EE 4)0-5-44-04-003( 0•-L> L O+- 170,:i-,00.-0 +,0,0,-D,000 D04,1_, N0,01_00 =0-04-4-0504-: _ NO- 0 -0000-00•- 0 L O- L 0 0 0 0 0- O- 4- L L O_ a+ 0 0 m 0 0 0 00 >+>H O-0 UJ4)3: >> 0 0 50> 0) 0 N N •-•N 0 C4) ONO N T-11 V n D L) 00 4) O ,C IRK IRK (Rigid or self-righting) FOM Ia/OJ4 a0000 a00040ip '050 .90 PORTABLE DRIVEABLE 0) a 0 0 0 ic. 0 = U � 7 m / N D 0 O - 0- v a a L � X a N a VERTICAL PANELS Suggested Maximum Spacing of Channelizing Devices O V,0 c 0! 0 0 0 0 ti 0 00 0 6) 0 0— 0 0 N 0 M 0 Q 0 in 0 co O L O C 0 O O M Ln M O Q in Q1"-- O Ln in Ln O Lo N 4-9 O I in N-00 O Minimum Desirable Taper Lengths ** - 2 N ,_,00 a- 0 O Ln Q N 0 N M 0 Q in 0 0 0 0 0 0 0 N N 0 0 N- 0 Q 0 0 0 0 0 61 N = w D Ll) LO - 4-0 N N in O N Ln 6) Q O Ln Ln Ln 0 L0 O 4-9 LO Ln - ti 0 I-- r- Ln N 0 0 CO 00 - N +O 0 in - in 0 N Ln LO N 0 in V 0 O in 0 Ln Ln 0 O L9 0 in M 0 0 I-- 0 4-0 N 0 0 0 0 E L O N Op n J N _J D O N NO n* a. 0 M Ln M O Q Ln Q O Ln Ln in O LO Ln 00 O N- Ln ti O 0 SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS 0 0 - O 0 0 o, -Ern, N = O C 01_00 00, O 0 > "0 O C N C M E O+ 0 3, 1_0, O C E++ 0 n 00 0 D- - L ! L O ▪ . O (0 •- 0 J C 0 - 0 00 OL 0 3 3 x0 -N,0,00 O > 0 L "0 0 0 0 N O+ 0000 0 •- N J ▪ O ▪ a 0- D- E -0 0} '� 2 4- 0 0 -0 000E3-0> 3• C O ,0,22200-0 04-000 N C C 000 •- 0 O + 3 0 0 4-- 3 0 n 0 0 4- + 0! 0,0 00 CE C O - 0 L 00-0,00 L•- -- ID 0,L0-. 0 +L 0- 0 "0 •- 0 4- 0 0 0 0 00-0, OW 0 -04,-N "0 N+ 0+ E 000-0_,a00 - 0 0 0 0+ > +0 o0030,,,/,0, > 0,0000+0+00 - 0 - m - �0 �0 U O a L O 0 a X N+- n •0) 3 "0 •- 0+ a C J 0 0, 0 0 0 . V1 O T 5_00 N •- E •- ▪ w 000.-0M 0 0 0 0 0 0 0 0 0 •- 00_,00T1_00 C 3L3--,3 "0 > O L N)- 0 •- O 00-0 0 a 00 00 0 C O 3 J 0 0 O N 0,-0 L L . N O L O O 0 t0 U + 0 0 3 +0-00-0>M0 U •- L- 0 0 0 n- -00- L+ O 04-0-0.004, 0>3 N 4-04-_J4 +0300 0 0 0- 0 0 0 0 0 0 -00i- 0-L,0 . 0 C L- O N 0 3 0 .- U O >T O 3 0 0 O 0 "O E C u) C 01_000_,0 L N 0 N H- O N 00,000 E> 0 04 0 0 L •- C C 0>1_+0.-•- 0 04 T n= 0 4- 0 0 •- U) 000,_ N00•- 0 L C 3 C O 0 00 > J 0 0 cr J + L O 0 N- L U •- - "0 , C I- 0+ a 0 0 •(000004-4- 0000-000000L . O •- E L++ + 0 0 0) 0 0 + - 4- 0 0 a- 4- 0 0 0 W0300004,0+ - N 000000,0000 0 0 0 0 0 0 0 0+ 0-00 000+ 0 O 0 0 N w n O • 3:CJ SHEET 19 OF 29 Cl J F O OPPOSING TRAFFIC LANE DIVIDERS Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (9) -14 FILE. bcsm-14.dgn DN. TxDOT SK: TOOOT0W. TxDOT CK: TxDOT ©Tx000 November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET N0. W W 4- J Q = a� a) 0 C 0 0D C 0 0 7 > 0 a) O a > L > D • a) 0 ▪ + CD L N a) 0 0 + L- N o) + a o 0 L a) 0 + + a) L L -i- -0 D 00 O al - O O 0, L O 3 O + O 0 0 0 3 L a) 0 0 O O O O O n a N 0 L C 0 LE N 00 E 0 D 0 C C L+ O 0 O a) + 0 0 E N L N- a > 0 0 0 a N - L D + a) > U 7 a D 0 L 0 a) + TW a) L O > L N •- U L a) 7 a) 0] ID 0 C - 0 > 0 0 a) 0 0 L + O • L 0 U a) a) 0 ▪ N N D 0 L L - 0 0 3 0 •-- O 7 0 + a) 0 L 0 • L N O L N 0'-0040 L C + 0 0 + 0 0 O 0 0 D O C -+ N CD C N C - U •- E o - - o - - O O U a) 0 L 0 > + L C a) D > + L O 0 D° o a) 0 0 a) 0 L + L > + + D a) 0 0 a •- 0 - 0 0 a) L 0 0+ N •- a) 0 L 0 •- E D C > w+ L L a) 0 a + 0 0 0 O C 0 0++ 4.:4-._04) , o N N L D 0 a) •- + 0-00-C, •- D N O+- a L a) a) O> a -0,o .000)00) N- L D ▪ C 0 0 D L O a) N L + C L a+ a) 0)0-0404>4-0 C L - C D 3: O+ a D a) + O 0,,,,.- 4)4- 440 0 04444-004- + 04-00) -0,0 L O O U+ O D L- - ID TD O a) 0)n 70+ - 0 O C C D C O N a) 04 04 ) O•- 04) E L a L v T 400034)4-04-- 04.00344 - a) U + L •- 004) n U •- - L a) 0040 0.0 0040-44 O -,UD _c• oo a C O N a Lo C '� 0'- 0)0)30)0)00)0 a) O 0 0 L 04-4-4-04 0+0- 3- —LOW, E D -4-3— D 0 W T T 0— 0 0—. 0) CP C 0) N O N N- O C O O 0 O U + 0 0) 0 0) 0) 0 0) 0) 04 0) 0) 0000400404 mon • O N C L J J UJ J OJ J OJ N t Suggested Maximum Spacing of Channelizing Devices °S c o 0 ° 3 CO 0 ti 04 00 0 0 3 0- - 0 - 0 N — 0 M — 0 v - 0 in 0 GO 0,,,-, v0 O o ,-, I" 1 O 0 u-, CC O LO u-, 00 O 00 ,-, t0 O N- � u -,I") 0 --CO O Minimum Desirable Toper Lengths ** • m 4- Nm 0 000000 v N N M Q In 0 (0 0 tO '0 00000 N I- O ti v co 0 0 l0 0 N 4-,0(V001.100,0.- `- O 00 , 00 N 00 N 00 CC 0 00 00 tO 0 t0 00 '- I's 0 0--(\100 00 0f 0 00 - N w '. O 0 00 .- LO 0 N 1.(1 CO N 0 00 Q 0 0 Ln 0 0 Ln 0 0 CO 0 lf) l0 0 0 ti 0 0 ti 0 0 CO 0 7 E O C N O a J Ln J D 0 13 O NO a O M 'n r'1 O Q I-() Q 04 Lnu !1 O tO 04 t9 O I� 04 O 04 CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS • 0 0_ O 0000 M Y + C O+ L E v L U o E - UN E N C 0 - C - o + a•-+ m O a- C L+- D OO -0 E 0) 40 L a) L W, N d) 0 O • a) > a) a 7 - > O c 0 C -NC' •L •- a O + a) o N 0 U L+ D a 04-400 O 0, 0+ 3- n O 0 TCW 0 00-_0 O ,-0, C+ Lt OWN 3 0 •- D -0,C O D - >m+ C D C O OW • L' E D 0 +) 0 r O N or O N N L - O a) 0 34-4-0 C •- T ac "03330 n• -LN D3330 0- L 00 N •- 0 O 0 0 x -6"6— 1_ 0 0 a) 0 0 0 L + U a) 0 U• a) C.- N 000- 0 , C 0 •- O E N n 0-0,0 - m- n 0 --ON O N 00-00 *-000 con O 400>40 CT N O+ O L L 00v) 00+ C L •0 O N O 0 00> 0 0004-0 a 0 D 0,000 ▪ CnL0E-a) 0) L T E-1--ow D N O W L Oa - + a) 0 • 0- 0+ 40 0 N U C) O C O O O 0"0-I- O L D+ 0)•-•- C 0 a) a) C 7 0,,_0 •- 3: 0 0 0 0 O N N O N D 7 N 7 N - O a) 0000 a) +> 0 L a) 0 0 7 •- n CG+ L L U 0 ,w- 0 L 0 E n c 7 N CW O L 7- + 0° CO -00> 0 O 00+0C a) •- O O 3•-L 3 D a L - L L O4- O- a 0 - N 0 •- - L 7 N L N D 2V0,6-2- 000 0444003= E N U N E N 4- N O O •- O 00 •- •- N L N L L w a) M M 0 T a) a) 0_10, C0' -4-'-C3 0 ,MC -0,-,- C N L 0. 0 000 "000 0 U U>0 O n N O D O O D a L 0044-004004-0300,WWW0 W, 7 0 E O N D 000-0 00• -NC 0'-O 000 03030 O • n O 0 0 0 0 0+ +) N °L N N N - N D O °U E a E ar E ar E ar N N O 0000000)0 ▪ O, ,-,D,-0 N 0>N>0 W, T a) T a) T a) T C D 0 N L N D N D N 0 0 N L L C O 7 L 0 C 0 L m --0 a N N N N . 0 L 'r O •- O O O N D 7 W- - 0 ,C 0-0- -000)0 O 000001-.0,E 0000' -OO O N O D 3 L L L L C- a) 0 Y 0 0 0 U 0 O 7 C a O 0 0 L 0 a 0= L L N 3 3 3 0 3 N 3 O N 3 O bollasted v N ▪ a 00 O- a) W-0 ▪ C 00 3 L 0 ° 0 0)0 00, >0 a) - D o) O - N N, O 7 + C L C L o O O •- L w a) U E L - OC C, 000 + L N C 0'O•- 0,• O N - M C ca.. C D L O + 7 N O7 N 0 C - 0.0 v 0 N 0 O C 0 a) - C > - O L L L N U N + +° E C D N y 0 L 7 + + N 0 0 N O HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANNELIZING DEVICES OR SHEET 20 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (9) —14 0100: bcsm-14.dgn ©TxDOT November 2002 DN: TxDOT 00:Tx0OT Do: TOOT 00:TxDOT CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC CO o •0 0 + L Oa) TC + 0 . U 00 O N C 7 0L o+ N 3 0 0 Zw E O TL - 0) U•- C U OCD U C 3 7 ,a0 0n N OWL 00 4-4-> a 0 O CC O C E t0O L 0 0 UE 0 7 L 000 r0 0)0+ C OD 7 NOW X X XH L L 0 _ . U L L a) > L +00 00 TO C n O 0LL 030 C w La) >00 00 o)L N 3+ 000 TE 4-4- 000 OWOLog- o 0=4- 000 O4.O NH O > 0 0 X+ L 1- L L `-00 O a 0 a O 0>01- 0.30> ,000 L UC + t/> C 0 Y 0 O (11 W O Z 0 0 0 0 E 0 0 0 N 0 CU a) L a E + N 00000 .0 0 i- a a) O 0 - 0 0 U N L> N D a n O 0 n n L 0 •- Y 0 0 0 0 00 00 C n T C •- > a) U N 0 0 0 0 L > a 0 0C e0-0 0 a 3+00 03 0 n 0+ 3 3 0 C- 0 0 0 0- a W U+ 7 n 0>- -000 >0 C 0- C LWC 0 3 0 0 O- 0 -00.0 - 0 .N00 L. -LOO 0.0L 0, 3 0 L L a 0 a w LO a N -00-00 004) m 7 0 00 U L+0 0 000 . 0 0 0 0 0 C C 0] 0 0 7O - LO T C 0 0 0 0 0 - 00 +}c 0 3-0 0 0 0 0 00+ T LEE - a O WC 00000 U 7 0 - 3 0 0 m M >0 0-00 -0a 0 00W O- O N 0-0 0 O .O 0 0- N+ O a> COL 0000 0 L L 0 L L LO- a> •- 3: L L o n+ N C O0 0 0 3 0 0+-00 000U-0 - -000 0+00 T W -000+ -COD 0W O r0 0 - c 00,030+0 0 0 0 - 0 L 0 -.0,0 030, >000> 0= 0 0 0 a L+ 0 00,0 - N = - N L •- 0 C 0 - L - 0 OW 000 L 0 + a C > 0 00 00W + 0- 0 - L C T 0 0 •- 0 0 0 C- a LOL mO)0O-L-LJ000 CNNOa w 0COL >0 -- -n0 L 0,00 0 a 0 L m L n O N E a c N U N- 0-000 U C0,3 N Li 4- a C L+ •� + L n 7 C 0 0 0 0 0 L O E N U - 0, W O O •- -000-000- L •> M O O •N 0 3 a) 0 3 0 •- 0 > 0 0 0 0 Lt - C •- i- -, 000 N aJ 0 L- a> - a> •- a.) 0'00,0 4- a - m L •- 0 0 0 0 4-00-0 Y 0 0 C 0 04)0 0 4-00 0L Ot + O 0 0 0 L- 0 •- 000.0 0,00 >04-000 L- m w E 7- c> t0 7 0 C 0,O -L0,000.00 D-000. 0 0 0 0 7 -L,.-0 . 0 +0.-0 L •-0 a E 0 E n 00.-0-0 +,,--+00 Y 0+ > L L 0 •- O 0 OW L0000000000000+ + 0 0 a - a) ,0 O N U U+ 0+- 0 E C 0 0 a C O -0.0-0 4-000 0+00, >00.0 0-U . 0 0>000 00 0 7 L 0 00000Z. - LO •- > C a U L-0 - w Oa U T •- MOL ,0++00-0L00., - w +00, - WOO -0-0-000 0 a 07+ > •- C 0 7 0 a) -070 + + 0 L 0 0 L 0 0 0 >0000 C.) E W 3 U L r0 0, 0 0 0+ E- E+ U n+ 00 0> -0- a . 0 0 0 0 J0 0 •- C - O E EO X 0 0 0 L L 0 0 0 a 0,0.0,00- n 0 O WE 000000 00-0 E ai - n 3- 0 0 >0 C L 0 0 CJ N-0, >0 O> L C O L -0 0-00 0•- 0•- a)- -+0--000 a Oa N L 0 m 0 0- 0 0-+ U -0> C O •- a -00000 LOW -0,,Z0000-000 - 0 0++-C 0 T+ O •- - 0000N00000000.n 0000 000- > 0+ > C + - 0 0 - 0 0 0 0 0 0 . C a) L C C- 3 C- 0 O C 0 0 0 0- Y ,0 0C- 0+ 00+0 0- 0 E n L L 0 .--. U 0 0 0 0- C.-4--4- 0 0 0 L 0 0 0 00,,000,000+00 0 0 0 0+ U -00, L 0004 -O. -00 L L-0 0 C+ 0 •- L- C C 0 0 C 0 +0 000000300+-000 0 •- - L a>++0000.0.000 0-0- 0 0 a a U N JO4 N 0- C L Ca +0-00+-0 s •- C a) a) C - O •- - 00-00,--000+ 00+0 0- 0-000-+O- -0000000+0 0 0 _ LO - 0 0 0 0 .0.0 0 0 •- 0 0 0 0+ n 0004- C 0 o. 0> 0 •- > o. 0 0 w 0 0 0 E 0 0 E •- - 0 •- 0 Y+ 04-0000004-E 0 •-++0300 L w E L 0 3 0 0 0 OW + N O N E N> > L 0 0 - 0 0 0- L L L 0 L L L •- L U+ 0 0 0 0 0 0 0 a 0+ 0 7 0- 3: - n- U O L U 0 0 0 3= a a d n (L 0¢ a 0 n 0 N M tD 0 0 0 + a 0 0 C. 0 0 7 •- 0 0 3 + ON0 E w N C E+oo+ + nO+ . NCO E LLa a)L 03 0+00 L0 --O0 T -1- q-4- U O •- 0 L— E M E 00-0 a) 04-0 a) •- O00. 4-00 000 0004-+0 > 000!-0030 C 0 0 3 0+ - 0 •- C a1 00'-c)O u) •- O 00,c aL L •- _a _c000 L L 0 0 a) •- O 000,0 0 0 0 i0 a) + O 0 U a L T 0•- a) a 0 L C aa - 0) •- 0 000 0 0, 0 O+ - -> 0 a 00-00. L -Na)c) 3 a) a C E C 7 L O U C ,-01., O L 0-0 =0_0 O 0 L +I) - r0 c•- 0 0 0 L 00 L 0 0 0 0 0 C> 3 0 00 a•- 0 - U L U 0 000 O•- O 00 0 >04-00-04-- 00 T•- - act, - >00, aJ- >00L .O L 0 0 a) C + L) w 0 .O n *0-0000 304-4-0 O •- 0 00 a> L •- 04- 0 0 0 -+ 0 n 0+ L CD E N n L > L O N T O O L > m O+ 0 L L 0 O 0 0+ L 0) - u to . O a o T O E0 - O- L O t0 L O L+ 0 C CO 0 T 0 4-0>04- 0, --,ss O U -$'00-' C O C 0 n 0 C •- > a1 N 4-000--!0 3 0 0 0 -0,03C a .00 a _C0 O •- n •- 3 L'1.0_0322 - a) L C N C C •- 0 0 3 0 al N 4- +0> 0 0+ 0 E 0 0 0- W 3 0 00,043 0 O a E •- L C 3 •- 0) L 0 C 0 0 0 0 L 3 Ow CC -000, n+C - 00 L0O 0) 0.O LO •- o' a - C,_00-000 > 0n - N > M O O C 00 U_ O O O L L 0+ 7 C+ + 0 .,-00 E o UE ON 4-0>0 30, 0>00000* -00-3 O •- 0 aa- 0 0) L 0 00 000+,0 C L L U) w •- O O O - 0 0 m a 0- a) O L a > 0 0> 0 L L N - 00,0c> O+•- 0 E C 000 0 w •- 0,L0 0 000> 0 0+-0 L3 C} O •- L •- 0E L a' a 0 N L C O •- - 0t = O- OLN L L> •-t0 > C •- - > 0 0 0 E _a > a > L O 0 7 C w 0 00 00-00L 00 000 •- L 00 n- U Lo- O •- 000000 L •- 0 n 0- 00 L •- 0 0 0 0 04-0- )-0000000000000 4- U+ L O 7 L w N n CHEVRONS Suggested Maximum Spacing of Channelizing Devices 0 000000000000 c 0 08 c0 N- c0 Cr) 0 — - — N — V) — o- in L9 O L 8,2 0 M Ln M O Q Ln Q O in Ln Ln O Lfl Ln L9 O I� Ln I- O Minimum Desirable Taper Lengths ** - 0 ,,,;_-c0 w 0 0 - Ln o- N 0 N M 0 o- in 0 0 c0 0 LC c0 00 N I- e0 r- 00 o- co 0 01 0 L9 Cr, ..«4 +O - 0) (\101011.11 N 0) N 0) Q 0 in 0. c0 0 cO 0) - N- 0 0.04)0. ti Ln 00 0 00 - N 2.- +O 0 in - L n 0 N Ln c0 N 0 in Q 0 0 in 0 in Ln 0 0 c0 0 in L9 0 0 N 0 in N 0 0 OJ O E L O N 00 L9 J 0 0. II J ao d '0 a * O M Ln 0`) O Q Ln Q O Ln Ln Ln O c0 Ln LO O h- Ln h- O CO CHANNELIZING DEVICES AND DESIRABLE TAPER LENGTHS SHEET 21 OF 29 �.a Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (9) —14 FILE: boom-14.dgn ©TXDOT November 2002 EN: TxDOT 0K: TOOTDW: TxDOT CK: TxDOT CONT SECT JOB HIGHWAY HEVI SIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TYPE 3 BARRICADES 1. Refer to the Compliant Work Zone Traffic Control Devices List (CWZTCD) for details of the Type 3 Barricades and a list of all materials used in the construction of Type 3 Barricades. Barricades shall NOT be used as a sign support. 2. Type 3 Barricades shall be used at each end of construction Minimum ic projects closed to 011 traffic. 8" Width of Reflective Sheeting 7 inches. 3. Barricades extending across a roadway should have stripes that slope downward in the direction toward which traffic must turn in detouring. When both right and left turns ore provided, the chevron striping may slope downward in both directions from the center of the barricade. Where no turns ore provided at a closed road striping should slope downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should slope downward to the left. For the left side of the roadway, striping should slope downward to the right. 5. Identification markings may be shown only on the back of the barricade rails. The maximum height of letters and/or company logos used for identification shall be 1". 6. Barricades shall not be placed parallel to traffic unless an adequate clear zone is provided. 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand is recommended. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. Sand bags shall not be stacked in a manner that covers any portion of o barricade rails reflective sheeting. Rock, concrete, iron, steel or other solid objects will NOT be Permitted. Sandbags should weigh a minimum of 35 lbs and a maximum of 50 lbs. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) shall not be used for sandbags. Sandbags shall only be placed along or upon the base supports of the device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. 9. Sheeting for barricades shall be retroreflective Type A conforming to Departmental Material Specification DMS -8300 unless otherwise noted. Stiffener /450 TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 4' min., 8' max. Mr///// AI AIA 0 Flat rail Stiffener may be inside or outside of support, but no more than 2 stiffeners shall be allowed on one barricade. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES 3"-4.. min. 2" min. iD” min. 28" min. Two -Piece cones 14" min, orange 2" min. 1E4" min. white 2" min. 114" min. orange 2" min. 4" min. white 42" min. CONES t 3"-4" A 6" min. 2" min. 4" min. 28" min. One -Piece cones 28" Cones shall have a minimum weight of 9 1/2 lbs. 42" 2 -piece cones shall have a minimum weight of 30 lbs. including base. 1. Traffic cones and tubular markers shall be predominantly orange, and meet the height and weight requirements shown above. 2. One-piece cones hove the body and base of the cone molded in one consolidated unit. Two-piece cones have a cone shoped body and a separate rubber base, or bollast, that is added to keep the device upright and in place. 3. Two-piece cones may have a handle or loop extending up to 8" above the minimum height shown, in order to aid in retrieving the device. 4. Cones or tubular markers used at night shall have white or white and orange reflective bands as shown above. The reflective bonds shall have a smooth, sealed outer surface and meet the requirements of Departmental Material Specification DMS -8300 Type A. 5. 28" cones and tubular markers are generally suitable for short duration and short-term stationary work as defined on BC(4). These should not be used for intermediate-term or long-term stationary work unless personnel is on-site to maintain them in their proper upright position. 6. 42" two-piece cones, vertical panels or drums are suitable for all work zone durations. 7. Cones or tubular markers used on each project should be of the same size and shape. ^ 2" max. I I _ 3" min. II 2" to 6" ill 3" min. 28" min. 1 Tubular Marker SHEET 22 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-14 FILE. bcsm-14.dgn DN: TOOT HH: TxDOT H. TOOT HK: TxDOT ©TXDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 8-14 7-13 DIST COUNTY SHEET NO. TC C o O •- N ,L O e) TC ,O. C 00 o 0 L 3 3 LL 0+ 0 3 z. -E 0 TL .+w +- 0+ 0-0 < 0._ WW - OCD -00 OWL 0 00 L L L L L o 0 00 0 C E C E L 0 0 L0-0 0 0 3 0 0 0 C 0)O u 00m CO3 o0000 0 0 0 0 00 XH L 0 _ . ▪ 0 L 0L 0)0) L L L +00 0 0 00 >.0) C O -00L 0000 L w 0 e) >00 0 O O O O L ,- 7+ N C 0 L TO 0 o L Dow 0 0 0 0 OwL N0 O 00 0 X+ O , + TL L `-00 O 0 0)c 0) 0 0 W 7 E 0 ,000 - <L._._ L 0 C + t/t C 0 Y 0 O Eoch roadway of o divided highway shall be borricoded in the some manner. R11-2 M4 -10L ROAD CLOSED CETOURI NAME ADDRESS CITY STATE CONTRACTOR G20 -6T PERSPECTIVE VIEW The three rails on Type 3 barricades shall be reflectorized oronge and reflective white stripes on one side facing one-woy troffic and both sides for two-way traffic. Barricade striping should slont downward in the direction of detour. 30 feet Detour Roadway 10' A 1. Signs should be mounted on independent supports at a 7 foot mounting height in center of roadway. The signs should be a minimum of 10 feet behind Type 3 Barricades. 2. Advance signing sholl be os specified elsewhere in the plans. 1 1 8' mox. length Type 3 Borricodes PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION Min. 2 drums or 1 Type 3 barricade Alternate Approx. 50' On one-way roods downstream drums or barricade may be omitted here Drums, vertical panels or 42" cones at 50' maximum spacing Desirable stockpile location is outside clear zone. Approx. 50' Min. 2 drums or 1 Type 3 barricade Channelizing devices parallel to traffic should be used when stockpile is within 30' from travel lone. TRAFFIC CONTROL FOR MATERIAL STOCKPILES 42" EDGELINE CHANNEL I ZER v THIS DEVICE SHALL NOT BE USED ON PROJECTS LET AFTER MARCH 2014. 1. This device is intended only for use in place of o verticol panel to chonnelize traffic by indicating the edge of the travel lone. It is not intended to be used in transitions or topers. 2. This device sholl not be used to separate lanes of troffic (opposing or otherwise) or worn of objects. 3. This device is bosed on o 42 inch, two-piece cone with on olternote striping pattern: four 4 inch retroreflective bonds, with on opproximote 2 inch gap between bonds. The color of the bond should correspond to the color of the edgeline (yellow for left edgeline, white for right edgeline) for which the device is substituted or for which it supplements. The reflectorized bonds shall be retroreflective Type A conforming to Deportmentol Moteriol Specification DMS -8300, unless otherwise noted. 4. The bose must weigh o minimum of 30 lbs. SHEET 23 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-14 FILE. bosm-14.dgn ©TXDOT November 2002 REVISIONS 9-07 8-14 7-13 DN. Tx DOT CONT -- DOT DW. TxDOT JOB DOT HIGHWAY COUNTY SHEET N0. 8 n o a E L N Y O E • 0 • 3 • N o + + CO , 0 O L E a E C E 7 E N a E E O O � e e e 1 1 1 1 Typical Plastic Drum PERSPECTIVE VIEW These drums are not required on one-way roadway e e 1. Where positive redirectional capability is provided, drums may be omitted. 2. Plastic construction fencing may be used with drums for safety as required in the plans. 3. Vertical Panels on flexible support may be substituted for drums when the shoulder width is less than 4 feet. 4. When the shoulder width is greater than 12 feet, steady -burn lights may be omitted if drums ore used. 5. Drums must extend the length of the culvert widening. LEGEND CD Plastic drum Plastic drum with steady burn or yellow warning reflector light B Steady burn warning light or yellow warning reflector I Increase number of plastic drums on the illside of approaching traffic if the crown width makes it necessary. (minimum of 2 and maximum of 4 drums) PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS SHEET 24 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-14 FILE. bcsm-14.dgn ©TXDOT November 2002 DN. TOOT c1,:Tx0OToW. TOOT HE: TxDOT CONT SECT JOB HIGHWAY 9-07 7-13 REVISIONS 8-14 DIST COUNTY SHEET NO. TC CO o •- m 4-, OW TO +0 . COO 0 O N L03 0L 0+ N 3 L O O zw E 0 00- TL .+w +- 0+ U•- C OCD U C 0 •-O m O O L 0 00 L N L L L 0 d 0 00 OCE - N 0 LW -0 NE >3L CWO - 0) 0'00 C + OD • N 00 0 x N 0 0H L ▪ + _ . 0 L N 00, L > L +00 00 0.000 D 0 0 L 0 030 3 O L w LW > 0 >00 O O on 000 N 7+ 000 E TO C O LO, O L L COW O N NH O O W00 -x+ O , + TO L 4-00 0 0 0 00 00D 0 000-0- 00-03500 N 0 N L U ~ -0+ 00 C 0 YO WORK ZONE PAVEMENT MARKINGS GENERAL 1. The Contractor shall be responsible for maintaining work zone and existing pavement markings, in accordance with the standard specifications and special provisions, on all roadways open to traffic within the CSJ limits unless otherwise stated in the plans. 2. Color, patterns and dimensions shall be in conformance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 3. Additional supplemental pavement marking details may be found in the plans or specifications. 4. Pavement markings shall be installed in accordance with the TMUTCD and as shown on the plans. 5. When short term markings are required on the plans, short term markings shall conform with the TMUTCD, the plans and details as shown on the Standard Plan Sheet WZ(STPM). 6. When standard pavement markings are not in place and the roadway is opened to traffic, DO NOT PASS signs shall be erected to mark the beginning of the sections where passing is prohibited and PASS WITH CARE signs at the beginning of sections where passing is permitted. 7. All work zone pavement markings shall be installed in accordance with Item 662, "Work Zone Pavement Markings." RAISED PAVEMENT MARKERS 1. Raised pavement markers are to be placed according to the patterns on BC(12). 2. All raised pavement markers used for work zone markings shall meet the requirements of Item 672, "RAISED PAVEMENT MARKERS" and Departmental Material Specification DMS -4200 or DMS -4300. PREFABRICATED PAVEMENT MARKINGS 1. Removable prefabricated pavement markings shall meet the requirements of DMS -8241. 2. Non -removable prefabricated pavement markings (foil back) shall meet the requirements of DMS -8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS 1. The Contractor will be responsible for maintaining work zone pavement markings within the work limits. 2. Work zone pavement markings shall be inspected in accordance with the frequency and reporting requirements of work zone traffic control device inspections as required by Form 599. 3. The markings should provide a visible reference for a minimum distance of 300 feet during normal daylight hours and 160 feet when illuminated by automobile low -beam headlights at night, unless sight distance is restricted by roadway geometrics. 4. Markings failing to meet this criteria within the first 30 days after placement shall be replaced at the expense of the Contractor as per Specification Item 662. REMOVAL OF PAVEMENT MARKINGS 1. Pavement markings that are no longer applicable, could create confusion or direct a motorist toward or into the closed portion of the roadway shall be removed or obliterated before the roadway is opened to traffic. 2. The above shall not apply to detours in place for less than three days, where flaggers and/or sufficient channelizing devices are used in lieu of markings to outline the detour route. 3. Pavement markings shall be removed to the fullest extent possible, so os not to leave o discernable marking. This shall be by any method approved by TxDOT Specification Item 677 for "Eliminating Existing Pavement Markings and Markers". Traffic 4. The removal of pavement markings may require resurfacing or seal Operations coating portions of the roadway as described in Item 677. ,Texas Department of Transportation Standard DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS -4200 TRAFFIC BUTTONS DMS -4300 EPDXY AND ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6130 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS DMS -8241 TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS DMS -8242 A list of prequalified reflective raised pavement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings con be found at the Material Producer List web address shown on BC(1). SHEET 25 OF 29 5. Subject to the approval of the Engineer, any method that proves to be successful on a particular type pavement may be used. 6. Blast cleaning may be used but will not be required unless specifically shown in the plans. 7. Over -painting of the markings SHALL NOT BE permitted. 8. Removal of raised pavement markers shall be as directed by the Engineer. 9. Removal of existing pavement markings and markers will be paid for directly in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated in the plans. 10.Black-out marking tape may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC(11)-14 FILE. bcsm-14.dgn ©JxDOT February 1998 DN. TxDOT cH: TxDOTow: TxDOT Ho: TxDOT CONT SECT JOB HIGHWAY REVISIONS 2-98 11-02 7-13 1-02 9-07 8-14 DIST COUNTY SHEET N0. TC CO O •- W L OW 0 TO + O . COO 0 O N L 0 7 0L 0+ 0 3 + o O zw E T 0 .+w U•- C ¢0+ WW- OCD W- UC7 +00 OWL 00 LLW d 0 00 O C 0 C E - W 0 LW -0 0E 034_ C W W O 0)00 C W H ± 0 7 NOW 00)) XH L 0 ▪ 0 _ . U L 0 0 L L > L + 0 0 00 TNC D 0 0 L 0 0 3 O C w LW OWL >00 on O L N 7+ 000 E TO C o LO, O L L 0 O 0 0wL 01-0 0 000 0 X+ L ti + TO L 4-00 0 0 0 C N D 0 0-)- )0 E N 0 W N L 0 C + an c 0 YO Temporary Flexible -Reflective Roadway Marker TobS TOP VIEW FRONT VIEW SIDE VIEW Height of sheeting is usually more than 1/4" and less than 1". LJ Adhesive pad STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE 1. Temporary flexible -reflective roadway marker tabs used as guidemarks shall meet the requirements of DMS -8242. 2. Tabs detailed on this sheet are to be inspected and accepted by the Engineer or designated representative. Sampling and testing is not normally required, however at the option of the Engineer, either "A" or "B" below may be imposed to assure quality before placement on the roadway. A. Select five (5) or more tabs at random from each lot or shipment and submit to the Construction Division, Materials and Pavement Section to determine specification compliance. B. Select five (5) tabs and perform the following test. Affix five (5) tabs at 24 inch intervals on an asphaltic pavement in a straight line. Using a medium size passenger vehicle or pickup, run over the markers with the front and rear tires at a speed of 35 to 40 miles per hour, four (4) times in each direction. No more than one (1) out of the five (5) reflective surfaces shall be lost or displaced as a result of this test. 3. Small design variances may be noted between tab manufacturers. 4. See Standard Sheet WZ(STPM( for tab placement on new pavements. See Standard Sheet TCP(7-I) for tab placement on seal coat work. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised pavement markers used os guidemarks shall be from the approved product list, and meet the requirements of DMS -4200. 2. All temporary construction raised pavement markers provided on a project shall be of the same manufacturer. 3. Adhesive for guidemarks shall be bituminous material hot applied or butyl rubber pad for all surfaces, or thermoplastic for concrete surfaces. Guidemarks shall be designated as: YELLOW - (two amber reflective surfaces with yellow body). WHITE - lone silver reflective surface with white body). DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS -4200 TRAFFIC BUTTONS DMS -4300 EPDXY AND ADHESIVES DMS -6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS -6130 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS -8240 TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS DMS -8241 TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS DMS -8242 A list of prequalified reflective raised pavement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings can be found at the Material Producer List web address shown on BC(1). SHEET 26 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC(11)-14 0100: bcsm-14.dgn ©TXDDT February 1998 M. TOOT co:TxDOTDW: TOOT 10:TxDOT CONT SECT JOB HIGHWAY REVISIONS 2-98 11-02 7-13 1-02 9-07 8-14 DIST COUNTY SHEET N0. 96 TC O O N } L O > TC +o C U 0) O N O ❑ LL O+ N 3 Z -E 0 TL .+4- , — +— 0, 0•- C 0 N± U C 7 0 N +aa) 0 N L 0 O) L L a 0) OCE N 0 L O)0 0 E 0) 7 L C N 0 N O)O+ C w— O 0 ❑ 0C) N Ox (1) X00 L U) + L 0) OWL + N 0 0 0 TNC 11 + •- O 0LL 3 O C c 4- L O) > 0 0 Oa 0)L N ❑+ 5000 E TL 0 O L LOW O L L C C O 0) OWL NO 0 ND O -x+ L ti + L TO + O O O O) C 1, W3 7 E E 0 N 0 N N •_ L U C t/) C Y 0 PAVEMENT MARKING PATTERNS O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O a H O 3 0 0 0 0 0 0 0 ¢ a H 3 0 0) >- 0 O 0) > LJ RAISED PAVEMENT MARKERS - PATTERN A REFLECTORIZED PAVEMENT MARKINGS - PATTERN A 0 0 ❑ 0 0 0 0 0 0 0 0 0 00 0 0 0 0 00 Type Y buttons 4- 0 F + U) m C 04 L nu 0)•- N Y 0 a E 0 0 } E U) v o O a 0) N T 0 E U N C N 0 L '0 D L N N + 3 O + L 040) 04 O N O U) 0 1 C 0 OT OS E O o� o c H Y 00 E + D N U) O ¢ U C 0 L N 0 O + 0) O L U Q O V o V 0 o O O O (r O ❑ 0 ❑ O 0 O — O O L 0 ❑ O ❑ ❑ o 0 ❑ 0 0 a O) O 0 0 o ~ O O \ /10 ❑ ❑ O ❑ 0 ❑ } O ° n 0> 0 ❑ ❑ a) 0 a O O� o o 0 ❑ NO ❑ ❑ o c ❑ o O ° O 0 7 O ❑ fl ❑ OO o Q O T ° / o O Q O O 0 0 ❑ ❑❑ O ❑ 0 / O 3 �1 0) > 0) > / a tit W crK RAISED PAVEMENT REFLECTORIZED PAVEMENT MARKINGS Q 2 0 2 0 W G G t 0 La L/1 W z J W z J Oif W 0 0 W standard 0) > w O O a N a + O N a E _ L O) • } L V) OE ❑ w O O D- L 0) K -O 4- L ¢ O) N O) O) 7 LZ + Z 0— W L— (1) —(1) O 0) W Y L O) > L 00 E ¢ E N o 04 C 0 +c O w c •- O Y } E L w¢ > 0 Cc — = O O. + to (NJ 04-5-- 0 O) 0 t0 O) E ❑ N O E > > O 0) O O L + SHEET 27 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-14 FILE: bcSm-14.dgn DN: TxDOT CK: TxDOTow: TxDOT CK: TxDOT ©TxDOT February 1998 CON) SEC/ Joe HIGHWAY REVISIONS 1-97 11-02 7-13 DISE COUNTY SHEET NO. 2-98 9-07 8-14 TC C O O._ N 0 L O > TO + O C U 0) O N L L L O + N 3 L + 0 0 Z 0 } L + — CD 0 •- 0 a.0•- 0c— U 0 7 O N +1041 U N L O N L L a 0 O 0 C c EC N a ND C N 0 - N C O N C + W ti — 1/I 0 N 0 X (1.1 X L 0) = • 0 0) L > + O 0 0 0 T N C 0 9 -.- D L 0 3 0 C 4 4) N 0 0 0 0 O O a Q L N 7+ Na0 E TO D C 0 - O O 0 0 O 0 O w N0 O O N 00 O LH + D TO o 0 o a 0 CC N 0+O w 7 E N N N N _) _ •- tf) U D + — C - + � Y O w w H J 101 ❑c"`J❑❑ 0 ❑ v 0 0 0 0 00 00 0 00 00 00 ❑ ❑❑ 0 ❑ 00 ❑ ❑ ❑ 00 U 1) 00 — T T+ \� 00 4 ~ n 00 i / ❑ ❑❑ 0 r ❑ \\�00 ❑ ❑ .yN, 0 ❑ a 00 ❑❑ 00 00 00 ❑ ❑❑ 0 0 00 ❑ ❑ 00 00 a Q 00 00 00 a) ❑ a ❑❑ ❑ ❑ 4 00 ❑ 00 00 00 ❑ 00 ❑ ❑ 00 ❑ 3 O 0 r 44 RAISED PAVEMENT MARKERS REFLECTORIZED PAVEMENT MARKINGS Prefabricated markings may be substituted for reflectorized pavement markings. W Z J rn�❑rny ❑❑ ❑❑ ❑ 0 O o ❑ ❑ 0 0 0 0 0 0 ❑ ❑❑ 00 0 ❑ o0 < 0 0 0 ❑ ' 0 0 O 0 0 0 0 a a T - ❑ o o ❑ o 0❑ ❑0 ❑ ❑O❑ ❑O ❑ N O O C o O O O -0 0 >- 0 o 004)00 ❑ o o❑ a❑o ❑ Of .-o 0 0 O 0 0 0 ❑ 0 0 A ❑ ❑ 00 00 ❑ 0 00 o LLJJ 0 �LJ� 0 47 4 4 RAISED PAVEMENT MARKERS REFLECTORIZED PAVEMENT MARKINGS Prefabricated markings may be substituted for reflectorized pavement markings. TWO-WAY LEFT TURN LANE standard a 0 > O O a N a+ O C 41 E _ i 0 • + L V) N E 0 W 000- L 0OTL d) Cr -0 + L Q 0 N 0 4) 0 .0 L N — L — 0 0 L L N O E N 0 C C 0 Y .0 E 0 N > 0 > E — — O a + 10 N C + a 0 tO U t0 w v a > 0 a) 0 0 L + Cr a a and meet "RAISED PAVEMENT SHEET 28 OF 29 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-14 FILE: bosm-14.dgn DN: TxDOT K: TxDOT lo: TxDOT K: TxDOT ©TxDOT February 1998 CONT SECT JOB 410)00Y HEVI SIONS I -97 11 -02 7-13 DIST COUNTY SHEET NO. 2-98 9-07 8-14 TC CO O •0 0 L O ; TC +o COO O L 0 3 3 LL 0+ 0 3 + L •- z. -E 0 TL .+w - 0, 0 - C ¢0+ 00- 0 C 3 00 00 L O 0 L L (O a 0 0 CC O C E 00 L 0-0 OE 0 3 L 000 V1 O,O+ C 0 O 0 00 0 0 0 O x 0 0H L 0 .▪ 0 L 0 0 0 L L > L + 0 O O 0 T,0 C D 0 O 00 0 0 3 O L w L 0 >00 on O,L O 3+ 0 n O •- E TL -000 LOW 0 -DLL 0 0 0 OWL 0 N0 O 00 0 x+ L ti + TL L `-0O O 0 C O_ .. 0 O NDO+ W 3 E > -.000 L._._ L U ~ 0, 0 C 0 Y 0 O STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS SOLID LINES DOUBLE NO -PASSING LINE 60" 3" Type II -A -A Type Y buttons RAISED /_❑ 0 0 O ❑ O O O\❑ O O/ O ❑ O PAVEMENT 4 to 12 MARKERS ❑ 0 0 0 0 0 0 0 0 0 0 0 0 0 V 4" REFLECTORIZED PAVEMENT 4 to 12"__ MARKINGS Yellow EDGE LINE OR SINGLE NO -PASSING LINE RAISED PAVEMENT MARKERS Type I -C , I -A or II -A -A Type W or Y buttons O 0 0 0 0 0 0 0 ❑ 0 0 0 ❑ 0 0 4 60" 3" V 4" White or Yellow WIDE LINE (FOR LEFT TURN CHANNELIZING LINE OR CHANNELIZING LINE USED TO DISCOURAGE LANE CHANGING.) RAISED PAVEMENT 1 -2" MARKERS REFLECTORIZED PAVEMENT MARKINGS Type/eef I -C 60 3 Type W buttons _❑J, O 0 0❑ O O O 0 OO O 0 O O O O 0 O O O 0 O O O 0 O F8 White BROKEN LINES CENTER LINE OR LANE LINE RAISED PAVEMENT MARKERS REFLECTORIZED PAVEMENT MARKINGS Type I -C or II -A -A 0 0 0 0 0 0 0 0 110' 30' I=55>I H10' 40' ± 1' 30' Type I -C or II -A -A (when required) White or Yellow AUXILIARY OR LANEDROP LINE RAISED PAVEMENT MARKERS RAISED PAVEMENT MARKERS 0 0 0 0 3 'I` 9 _ I _ 4I F 3 4- 9 0 0 0 ❑ Type I -C or II -C-R REMOVABLE MARKINGS WITH RAISED PAVEMENT MARKERS If raised pavement markers are used to supplement REMOVABLE markings, the markers shall be applied to the top of the tape at the approximate mid length of tape used for broken lines or at 20 foot spacing for solid lines. This allows an easier removal of raised pavement markers and tape. 5' 6' Raised Pavement Markers 30 L 20' 1' Centerline only - not to be used on edge lines Raised pavement markers used as standard pavement markings shall be from the approved products list and meet the requirements of Item 672 "RAISED PAVEMENT MARKERS." SHEET 29 OF 29 0 Texas Department of Transportation Traffic Operations Division Standard BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-14 FILE: bosm-14.dgn DN: TOOT H K:TxDOTHw: TOOT H K:TxDOT ©TxDOT February 1998 CONT SECT JOB HIGHWAY REVISIONS 1-97 11-02 7-13 2-98 9-07 8-14 DIST COUNTY SHEET N0. 1/14A110 - SW1Vdal NOLLVIS IdI7 r- r - 1,111011 R NENS1011 NO. 12.1510N NO. DESCRISNION LIFT STATION REPAIRS - CRYWIDE 2016 TITLE SHEET AND PLAN INDEX CITY of CORPUS CHRISTI TEXAS Deportment or Engineering Services IE URBAN ENGINEERING lb br:4127:4, rt= I— d88AN_ WHFrECAP LEEWARD LI) —,..'•fi-"V AP s °o �� ��a A D � POR�c PADRE SOUT _cess O °o ma l °T. s v� iavwsva _' oa : "4p aar ns iav vfroave zR SVNINNANDOC RDs • / tan,° o' f Abp°K� GB. PNA —i : N Dta ; o �"0 na .° ,o i' i p Soo 53M CA CO PASS Z A \ COMPASS M® MOP' U � °:,-', ie ARROAD OPD SA PARK R ?cc Z ZI r 6 -Ti cp o «ewae 3 mDwaR•V.41 2 0 A �� �b l3D tlJ. __) OV G n z n 0:0 tli2Q mw NQ waR 39 Z® m ~ o/ -_ ', ^� "�"� eW,, Z s a0q . ,, 2 WOW° b �oA a, O poW t oGp N 5 CUBPNA� OO O �o/ p /O a v C 0 r a0a R a ,anDDW 5 m CABPNA �o - , 4% Won • oA t oDo oyc` 0 COMP SS 9 a+ 6 0 T ss PA 9Pg 9 1-81 �� M � _ PPRK ROAD zz sANorouPR� Z PARK ROAD zz SAND oLuR ti �b �3o yy�d MNy O ID) 33a 130 .7.0D / / �� <4 �n a o � os - mg o3�➢000..a� — --o — -- PE 151 x No. w,e ® reEV1510N No. E,E ® oeswK.aN SHEEI 02 a 28 STL-215 LIFT STATION REPAIRS - CITYWIDE 2016 eh4I1 w '', . nsint'w CITY of CORPUS CHRISTI i URBAN ENGINEERING LOCATION MAP NO. 1 TEXAS e Ce E , ...,o, '. o w Department of Engin mg Ser' .-,-'7,,,-IF LIFT STATION SITE ft CD -_ �V a ,' ok Sco f SR/p 0 4. _ splp ___ ¢WOE / gRNf o d (qH ,T p ,_Y ,4,,,/47, e Oe W 0 „, �� o� y ,,DE f v_ y,P _ e3 Q 0Q¢ 2 02 ,,,,,,''Y _3y/ (q,�FSQ > J pNfC( 0 0� e CRP E 2 C'? TSV y 2 ECO �, (, TURTLE E LIFT STATION — 9547 BL 7 , • ',..: 4. 0 'a '2,1; 1 , . Fea�jW, 1",,UMpq(�GU00'' N .00,, LIFT STATION SITE S pp ,, (SHELL) eo f ,,,,,'' , ----'*---4-:4_, '': 1 4, R o`$ op a �� 6, so IE9g4leE°'Er mo �, // g i • eo,�, a' a °o'RpR s. 9 s �\ °-- =' '',,:,,,,":=‘,„. e 1 syt�x aE Ecru m�'�� ?� i ��e� sR ra wtc oN stir e ! UP RIVER ROAD LIFT STATION — 12451 UP RIVER RD. m� A N om '8 0 o m ti1 8 s sEEs A o ELESA WESTGATE a aE1E r <88 7' FRANCE'CA EASTGATE n ROSE OIINCPN e� PIEERSP CIN fC ®®®By ., • ti UNTZER It Iffllmin FARR A , °A° m irin Oi ® NA m IM eaah ti, �r�, z,Eon RIM NG —rwmanimm . • 101111 W sTHMEM ,Aaa'r �i Fati ®n 8x _ Ori NO TE BY ON REVISION NO o„, eV DESCRIPTION S m�nwis ^ N s u, 0 N LIFT STATION REPAIRS — CITYWIDE 2016 CITY of CORPUS CHRISTImow TEXAS Department of Engin ing Ser' 1 ehlb „V4,271:''''.= VR�N ENGINEERING LOCATION MAP NO. 2 N NO OD BY DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 LEEWARD LIFT STATION — SITE LAYOUT AND CONTROL OF FLOW REVISION NO DATE DESCRIPTION CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services I URENGIBAN �Y.y/diu��8h�114 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 LEEWARD LIFT STATION — DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 LEEWARD LIFT STATION - IMPROVEMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN DATE os O PROM, LINE 22 DESCRIPTION REVISION NO. LIFT STATION REPAIRS - CITYWIDE 2016 JACKFISH LIFT STATION — SITE LAYOUT AND CONTROL OF FLOW DATE CITY of CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION I URBAN �N PRATE DATE DESCRIPTION REVISION NO. DATE DESCRIPTION ro O OD LIFT STATION REPAIRS - CITYWIDE 2016 JACKFISH LIFT STATION — DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN PRIVATE PROP Pn DATE DESCRIPTION REVISION NO. DATE DESCRIPTION ro OD LIFT STATION REPAIRS - CITYWIDE 2016 JACKFISH LIFT STATION - IMPROVEMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN Z® 5 2 dIWN VI/ DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 LAKE PADRE SOUTH LIFT STATION - SITE LAYOUT AND CONTROL OF FLOW CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 LAKE PADRE SOUTH LIFT STATION - DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN 6h�116 ,. moo. �a„iai"snmma`�.o CRDVSMESI RVI. (NOT IMPRC4ED) PRIMIE PROPERTY 5 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION ,66 r 03 LIFT STATION REPAIRS - CITYWIDE 2016 LAKE PADRE SOUTH LIFT STATION - IMPRDVEMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I URBEAN 614,6 S= DORSAL S. PAIS -HNC CURB STREET POW H VCP DATE BY DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 SEAHORSE LIFT STATION — SITE LAYOUT AND CONTROL OF FLOW CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN e/[ 7IV130 dV1100 3132,13N00 11111 " I 1001113 DORSAL Sr 0 0 0 0 0 0.o.o0.o.o0 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 SEAHORSE LIFT STATION — IMPROVEMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN z® DATE BY DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 UP RIVER ROAD LIFT STATION — SITE LAYOUT AND CONTROL OF FLOW REVISION NO. DATE DESCRIPTION CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services I URENGIBAN 0 111111111111111 • 1 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 UP RIVER ROAD LIFT STATION - DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN NEE • 1 DATE DESCRIPTION REVISION NO. DATE DESCRIPTION n OD LIFT STATION REPAIRS - CITYWIDE 2016 UP RIVER ROAD LIFT STATION - IMPROVEMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN :Wia 0 Z PiEPT =',, m 0 r 0 PI gI O 0 g C O Z 0 0 r 0 rJ DATE DESCRIPTION REVISION NO. DATIL DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 UP RIVER ROAD LIFT STATION — IMPRDVEMENTS SHEET 2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN xi -8,5:088 ---3101313 roa a3a— DATE BY DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 TURTLE COVE LIFT STATION — SITE LAYOUT AND CONTROL OF FLOW CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN Tri DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 TURTLE COVE LIFT STATION — DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 TURTLE COVE LIFT STATION - IMPROVEMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN DATE BY DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 STUDEBAKER LIFT STATION — SITE LAYOUT AND CONTROL OF FLOW REVISION NO. DATE DESCRIPTION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN TJ z C co ti O DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 STUDEBAKER LIFT STATION — DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN DATE BY DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 STUDEBAKER LIFT STATION - IMPROVEMENTS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN 0 ar..19, 'ON g, 'TO r- r- r- r - U) MT/ DESCRIPTION REVISION NO. BY DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 STUDEBAKER LIFT STATION — STRUCTURAL E_F2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services I URBAN ENGINEERING 5goo 7' HIGH EXTERIOR CHAIN LINK FENCE DETAIL 1 z n DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 DETAIL SHEET CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS - CITYWIDE 2016 ELECTRICAL DETAILS ISR CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN SIN Od 0/1 VaVOs 3-18V1 NOI1VIS Lill DATE DESCRIPTION REVISION NO. DATE DESCRIPTION LIFT STATION REPAIRS — CITYWIDE 2016 CONTROL PANEL SCHEMATIC CITY of CORPUS CHRISTI TEXAS Department of Engineering Services IURBGIEENAN 00 9101 ADDENDUM NUMBER 1 Project: Lift Station Repairs — Citywide 2016 Project Number: Owner: City of Corpus Christi � E16304 City Engineer: J.H. Edmonds, P.E. Designer: Urban Engineering — Mark Maroney, P. E. Addendum No. 1 Specification Section: 00 91 01 Issue Date: Sept. 15, 2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Urban Engineering Mark Maroney, P. E. Sept. 15, 2016 Name Date Addendum Items: ARTICLE 2 — Modifications to the Specifications or Technical Specifications • Modifications to Section 13C1.9 • Modifications to Section 13C1.10 ARTICLE 4 - Clarifications 9: tee' Urban Engineering TBPE No. 145 Addendum No. 1 Lift Station Repairs — Citywide 2016, Project No. E16304 009101-1 Rev 0143-2016 ARTICLE 2 - MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 MODIFICATIONS TO SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. SECTION 13C1 General Requirements — Paragraph 13C1.9 Control Panels, Item g. Circuit Breakers DELETE: Breakers shall be UL listed for 120/240 volts with 10000 A.I.C. ADD: Breakers shall be UL listed for 120/240 volts with 22,000 A.I.C. B. SECTION 13C1 General Requirements — Paragraph 13C1.10 Main Electrical Disconnect DELETE: Short Circuit Ratings shall be 10,000 A.I.C. RMS SYM for 240 -volt breakers and 65,000 A.I.C. RMS SYM for 480 -volt breakers. ADD: Short Circuit Ratings shall be 22,000 A.I.C. RMS SYM for 240 -volt breakers and 65,000 A.I.C. RMS for 480 -volt breakers. ARTICLE 4 — QUESTIONS AND CLARIFICATIONS 4.01 QUESTIONS A. Question: "Are there replacement of electrical meters in this project?" Clarification: "The drawings indicate which lift stations have work involving the electrical meters. Each lift station has different requirements. There are lift stations that require electrical meter replacement and/or a new electric meter enclosure. B. Question: "Is an electrical permit required for this project?" Clarification: "An electrical permit is required. The Contractor shall obtain and pay for an electrical permit from the City for the work required for this project and shall pay all fees necessary in connection with his work". END OF ADDENDUM NO. 1 Addendum No. 1 Lift Station Repairs — Citywide 2016, Project No. E16304 009101-2 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 — BID RECIPIENT 1.01 In accordance th the Draw n gs Specifica ions, d Contract c ments, this Bid Proposal is submitted by �Duu � �V'N. n( 1UI XL) 1 J (type or print name of company) on: Wednesday, SeptembLr 28, 2016 a 2:00pm., for Lift Station Repairs Citywide 2016, Project No. E16034 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid — Lift Station Repairs — Citywide 2016, Project No. E16304 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Adde du Date Acknowledging Receipt Sig(1) 14 Bid Acknowledgement Form 00 30 00 - 1 Lift Station Repairs—Citywide 2016, Project No. E16304 Roan -13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 6. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form Lift Station Repairs— Citywide 2016, Project No. E16304 003000-2 Rev01.13.2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all Irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form Lift Station Repairs — Citywide 2016, Project No. E16304 003000-3 Rev 01-13-2016 ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 290 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 320 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TOTHIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDD RS, the following are made a condition of this Bid: A. Bid Security. 1/11. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. VC. SECTION 00 30 01 BID FORM. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. 1/0. SECTION 00 30 05 DISCLOSURE OF INTEREST. E. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 —VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form Litt Station Repairs—Citywide 2016, Project Na. E16304 003000-4 Rev 01.134016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Associated Construction Partners LTD 215 W. Bandera Rd Ste. 114-461 Boerne TX 78006 (t ed r •dated full legal name of Bidder, (individual's signature) (typed or printed) tYlk (I1i r (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: (individual's signature) Associated Construction Partners LTp 215 W. Bandera Rd Ste. 114-461 C3perm—TX-780O5 rile, (,,[ afrt 1 fJl (Attach evidence of authority to sign if the authorized individua is not the Bidder, ba n individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form CO 30 00 - 5 Lift Station Repairs— Citywide 2016, Project No. E16304 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. LI Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: :!1sotntcd Construction Partners LTD 215 W. Bandera Rd Ste. 114-461 Bne *stied) j'1/t11rLm VYV1,hG signature -- attach evidence of authority to sign) (typed or printed) 215 W. Bandera Rd Ste. 114-461 Boerne TX 78006 l;V 1� L1k' jL' Email: 4L\1 ,� C W'iQ U END OF SECTION Compliance to State Law on Nonresident Bidders Lift Station Repairs—Citywide 2016, Project No. E16304 003002-1 11-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Log., Regular Session, This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. OFFICELtS1=ONLY Date Receivee 11 Name of person ho has a business relationship with local governmental entity. I VIA 11N, f Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) LIName of local government officer with whom filer has employment or business relationship. t 0Pc Nam of Officer This section (item 3 including subparts A, B, C & 0) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of direction of the governmental entity? the questionnaire receiving or likely to receive taxable income, other than investment income. from or at the local government officer named in this section AND the taxable income is not received from the local Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section J / Sig Ding business with the governmental entity Date Adopted 05/29/2007 00 30 05 City of Corpus Christi Disclosure of interest IL.R NCN111FR: TO BE ASSIGNED BYCITV VITCH..\SING DIVISION City of C1TY OF CORPUS CHRISTI Corp a DISCLOSURE OF INTEREST City of -Corpus Christi Ordinance 17112. as amended. requires all persons or firms seeking H do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements. Certifications and definitions. COMPANY NAME: 1'. O. BOX: STREET ADDRESS: FIRM IS: Associated Construction partners LTD 215 W. Oendere Rd Ste -1r11 161 Boerne TX 78006 1. Corporation 4. .association CITY: Ot Partnershipho 5. . Sole Owner DISCLOSURE QUESTIONS t'additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3"/a or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership it? the above named "firm." Nance Board. Commission or Committee 4. State the names of each employee or ofii er of a "consultant" for the City of Corpus Christi who worked 00 any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership it the above named "firm." Name Consultant City of Corpus Christi Disclosure of Interest 00 30 05 - tics' 01-13-2010 FILING REQUIREMENTS NTS Ifa person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof. you shall disclose that fact in a signed writing to the City official. employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing tiled with the City Secretary. [Ethics Ordinance Section 2-349 Id)1 CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that l have not knowingly tvithheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: ttcl ' 11 r;�,« Signature of Certifying Person: 44_ 'Title: DEFINITIONS Date: a. "Board member." A member of any board. commission. or committee appointed by the City Council of the City of Corpus Christi. Texas. b. "Economic benefit", An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional. industrial or commercial. and whether established to produce or deal with a product or service. including but not limited to, entities operated in the forth of sole proprietorship, as self-employed person. partnership, corporation. joint stock company. joint venture. receivership or trust. and entities which far purposes of taxation are treated as non-profit organizations. c. "Official." The Mayor, members of the City Council. City Manager. Deputy City Manager. Assistant City Managers. Department and Division Heads, and Municipal Court sludges of the City of Corpus Christi, Texas. I; "Ownership interest." Legal or equitable interest. whether actually or constructively held, in a first. including when such interest is held through an agent, trust, estate, or holding entity. -Constructively held" refers to holdings or control established through voting trusts, proxies. or special terms of venture or partnership agreements." g. "Consultant." Any person or firm. such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest fro 30 05 - 2 Rev OI -13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Lift Station Repairs — Citywide 2016 Project No. E16304 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid ata fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: itsu ciated Utti. 7t on 215 W. Bandera Rd 4'r.. G 14—L. Boal, to �tyir'T printed) 01 nature -- attach evidence of authority to sign) (typed or printed) Assoc aced 215 W. Bandera Rd Ste 114-461 Boerne TX 78006 Email:yE),1_1k.ar END OF SECTION Non -Collusion Certification Lift Station Repairs — Citywide 2016, Project No, E16304 00 30 06 - 1 11-25-2013 CJVCAST Report Created On: 9/28/2016 223:46 PM PROJECT: El 6304 Lift Station Repairs - Citywide 2016 BIDDER: Associated Construction Partners Ltd TOTAL BID: $1,359,000.00 COMPLETION TIME: Not Required BIDDER INFO: 215 W Bandera Rd Ste 114-461 Boerne,TX 78006 P: 210-698-8714 F: 210-698-8712 CIVCAST Report Created On: 9/28/2016 2:23:46 PM BID FORM BASE BID Total General $64,000.00 Leeward Lift Station $168,500.00 Jackfish Lift Station $134,000.00 Lake Padre South Lift Station $148,500.00 Seahorse Lift Station $123,000.00 Up River Road Lift Station $136,000.00 Turtle Cove Lift Station $167,000.00 Studebaker Lift Station $308,000.00 Allocations $110,000.00 Total $1,359,000.00 Base Bid General No. Description Unit Qty Unit Price Ext Price Al Mobilization LS 1 $64,000.00 564,000.00 B2 Sub Total: $64,000.00 Leeward Lift Station No. Description Unit Qty Unit Price Ext Price 61 Lift Station Improvements LS 1 $61,500.00 $61,500.00 B2 Etectrical LS 1 552,000.00 552,000.00 B3 Control of Flow LS 1 528,000.00 528,000.00 B4 Wet Well Cleaning LS 1 515,000.00 $15,000.00 65 Perimeter Fence LS 1 $12,000.00 512,000.00 Sub Total: 5168,500.00 Jackfish Lift Station No. Description Unit Qty Unit Price Ext Price 01 Lift Station improvements LS 1 556,000.00 $56,000.00 C2 Electrical LS 1 546,000.00 $46,000.00 03 Control of Flow LS 1 517,000.00 517,000.00 04 Wet Well Cleaning LS 1 515,000.00 515,000.00 CIVCAST Report Created On: 9/28/2016 2:23:46 PM Jackfish Lift Station No. Description Unit Qty Unit Price Ext Pnce 01 Sub Total: 5134,000.00 Lake Padre South Lift Station No. Description Unit Qty Unit Price Ext Pnce 01 Lift Station Improvements LS 1 $73,000.00 $73,000.00 D2 Electrical LS 1 $34,500.00 534,500.00 D3 Control of Flow LS 1 517,000.00 517,000.00 D4 Wet Well Cleaning LS 1 515,000.00 515,000.00 D5 Perimeter Fence LS 1 59,000.00 $9,000.00 Sub Total: $148,500.00 Seahorse Lift Station No. Description Unit Qty Unit Price Ext Price El Lift Station Improvements LS 1 542,000.00 $42,000.00 E2 Electrical LS 1 $47,000.00 $47,000.00 E3 Control of Flow LS 1 510,000.00 $10,000.00 E4 Wet Well Cleaning LS 1 515,000.00 515,000.00 E5 Perimeter Fence LS 1 59,000.00 $9,000.00 Sub Total: $123,000.00 Up River Road Lift Station No. Description Unit Qty Unit Price Ext Price F1 Lift Station Improvements LS 1 $65,000.00 565,000.00 F2 Electrical LS 1 536,000.00 536,000.00 F3 Control of Flow LS 1 520,000.00 $20,000.00 F4 Wet Well Cleaning LS 1 515,000.00 515,000.00 Sub Total: 5136,000.00 Turtle Cove Lift Station No. Description Unit Qty Unit Price Ext Price GI Lift Station Improvements LS 1 580,000.00 580,000.00 G2 Electrical LS 1 $47,000.00 $47,000.00 G3 Control of Flow LS 1 $25,000.00 525,000.00 CIVCAS Report Created On: 9/28/2016 2:23:46 PM Turtle Cove Lift Station No. Description Unit Qty Unit Price Ext Price G4 Wet Well Cleaning LS 1 $15,000.00 $15,000.00 H2 Sub Total: $167,000.00 Studebaker Lift Station No. Description Unit Qty Unit Price Ext Price H1 Lift Station Improvements LS 1 $190,000.00 $190,000.00 H2 Electrical LS 1 $63,000.00 $63,000.00 H3 Control of Flow LS 1 $40,000.00 $40,000.00 H4 Wet Well Cleaning LS 1 $15,000.00 $15,000.00 Sub Total: $306,000.00 Allocations No. Description Unit Qty Unit Price Ext Price 11 Utility Unforeseen Allocation LS 1 $40,000.00 $40,000.00 12 Force Main Dewatering Allocation LS 1 $10,000.00 $10,000.00 13 Seahorse Lift Station Electrical Service Allocation LS 1 $60,000.00 $60,000.00 Sub Total: $110,000.00 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That etc. Associated Construction Partners, Ltd. 215 W. Bandera Rd., Ste. 114-461, Boerne, Texas 78006 and the Mid -Continent Casualty Company as Principal, hereinafter called the Principal, of P.O. Box 1409, Tulsa, OK 74101 , a corporation duly organized under the laws of the State of Ohio . as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi as Obligee, hereinafter called the Obligee, to the sum of *** FIVE PERCENT OF TOTAL AMOUNT BID*" Dollars ( 5% TAB ) , for the payment of which sum well and truly to be made, thc said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the Principal has submitted a bid for 1 ift Station Repairs City Wide 2016 NOW, THEREFORE. if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event attic failure of the Principal to enter such Contract and give such bond or bonds, Wale Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform thc Work covered by said bid. then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this 28th day of September 2016 AssaQed Construction Partners, Ltd. (Seal) Witness { Principal Mid -Co inent Ca It 'Company Witness { 53\ tty -eeh Attorney -in -Fact MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 - TULSA, OKLAHOMA 74119 • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under and by virtue of the laws of the Stale of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name. place and stead to execute on behalf of the said Company, as surely, any and all bonds, undertakings and contracts of suretyship, or other written obligations In the nature thereof. Clark Fresher, Bryan K. Moore, Betty J. Reeh and Gary W. Wheatley, all of SAN ANTONIO, TX IN WITNESS WHEREOF, the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of August 2016 101i,arerr,, 11, CAW',* PR art SEAL '; 10 ATTEST: •mis / x_1 -ie SHARON HACKL MID-CONTINENT CASUALTY COMPANY Secretary TODD BAZATA VICE PRESIDENT On this 22 day of August , 2016 before me personally appeared TODD BAZATA , to me known. being duly sworn, deposes and says that sihe resides in Broken Arrow, Oklahoma, that s/he is a Vice President of Mid -Continent Casualty Company, the company described in and which executed the above instrument; that srhe knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. STATE OF OKLAHOMA SS COUNTY OF TULSA Ilrffrrrf/ri�i • 0-1Agy•9y'� 1 c My C + + Pi a 1.300 • ir' •i.. -. ▪ slot q-'DiYEtA C.00 JULIE HAN Notary Public 'Irrr rrrlil This Power of Attorney is granted by authority of the fallowing resolutions adopted by the Board of Directors of Mid -Continent Casually Company by unanimous written consent dated September 25, 2009. Commission # 11008253 n Expires: 0`-08--19 RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-in•Fact to execute on behalf of the Company, as surety, any and all bods, undertakings and contracts of suretyship. or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25, 2009 have not been revoked and are now in full force and effect. VOID IF BOX IS EMPTY Signed and sealed this 2Afay of , 20 1.1,0 SHARON HACKL Secretary MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY STATE OF TEXAS CI 4341 NOTICE ENDORSEMENT In accordance with Section 2253.021 (I) orate Texas Government Code and Section 53.202(6) ofthe Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: 1 kIbg: Physical: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-5117-7221 1437 S. BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND 00 52 23 AGREEMENT This Agreement, for the Project awarded on November 1, 2016 Christi (Owner) and Associated Construction Partners Ltd. (Contractor). Owner and Contractor agree as follows: is between the City of Corpus ARTICLE 1— WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Lift Station Repairs - Citywide 2016 Project No. [16304 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi, TX 78404 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. - Acting Construction Engineer City of Corpus Christi - Engineering Services 4917 Holly Road #5 Corpus Christi TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 290 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 320 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. Agreement 00 52 23 - 1 [16304 Lift Station Repairs Citywide 2016 Rev 06-22-2016 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $ 500.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $ 500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price ARTICLE 5 — PAYMENT PROCEDURES $1,359,000.00 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23 - 2 [16304 Lift Station Repairs Citywide 2016 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95% percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 3 [16304 Lift Station Repairs Citywide 2016 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 1. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 4 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS 2. Drawings listed in the Sheet Index 3. Addenda 4. Exhibits to this Agreement: a. Contractor's Bid Form b. n/a 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 [16304 Lift Station Repairs Citywide 2016 Rev 06-22-2016 ATTEST '{ 1 1i C Digitally signed by Rebecca Huerta _ DN: cn=Rebecca Huerta, o, ou, email=rebeccah@cctexas.com, c=US Date: 2016.11.29 09:37:50 -06'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: 2016.11.16 12:22:34 -06'00' Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Agreement E16304 Lift Station Repairs Citywide 2016 CITY OF CORPUS CHRISTI Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds, o, ou=Engineering, email=jeffreye@cctexas.com, c=US Date: 2016.11.17 15:30:14 -06'00' J.H. Edmonds, P.E. Director of Engineering Services M2016-147 BY COUNCIL RH/ML CONTRACTOR AUTHORIZED 11/1/16 Digitally signed by RH/ML Date: 2016.11.28 09:38:02 -06'00' Associated Construction Partners Ltd. By: Title: Digitally signed by Jill Simpson DN: cn=Jill Simpson, o=Associated Construction Partners Ltd, ou, email=jilt@acpartners.org, c=US Date: 2016.11.03 11:20:54 -05'00' Manager 215 W. Bandera Rd. Ste. 114-461 Address Boerne TX 78006 City 210/698-8714 Phone jill@acpartners.org State Zip Fax EMail END OF SECTION 005223-6 Rev 06-22-2016 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos, 1 - 4 and 6 if there are interested parties. Complete Nos, 1, 2, 3, 5, and 6 if there are no interested parties, OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-121912 Date Filed: 10/10/2016 Date Acknowledged: C�7 �- , 2016.11.16 12:20:15 / -06'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Associated Construction Partners Ltd Boerne, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. E13604 Lift Station Repairs Citywide 2016 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Simpson, Jill Boerne, TX United States X 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swe. , or affirm, under pe alty of perjury, that the above disclosure is true and correct. t _ "' r =r,: ra'' RENEE RIEBER Notary "'ubhc = STATE 1, r" TEXAS / My Comm. Exp, March 19. 201 9 Signature a. a ut orized agent of contracting business entity AFFIX NOTARY STAMP /SEAL ABOVE Swor to and subscribed before me, by the said n 1 \ ry f � this the 1 I� �} " day of 1)(i (},�eJ . c'l�'11 20 , to certify which, witness my hand and I of oce. QC- IA Ulf .f.7\_, C.O ) 14.1 Ei nature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY $ $ 10101 Reunion Place, Suite 100 IBTX Risk Services SAT Cert ID 21905 1201 Leopard Street Continental Casualty Company 20443 Continental Insurance Company 35289 11/03/2016 215 W Bandera Road Suite 114-461 10/04/2016 10/04/20176020650999 B service@ib-tx.com 10/04/2016 10/04/20176020650985 A B X X X San Antonio TX 78216 Corpus Christi TX 78401 Boerne TX 78006 (210) 696-6688 (210) 831-5771 (210) 696-8414 X X X X X 500,000 1,000,000 5,000,000 5,000,000 15,000 10/04/2016 10/04/20176020651005 1,000,000 1,000,000 2,000,000 2,000,000 City of Corpus Christi – Engineering Services General Liability & Auto Liability policies include blanket automatic additional insured endorsements (#CNA750790115, #CA20481013) that provides this feature only when there is written contract between named insured & certificate holder that requires such status. General Liability & Auto Liability policies include blanket automatic waiver of subrogation endorsement (#CNA747050115, #CA04441013) that provides this feature only when there is written contract between named insured & certificate holder that requires such status. Primary Non-Contributory wording per endorsement (#CNA750790115).Re: Lift Station Repairs Citywide 2016, Project Number E16304 Associated Construction Partners, Ltd. Page 1 of 1 © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Acct#:1179840 11/3/2016 Lockton Companies, LLC 888-828-8365 5847 San Felipe, Suite 320 Houston, TX 77057 Indemnity Insurance Co. of North America 43575 Insperity, Inc. 19001 Crescent Springs Drive Kingwood, TX 77339 *SEE BELOW A X C49188948 10/1/2016 10/1/2017 X 1,000,000 1,000,000 1,000,000 ASSOCIATED CONSTRUCTION PARTNERS, LTD (2407100) IS INCLUDED AS A NAMED INSURED THROUGH ENDORSEMENT. RE: LIFT STATION REPAIRS CITYWIDE 2016 - PROJECT NUMBER E16304 WAIVER OF SUBROGATIION IN FAVOR OF CITY OF CORPUS CHRISTI – ENGINEERING SERVICES WHEN REQUIRED BY WRITTENCONTRACT CITY OF CORPUS CHRISTI – ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 <MARKETABLE PRODUCT NAME> Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: «PolNumber» Page 1 of 2 Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization’s liability for: A.unless paragraph B. below applies, 1. bodily injury,property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured’s ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products- completed operations hazard, and only if a.the written contract requires the Named Insured to provide the additional insured such coverage; and b.this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1.this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A.coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury,property damage, or personal and advertising injury arising out of: A.the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B.any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance is required by written contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 2 B.any pan endorse IV. IV. Notwithstanding Notwithstanding thethe Condition entitCondition en insured whether oherw dering odering o ding: ding: ..the preparing, appthe preparing, field orders, change ofield orders, c supervisory, inspection,pervisor emises or work foes or work ment attachedattached anythyth n requiredn requir surance than requsurance than anted by this endorsemeanted by this endorseme onal and advertising injuryonal and advertising injur f, or the failure to rendethe failure to rend roving, or fang, or fa orders ors o ge g nd ally requires theally requires t f CG2010 or the 10-CG d conditions of this policy, ndit incin by the y the written contractwritten contrac ired by the ired by the writtewritte nt to the aris and adand forf bodily injurbodily Named Insuremed In 1 edition of Cition of C ludingding erformaerfor part by by your workyour ed to provide the additional insuhe additional insu advertising injury rtising injury arising out arising out ry or property dpropert dd tt on’s liability foron’s liabilit ry ry caused in whole or in part aused in whole or in par ance of such e of such Named Insuresur k and included d included redred or: rt by thy th ed Continental Casualty Company Associated Construction Partners, Ltd., Associated Controls & Instrumentation, LLC. 6020651005 10/04/2015 COMMERCIAL GENERAL LIABILITY COVERAGE PART I. The WHO IS AN INSURED section is amended to add as an Insured any person or organiz nization whom the nization whom the NamedNamedyp g Insured is required by written contract to add as an additional insured on this coverage age ge part,ge part including any such including any such qy g person or organization, if any, specifically set forth on the Schedule attachment to this endorse g s endorss endo p,gy rsement. However, such nt. Hpg y p y person or organization is an Insured only with respect to such person or organizatio . However, if this insurance is required by written py , , g y ,q y co be primary and non-contributory, this insurance will be primary and non-contributory relative solely to contracton to be o be py y insurance on which the additional insured is a named insured. urance onurance on 10/04/2016 <MARKETABLE PRODUCT NAME> Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: «PolNumber» Page 2 of 2 Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4.tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. ment, which ment, which e effective date oe effective date res concurrently with sres concurrently w nsurens s endorsemes endorse onditions of the Policy remainonditions of the Policy rema forms a part of and is fs a part of and is ff said Polid Policy at thcy at th aid Policy. Policy. ve dure du rty damagey da ; or the personal and advertisinpersonal and advertis ed seeks coverage. seeks nt shall apt shall a ply solely to ely to unc en agreen erage parterage pa , p ing the term of thhe term ng injuinju rtrt. Ho. H phph (4)(4) does onal insured under this ed under red. orsement, the section entitled orsement, the section entitled DEDE eement that requires theent that requires th Na provided the contract oded the contract his policy; andpolicy; an able cooperate with cooperate r or self insurer whose policyr or self insurer whose polic owever, if the er, if the written contraont s not apply to insuranceapply to insurance endorsemeorseme th the adth th y result in a y result in a claimclaim;; ble any other insurance the le any other insurance the h the InsurerInsu in the cy or por p ac <MARKETABLE PRODUCT NAME> Contractors’ General Liability Extension Endorsement CNA74705XX (1-15) Policy No: «PolNumber» Page <Current Page No> of <Total Pages> Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non-Contributory To Additional Insured’s Insurance 3. Bodily Injury – Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury – Exception for Reasonable Force 11. General Aggregate Limits of Insurance – Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability – Damage To Premises / Alienated Premises / Property In The Named Insured’s Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft 20. Personal And Advertising Injury – Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation – Blanket 26. Wrap-Up Extension: OCIP CCIP, or Consolidated (Wrap-Up) Insurance Programs 23.23 24. Un24. U 25. Waiver Waiver26. Wrap-Up Ex26. Wrap-Up E nal And nal And ersonal And Adversonal And A . Property Damage - Ele. Property DamagSupplementary Paymentsplementantentional Failure Tional Fof Subrogatbrogattenen ss ircraft Coverage ircraft Coverage d Watercraftd Watercra Advertising Injury – Discertising Injury – Discvertising Insing Injury - jury - evators ors CoveragCovera mited Liability Cmited Liabilit o Premises / AlienaPreted l Per ProjePer P e ompaniesaniesPremisesmises nd Your Wd You asonable Force asonable Force ect surancsura Work rsemersem nce 6020651005 10/04/2015Continental Casualty Company Associated Construction Partners, Ltd., Associated Controls & Instrumentation, LLC. 10/04/2016 <MARKETABLE PRODUCT NAME> Contractors’ General Liability Extension Endorsement CNA74705XX (1-15) Policy No: «PolNumber» Page <Current Page No> of <Total Pages> Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured’s Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1.the Named Insured’s ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1.is in effect or becomes effective during the term of this Coverage Part; and 2.was executed prior to the bodily injury,property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION – CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury,property damage, or personal or advertising injury that occurs during the Named Insured’s ongoing operations at the project, or during such operations of anyone acting on the Named Insured’s behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured’s involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: (c in insuinsu C.C.DEFINITIONDEFINITIO Consolidateddatprime contrcont covering covering nsuransur ly inj t of those t of those nditionnditi 4. Other IOther This insurance is excessThis insurance is e )Any of the other insuranny of the to the e Named InsuredNam urance programnce progra ance progre progr S is is doe ,,property damproperty ongoing operations aongoing operatio ss behalf; nor behalf; ury or or property damageproperty damage in i portions of ons of the project ththe project th nsuranceance is ame is ame over:r: RUR rolled Inolled I he followinghe following chc to the above-referenco th ated (wrap-up) insurance p (wrap-up) insurance s not apply to those sums theot apply to those sums magemage, or , or personapersona the project, the project, pupu s not s n or regulationor regula CTION WRAP-UN WR surance Prce Programo anges apply: s apply ed endorsemndorsem rogrogr n wn w ement: eme e Partart; and ; and or personal and advernal and a TED (WRAP-UP) TED (WR INSURANCE PRNSURANCE PR ublic consublic construction project in the struction project in the s permitted to be insured unmitted to be insured un n UP is attached s attache ms (O.C.I(O.C.I or writing to waive such rights of writing to waive such rights o rtising injung inju thethe failure. fai Us is amended to add to a or organization because of or organization because of of recrec Associated Construction Partners, Ltd., Associated Controls & Instrumentation, LLC. Continental Casualty Company 6020651005 10/04/2015 25. WAIVER OF SUBROGATION - BLANKET 10/04/2016 POLICY NUMBER:6020650985 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Associated Construction Partners, Ltd. Endorsement Effective Date: 10/04/2016 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. POLICY NUMBER: 6020650985 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Associated Construction Partners, Ltd. Endorsement EffectiveDate: 10/04/2016 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. Workers' Compensation and Employers' Liability Policy Named Insured Insperity Inc. ASSOCIATED CONSTRUCTION PARTNERS, LTD Endorsement Number Policy Number Symbol: RWC Number: C49188948 Policy Period 10/1/2016 TO 10/1/2017 Effective Date of Endorsement 10/1/2016 Issued By (Name of the Insurance Company) Indemnity Insurance Co. of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notices is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of Days Advance Notice 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI – ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 Authorized Agent WC 42 06 01 (7/84) Ptd, in U.S.A. Acct#: 1179840 Workers' Compensation and Employers' Liability Policy Named Insured Insperity Inc. ASSOCIATED CONSTRUCTION PARTNERS, LTD Endorsement Number Policy Number Symbol: RWC Number: C49188948 Policy Period 10/1/2016 TO 10/1/2017 Effective Date of Endorsement 10/1/2016 Issued By (Name of Insurance Company) Indemnity Insurance Co. of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule ( X )1.Specific Waiver Name of person or organization: CITY OF CORPUS CHRISTI – ENGINEERING SERVICES 1201 LEOPARD STREET CORPUS CHRISTI, TX 78401 ( )Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Operations:2. RE: LIFT STATION REPAIRS CITYWIDE 2016 - PROJECT NUMBER E16304 Premium:3. The premium charge for this endorsement shall be INCLUDED percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. Advance Premium:4.INCLUDED Authorized Representative WC 42 03 048 (06/14)© Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. CNA PARAMOUNT Changes -Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY –NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium):030 Number of days notice for nonpayment of premium:10 Name of person or organization to whom notice will be sent:Per Schedule on File Address:Per Schedule on File . , TX . If no entry appears above,the number of days notice for nonpayment of premium will be 10 days. policyIt is understood and agreed that in the event of cancellation or any material restrictions in coverage during the period,the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule.Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6020651005CNA74702XX(1-15)Policy No: 23Page1o f1 Endorsement No: CONTINENTAL CASUALTY COMPANY 10/04/2016EffectiveDate: ASSOCIATED CONSTRUCTION PARTNERS, LTD.Insured Name: Copyright CNA All Rights Reserved. 50 0 2 0 0 0 0 5 6 0 2 0 6 5 1 0 0 5 8 8 6 1 CNA72315XX (Ed.02/13) NOTICE OF CANCELLATION OR MATERIAL CHANGE –DESIGNATED PERSON OR ORGANIZATION BUSINESS AUTO COVERAGE FORMIt is understood and agreed that this endorsement amends the as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form,we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below.This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1.Number of days advance notice: 10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason,or if coverage is restricted or reduced by endorsement. 2.Person or Organization's Name and Address "Per schedule maintained on file"Name: Attention: Street Address: City,State,ZIP: :e-mail address All other terms and conditions of the Policy remain unchanged. CNA72315XX (02/13)Policy No: Page 1o f1 Endorsement No: 10/04/2016EffectiveDate: ASSOCIATED CONSTRUCTION PARTNERS, LTD.Insured Name: Copyright CNA All Rights Reserved. 20 0 2 0 0 0 8 5 6 0 2 0 6 5 0 9 8 5 1 3 1 7 6020650985 00 6116 PAYMENT BOND BOND NO. 1014511 Contractor as Principal Name: Associated Construction Partners Ltd. Mailing address (principal place of business): 215 W. Bandera Rd. Ste. 114-461 Boerne, TX 78006 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E16304 Lift Station Repairs — Citywide 2016 Award Date of the Contract: November 1, 2016 Contract Price: 51.359.000.00 Bond Date of Bond: tO (Date of Bond cannot be earlier than Award Dote of Contract) Surety Name: Mid -Continent Casualty Company Mailing address (principal place of business): PO Box 1409 Tulsa, OK 74101 Physical address (principal place of business): 1437 S. Boulder Ave., Suite 200 Tulsa, OK 74119 Surety is a corporation organized and existing under the laws of the state of: Ohio By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 918-587-7221 Telephone (for notice of daim): 918-587-7221 Local Agent for Surety Name: Jason Grove Grove & Davis Insurance Agency Address: 4646 Corona Dr., Suite 270 Corpus Christi, TX 78411 Telephone: 361-851-0577 Email Address: !grove@grovedavisins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E16304 Lift Sta Repairs —Citywide 2016 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. CFARMS dr as ' a Hers, Signature:j p. I Associated Construction �' Surety Mid -Con ent Casualt • /any / r /' Signature: �r�y„ Name: t ! �/�/�,Name: BettyJ.ReJ Title: ` Title: Attorney in Fact Email Address: Ike", # r ,Ur- Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) , ,\,A GNB.. �,,.© k iw 1-V, Oce �• • 3 ,. i// :,,,,r1`..iSiOliii��a. END OF SECTION Payment Bond Form E16304 Lift Sta Repairs -Citywide 2016 006116-2 7-8-2014 MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 • TULSA, OKLAHOMA 74119 • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. Clark Fresher, Bryan K. Moore, Betty J. Reeh and Gary W. Wheatley, all of SAN ANTONIO, TX IN WITNESS WHEREOF, the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of August 2016 if? tttttt ,.01,1 CASt/,�1 , % y°SEAL `�•�` -, oraio ATTEST: ' ,,,,,,'' ..)SHARON HACKL Secretary TODD BAZATA VICE PRESIDENT MID-CONTINENT CASUALTY COMPANY -Tat -15 On this 22 day of August 2016 before me personally appeared TODD BAZATA , to me known, being duly sworn, deposes and says that s/he resides in Broken Arrow, Oklahoma, that s/he is a Vice President of Mid -Continent Casualty Company, the company described in and which executed the above instrument; that s;he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. STATE OF OKLAHOMA SS COUNTY OF TULSA Commission # 11008253 My C on Expir`s: 0 ;-08-19 JULIEHAN Notary Public This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid -Continent Casualty Company by unanimous written consent dated September 25, 2009. RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25, 2009 have not been revoked and are now in full force and effect. 01;0 CAS04"-:. ,ti• e8: SEAL-: �0 - OH10',`' VOID IF BOX IS EMPTY Signed and sealed this (U day of R(111P/►r I_ , 14.(1 (i(i�•/UT SHARON HACKL Secretary MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY STATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (f) ofthe Texas Government Code and Section 53.202(6) ofthe Texas Property Code, any notice ofclaim to the named surety under this bond(s) should be sent to: Mailing: Physical: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 1437 S. BOULDER SUITE 200 TULS A, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND 00 6113 PERFORMANCE BOND BOND NO. 1014511 Contractor as Principal Name: Associated Construction Partners, Ltd. Mailing address (principal place of business): 215 W. Bandera Rd Ste. 114-461 Boerne. TX 78006 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E16304 Lift Station Repairs —Citywide 2016 Award Date of the Contract: November 1, 2016 Contract Price: 51,359,000.00 Bond DateofBond: 1I tt.) I (Dote of Bond cannot be earlier than Award Dote of the Contract) Surety Name: Mid -Continent Casualty Company Mailing address (principal place of business): PO Box 1409 Tulsa, OK 74101 Physical address (principal place of business): 1437 S. Boulder Ave., Suite 200 Tulsa, OK 74119 Surety is a corporation organized and existing under the laws of the state of: Ohio By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 918-587-7221 Telephone (for notice of claim): 918-587-7221 Local Agent for Surety Name' Jason Grove - Grove & Davis Insurance Agency 4646 Corona Dr., Suite #270 Address: Corpus Christi, TX 78411 Telephone: 361-851-0577 Email Address: jgrove@grovedavisins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E16304 Lift Sta Repairs — Citywide 2016 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all Liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as rin Signature: ' I Associated Contruction Partners, Ltd. Surety Mid-Con.l ent Casualt . o Signature: `� / f any / Name: j 11 / w I Name: Betty J. R/h Title: i Title: Attorney in Fact Email Address: ` At AtiiI 11A Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) 0 C.r ' :i .' 4/ ,,/./,'•........., t /`";iiiiii:iii 0 END OF SECTION Performance Bond E16304 Lift Sta Repairs — Citywide 2016 006113-2 7-8-2014 MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 • TULSA, OKLAHOMA 74119 • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. Clark Fresher, Bryan K. Moore, Betty J. Reeh and Gary W. Wheatley, all of SAN ANTONIO, TX IN WITNESS WHEREOF, the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of August 2016 .01,1�cASb4'. ?U: °SEAL' ATTEST: "'«''' _ SHARON HACKL Secretary TODD BAZATA15 VICE PRESIDENT MID-CONTINENT CASUALTY COMPANY On this 22 day of August 2016 before me personally appeared TODD BAZATA , to me known, being duly sworn, deposes and says that s/he resides in Broken Arrow, Oklahoma, that &he is a Vice President of Mid -Continent Casualty Company, the company described in and which executed the above instrument; that s/he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. STATE OF OKLAHOMA SS COUNTY OF TULSA Commission # 11008253 My C on Expires: 0- 08-19 JULIE • ` ' HAN Notary Public This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid -Continent Casualty Company by unanimous written consent dated September 25, 2009. RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25, 2009 have not been revoked and are now in full force and effect. VOID IF BOX IS EMPTY Signed and sealed this 1U day of IA (M11 ' LP SHARON HACKL Secretary MID-CONTINENT CASUALTY COMPANY OKLAHOMA, SURETY COMPANY STATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (f) of the Texas Government Code and Section 53.202(6) ofthe Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: Physical: MID-CONTINENT CAS UALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 1437 S. BOULDER SUITE 200 TULS A, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND