Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-012 - 1/24/2017 - Approved
2017-012 1/24/17 M2017-009 IPR South Central LLC 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 24,2017, is between the City of Corpus Christi (Owner)and IPR South Central, LLC (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: City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department,City of Corpus Christi 2726 Holly Road Corpus Christi,Texas,78415 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 Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The initial contract will be for a two(2)year(730 calendar days) base contract,with three (3) optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 per year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No.E16255 Rev 06-22-2016 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-147876 IPR South Central LLC Pasadena,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which the form is 12/20/2016 being filed. City of Corpus Christi Date Acknowledged: Aimee Alcorn-Reed ��1 �(X�✓h^ 201].821414:03:43-06'08' 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. E16255 City-Wide Wastewater Collection System ID/IQ Program FY16 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Inland Pipe Rehabilitation, LLC The Woodlands,TX United States X 5 Check only if there is NO Interested Party, n 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. -0.1 JULIETA J QUINTANA 1 } r NOTARY PUBLIC,STATE OF TEXAS�} cv MY COMMISSION EXPIRES 1 o JUNE 11, 2019 � Signature of authorized agent of contracting business entity AFrr Sworn to and subscribed before me,by the said Bac Ong this the 20th day of December 2016 to certify which,witness my hand and seal of office. C ii ' � Ml, 1 Signature of off! -r administering oath Printed name of officer administering oath Title of officer administering fam Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF City-Wide Wastewater Collection System ID/IQ Program FY16 E16255 kA r * 1' PR��TI gHREB City of % 12111411 ..** Corpus Christi City of Corpus Christi 2776 Holly Road, 78415 J Corpus Christi, TX J 361-826-1800 Record Drawing Number SAN 567 September 2, 2016 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2616) 00 30 00 Bid Acknowledgment Form (Reval-13-2016) 00 30 01 Bid Form (Revo1-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Rev01-13-2016) 00 61 16 Payment Bond(Revo1-13-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Revo6-27-2016) 00 72 02 Wage Rate Requirements(Rev06-12-2015) 00 72 03 Minority/MBE/DBE Participation Policy(Rev01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev 03-11-2015) 01 29 01 Measurement and Basis for Payment(Rev 01-13-2016) 013100 Project Management and Coordination (Revo1-13-2016) 013113 Project Coordination 013114 Change Management 013300 Document Management 013301 Submittal Register(Rev7-3-2014) 013302 Shop Drawings 013303 Record Data 0133 04 1 Construction Progress Schedule Table of Contents 000100-1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 Division/ Title Section 013305 Video and Photographic Documentation 013500 Special Procedures 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 017000 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 022020 Excavation and Backfill for Utilities and Sewers 022100 Select Material 022420 Silt Fence 023020 Jacking, Boring,Tunneling(5-55) 025404 Asphalts, Oils,and Emulsions 025202 Hydrostatic Testing of Pressure System 026210 Polyvinyl Chloride Pipe 025214 Grouting Abandoned Utility Lines 025502 Wastewater Force Main 027203 Vacuum Testing of Wastewater Manholes and Structures 028300 Fence Relocation 032020 Reinforcing Steel 037040 Epoxy Compounds 038000 Concrete Structures 055420 Frames,Grates, Rings, and Covers Part T Technical Specifications 000500-T Mobilization/Demobilization 020800-T Well Pointing, Dewatering and Disposal 021040-T Site Grading 021080-T Removing Abandoned Structures 022030-T Trench Safety 025205-T Pavement Repair,Curb,Gutter,Sidewalk&Driveway Replacement Table of Contents 000100-2 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 025215-T Cement Stabilized Limestone Base 025220-T Flexible Base—Limestone 025412-T Prime Coat 025424-T Hot Mix Asphaltic Concrete Pavement 025510-T Concrete Curb and Gutter 025512-T Concrete Sidewalks and Driveways 025514-T Concrete Curb Ramps 025802-T Temporary Traffic Controls Used During Construction 025206-T Ductile Iron Pipe & Fittings 027200-T Control of Wastewater Flows 027204-T Precast Concrete Manholes for Wastewater 027205-T Fiberglass Manholes for Wastewater 027208-T Rehabilitation of Wastewater Manholes using Polymer Systems 027502-T Gravity Wastewater Lines 027506-T Service Lateral Replacement 027511-T Cleaning and Televised Inspection of Wastewater Lines 027514-T Cured in Place Pipe (Cl PP)for Rehabilitation of Gravity Wastewater Line 027518-T Wastewater Line Rehabilitation/Pipebursting 027519-T Pressure Testing and Grouting of Sewer Joints and Lateral Connections 027520-T Point Repairs and Obstruction Removals 028020-T Seeding 028040-T Sodding 028200-T Mail Box Relocation 028250-T Wood Fences and Gates 028310-T Chain Link Fences and Gates 030020-T Portland Cement Concrete Appendix Title Appendix A Sample Site Location Maps END OF SECTION Table of Contents 000100-3 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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: CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 PROJECT NO. E16255 This project consists of Wastewater Collection System improvements in the six(6) City of Corpus Christi wastewater plant service basins. The scope of work includes, but is not limited to: rehabilitation and/or replacement of manholes, rehabilitation and/or replacement of gravity collection lines and/or force mains by open-cut method,cured-in- place pipe,and/or pipe bursting for lines up to 35-inches in diameter,gravity line point repairs, dewatering through well pointing,control of wastewater flows through bypass pumping,cleaning and televised inspection of conduits, as needed SWPPP/permit compliance(subsidiary), and temporary traffic controls.This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans,specifications,and contract documents. Each Delivery Order will stipulate the Substantial Completion date.The initial contract will be for a two(2)year(730 calendar days) base contract, with three (3) optional one (1)year(355 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of$2,000,000 per year. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$4,000,000. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications,and contract documents. Each Delivery Order will stipulate the Substantial Completion date,and is 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 far the Project. Invitation to Bid and Instructions to Bidders 002113-1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday. November 16,2016 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: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid-City-Wide Wastewater Collection System ID/IQ Program FY16(2016) Project No. 16255 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, November 16, 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. Invitation to Bid and Instructions to Bidders 002113-2 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday,October 25,2016 at 10:00 am. at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3`d 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. 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 b—EXAMINATION OF CONTRACT DOCUMENTS 5.01 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. 5.02 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 Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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 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 contract amount. 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 3. 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 contract amountif,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. Invitation to Bid and Instructions to Bidders 002113-4 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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. 8.05 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. 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 Invitation to Bid and Instructions to Bidders 002113-5 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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. 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 00 45 15 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. Invitation to Bid and Instructions to Bidders 002113-6 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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 454ya. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. 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 18—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 Invitation to Bid and Instructions to Bidders 002113-7 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 175 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. Far more information on Form CIQ and to determine if you need to file a Farm Cl Q, 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. Mare 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. Invitation to Bid and Instructions to Bidders 002113-8 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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. 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 times). 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 15 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 15 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. 0. 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 Invitation to Bid and Instructions to Bidders 002113-9 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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❑F SECTION Invitation to Bid and Instructions to Bidders 002113-10 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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 for Project E16255 City-Wide Wastewater Collection System ID/IQ Program FY16. 1.012 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 -City-Wide Wastewater Collection System ID/IQ Program FY16(2016), Project No. E16255 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 2113 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. 2.014 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 003000-1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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. 3.05 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 ARTICLE 6—TIME OF COMPLETION 6.01 The initial contract will be for a two (2)year(730 calendar daysl base contract,with three(3) optional ane(1)year(3 65 calendar days)extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of$2,000,000 per year.This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans,specifications,and contract documents. Each Delivery Order will stipulate the Substantial Completion date, and is eligible for Final Payment 30 days after the date for Substantial Completion. 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. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. 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 Farm 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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.) Bid Acknowledgement Form 003000-5 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form 003000-6 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 00 30 01 BID FORM Project CITY-WIDE COLLECTION SYSTEM REPLACEMENT&REHAB IDIIQ PROGRAM]FYI 6 Name: Project E16255 Number: Owner: I City of Corpus Christi Bidder: OAR: Designer: IDepartment of Utilities,City of Corpus Christi 'Basis of Sid ' QUANTITY(Bid ' Evaluation ONLY EXTENDED Item DESCRIPTION UNIT -NOT FOR UNIT PRICE AMOUNT AWARD) Base Bid MobilizatlonlBouds/Insurance per lump-suer► WWI (Refer to T-000500 for mobilization payment) LS 1 $ - $ - WW2 Remove and Replace<8"Wastewater Line(0'-6'Depth) LF 250 $ - $ - WW3 Remove and Replace<8"Wastewater Line(6- 10' IF 250 $ - $ - Depth) — WW4 Remove and Replace<8"Wastewater Line(10'- 14' LF 250 $ - $ - Depth) — WW5 Remove and Replace<8"Wastewater Line(14'- 18' IF 250 $ - $ - Depth) — WW6 Remove and Replace<8"Wastewater Line(>18'Depth) LF 250 $ - $ - WWT Remove and Replace 10"Wastewater Line(0'-6'Depth) LF 250 $ - $ - WW8 Remove and Replace 10"Wastewater Line(6'- 10' LF 25_.0 $ - $ - Depth) WW9 Remove and Replace 10"Wastewater L ne(10'-14' '_ 0 $ - $ - Depth) LF j Remove and Replace 10"Wastewater Liue(1T-18' $ - WW 10 Depth) LF ^�0 - WWI l Remove and Replace 10"Wastewater Line(318'Depth) LF $ - $ - WW12 Remove and Replace 12"Wastewater Liue(0'-6'Deptlr) LF0 $ - $ - Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 1 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT TRIC E AMOUNT AWARD) )ATW 13 Remove and Replace 12"Wastewater Liue(6- 10' LF25 0 $ - $ - Depth) WWWW14 Remove and Replace 12"Wastewater Line(10'-14' LF 250 $ - $ - Depth) Z�i�V15 Remove and Replace 12"Wastewater Line(14"-18' LF $ - $ - WW 16 Remove and Replace 12"Wastewater Line(>18'Depth) LF ^5{ $ - $ - �NTW17 Remove and Replace 15"Wastewater Line(0'-6'Depth) LF 25{1 $ - $ - WW18 Remove and Replace 15"Wastewater Line(6- 10' LF { $ _ $ _ Depth) , LF ^;{ WW 19 Remove and Replace 15"Wastewater Line(10'-14" $ - $ Depth) - ��I�W20 Remove and Replace 15"Wastewater Line(14"-18' LF 2 {. $ - $ - Depth) ; WW21 Remove and Replace 15"Wastewater Line(>18'Depth) LF ^_5{1 $ - $ - WW22 Remove and Replace 18"Wastewater Line(0'-6"Depth) LF 15{1 $ _ $ _ �NFW23 Remove and Replace 18"Wastewater Line(6'- 10' LF 15(l $ - $ Depth) - WW24 Remove and Replace 18"Wastewater Line(10'-14' LF 1"0 $ - $ - Depth) WW25 Remove and Replace 18"Wastewater L ne(14"-18' LF 150 $ - $ - Depth) WW26 Remove and Replace 18"Wastewater Line(>18'Depth) LF 150 $ - $ - WW27 Remove and Replace 24"Wastewater Line(0'-6'Depth) LF 150 $ - $ - �VW28 Remove and Replace 24"Wastewater Line(6- 10' LF 150 $ - $ - 11TW29 Remove and Replace 24"-Wastewater Line(10'-14' LF 150 $ - $ - Depth) Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 2 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT TRIC E AMOUNT AWARD) W1vV30 Remove and Replace 24"Wastewater Liue(14'-18' LF 150 $ - $ - Depth) WW31 Remove and Replace 24"Wastewater Line(318'Depth) LF 150 $ - $ - WW32 Remove and Replace 30"Wastewater Li11e(O'-6'Depth) LF 15(l $ - $ - )VW33 Remove and Replace 30"Wastewater Liue(6- 10' LF 1�0 $ - $ - Depth) WW34 Remove and Replace 30"Wastewater Line(10'-14' LF 1501 $ - $ Depth) - WW35 Remove and Replace 30"Wastewater Line(14'-18' LF 15(1 $ - $ Depth) - WW36 Remove and Replace 30"Wastewater Line(>18'Depth) LF 15(1 $ - $ - �Nr"V37 Remove and Replace 36"Wastewater Line(0'-6'Depth) LF 100 $ _ $ _ INTW38 Remove and Replace 36"Wastewater Line(6- 10' LF 100 $ - $ Depth) - JVW39 Remove and Replace 36"Wastewater Line(10'-14" LF 100 $ _ $ _ Depth) �NW40 Remove and Replace 36"Wastewater Line(14'-18' LF 100 $ - $ Depth) - WW41 Remove and Replace 36"Wastewater Line(>18'Depth) LF I+ICi $ _ $ _ WW42 Excavation Safety for Remove&Replace Wastewater LF 1150 $ - $ - Line(D'-6'Depth) WW43 Excavation Safety for Remove&Replace Wastewater LF 1150 '$ - $ - Line(6'-10'Depth) W W4 4LF Excavation Safety for Remove&Replace Wastewater 1150 $ - $ Line(10'- 14"Depth) - WW45 Excavation Safety for Remove&Replace Wastewater LF 1150 $ - $ - Line(14'- 18'Depth) Excavation Safety for Remove&Replace Wastewater IF WW46 Iane(>18'Depth) 1150 $ - $ - Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 3 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW47 Service Re-connection for e 8"Remove&Replace EA 10 $ - $ - WW48 Service Re-connection for 10"Remove&Replace EA 10 $ - $ - INTW49 Service Re-connection for 12"Remove&Replace EA 10 $ - $ - WW50 Service Re-connection for 15"Remove&Replace EA 10 $ - $ - WW51 Service Re-connection for 18"Remove&Replace EA $ - $ - WW52 Service Re-conuection for 24"Remove&Replace EA $ - $ - WW53 Service Re-connection for 30"Remove&Replace EA $ - $ - WW54 Service Re-connection for 36"Remove&Replace EA $ - $ - WW55 Rehab<8"Wastewater Line(Pipe Bursting)(0'-6' LF 100 $ - $ Depth) - INTW56 Rehab<8"Wastewater Line(Pipe Bursting)(6-10' LF 1001 $ - $ - Depth) W '57 Rehab<8"Wastewater Line(Pipe Bursting)(10'-14' LF 100 $ - $ Depth) - WW58 Rehab<8"Wastewater Line(Pipe Bursting)(14'-18' LF loci $ - $ - Depth) WW59 Rehab<8"Wastewater Line(Pipe Bursting)(>18'Depth) LF 100 $ - $ - WW60 Rehab 10"Wastewater Line(Pipe Bursting)(0'-6' LF 100 $ - $ - Depth) WW61 Rehab 10"Wastewater Line(Pipe Bursting)(6-10' LF 100 $ - $ - Depth) WW62 Rehab 1W"Wastewater Line(Pipe Bursting)(10'-14' LF 100 - - Depth) $ $ WW63 Rehab 10"Wastewater Line(Pipe Biusting)(14'-18' LF 100 $ - $ - Depth) Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 4 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDED DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW64 Rehab 10"Wastewater Line(Pipe Bursting)(>18'Depth) LF 100 $ - $ - WW65 Rehab 12"Wastewater Line(Pipe Bursting)(0'-6' LF 100 - - Depth) $ WW66 Rehab 12"Wastewater Line(Pipe Bursting)(6'-10' LF 100 $ - $ Depth) - �TI�Vtl67 Depth)hab 12"Wastewater Line(Pipe Bursting)(10'-14' LF 1 oci $ - $ - WWW68 Depth) $ $ Rehab 12"Wastewater Line(Pipe Bursting)(14'-18' LF 100 - - INTW69 Rehab 12"Wastewater Line(Pipe Bursting) LF 100 $ - (>18'Depth) $ $ )ATW70 Rehab 15"Wastewater Line(Pipe Bursting)(0'-6' LF 100 $ - $ Depth) - W%V,71 Rehab 15"Wastewater Line(Pipe Bursting)(6-10' LF 100 $ - Depth) $ $ LF 100Z�1TsV72 Rehab 15"Wastewater Line(Pipe Bursting)(10'-14' $ - $ Depth) - ��I�vV73 Rehab 15"Wastewater Line(Pipe Bursting) (14'-18' LF 100 $ - $ - Depth) WW74 Rehab 15"Wastewater Line(Pipe Bursting)(>18'Depth) LF loci $ - $ - W1vV75 Rehab 18"Wastewater Line(Pipe Bursting)(O'-6' LF 75 $ - $ - Depth) WW76 Rehab 18"Wastewater Line(Pipe Bursting)(6-10' LF 75 $ - $ - Depth) WW77 Rehab 18"Wastewater Lune(Pipe Bursting)(10'- 14' LF 75 $ - $ - Depth) WW78 Rehab 18"Wastewater Line(Pipe Bursting)(14'-18' LF 75 $ - $ - Depth) WW79 Rehab I8"Wastewater Line(Pipe Bursting)(-•18'Depth) LF 75 $ - $ - �N'W80 Rehab 24"Wastetivater Line(Pipe Burstiing)(Y-6' LF 75 $ - $ Depth,) Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 5 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDED DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW81 Rehab 24"Wastewater Line(Pipe Bursting)(6-10' LF 75 $ - $ - Depth) WWW82 Rehab 24"Wastewater Line(Pipe Bursting)(1.0'- 14' LF 75 - - Depth) $ $ WW83 Rehab 24"Wastewater Line(Pipe Bursting)(14'-18' LF - - Depth) ,S $ $ WW84 Rehab 24"Wastewater Lune(Pipe Bursting)(>18'Depth) LF S $ - $ - �� 785 Rehab 30"Wastewater Line(Pipe Bursting)(0'-6' LF - - Depth) $ $ WW86 Rehab 30"Wastewater Lune(Pipe Bursting)(6-10' LF $ - $ - Depth) { WW87 Rehab 30"Wastewater Lune(Pipe Bursting)(10'-14' LF $ - $ - Depth) _s WWI Rehab 30"Wastewater Line(Pipe Bursting)(14'-18' LF - - ^S $ $ I,VW89 Rehab 30"Wastewater Line(Pipe Bursting)(>18'Deptli) LF $ - $ - WW90 Rehab 36"Wastewater Lune(Pipe Bursting)(0'-6' $- - Depth) LF $,S ��G�91 Rehab 36"Wastewater Lune(Pipe Bursting)(6'-10' LF ,s $ - $ - Depth) W1vV92 Rehab 36"Wastewater Lune(Pipe Bursting)(10'-14' LF 75 $ - $ - Depth) WW93 Rehab 36"Wastewater Line(Pipe Bursting)(14'-18' LF 75 $ - $ - Depth) WW94 Rehab 36"Wastewater Lune(Pipe Bursting)(>18'Depth) LF 75 $ - $ - Upsizing of Wastewater Line(Greater than one pipe WW95 size,max 1.5 times existing diameter),all sizes,all LF 75 $ - $ - de the WW96 Service Re-colunection for 8"Pipe Bursting EA 12 $ - $ - �Vt N'97 Senice Re-connection for 10"Pipe Bursting EA 12 $ - $ - Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 page 6 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTION L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW98 Senace Re-comiection for 12"Pipe Bursting EA 12 $ - $ - �NTW99 Semite Re-connection for 15"Pipe Bursting EA 7 $ - $ - WW100 Senice Re-connection for 18"Pipe Bursting EA 7 $ - $ - W W 101 Semite Re-connection for 24"Pipe Bursting EA $ - $ - WW102 Semite Re-connection for 30"Pipe Bursting EA $ - $ - W'W103 Senice Re-connection for 36"Pipe Bursting EA $ - $ - W W 104 Rehab 8" LF 100 Wastewater Line(Cured-in-Place-Pipe)(0'- 15' $ - $ Depth) - WW105 Rehab 8"Wastewater Line(Cured-un-Place-Pipe)(>15' LF 100 $ - $ - Depth) WW106 Rehab 10"Wastewater Line(Cured-in-Place-Pipe)(0'- LF 100 $ - $ 15'Depth) - WW107 Rehab 10"Wastewater Line(Cured-in-Place-Pipe)(15'- LF 100 $ _ $ _ 20'Depth) WW108 Rehab 10"Wastewater Line(Cured-in-Place-Pipe)(>20' LF 13C $ - $ - Depth) WW109 Rehab 12"Wastewater Line(Cured-in-Place-Pipe)(0'- LF 100 $ - $ - 15'Depth) WW110 Rehab 12"Wastewater Line(Cured-in-Place-Pipe)(15'- LF 100 $ - $ - 20'Depth) WWI l l Rehab 12"Wastewater Line(Cured-in-Place-Pipe)(>20' LF 100 $ - $ - Depth) WW112 Rehab 15"Wastewater Line(Cured-in-Place-Pipe)(0'- LF 100 $ - $ - 15'Depth) WWI 13 Rehab 15"Wastewater Line(Cured-in-Place-Pipe)(15'- LF 100 $ - $ - 20'Depth) WW1 14 Rehab 15"Wastes iter Line(Cured-in-Place-Pipe)(>20' LF 100 $ - $ - Depth) Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 7 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WWI 15 Rehab 18"Wastewater Liue(Cured-in-Place-Pipe)(0'- LF. 75 $ - $ - 15'Depth) NNTW116 Rehab 18"Wastewater Line(Cured-in-Place-Pipe)(15'- LF 75 $ - $ - 20'Depth) WW 117 Rehab 18"Wastewater Line(Cured-in-Place-Pipe) LF $ - $ - (>20'Depth) _S WWI 18 Rehab 24"Wastewater Line(Cured-in-Place-Pipe){0'- LF -s $ _ $ _ 15'Depth} WWI 19 Rehab 24"Wastewater Line(Cured-in-Place-Pipe)(15'- - - 20'Depth) _5 LF $ $ WW120 Rehab 24"Wastewater Line(Cured-in-Place-Pipe)(>20' LF $ - $ - Depth) WW121 Rehab 30"Wastewater Line(Cured-in-Place-Pipe)(0'- - - 15'Depth) _5 LF $ $ WW122 Rehab 30"Wastewater Line(Cured-in-Place-Pipe)(15'- LF S $ - $ - 20'Depth) WW123 Rehab 30"Wastewater Line(Cured-in-Place-Pipe)(>20' $- - Depth) LF $,5 Vu W124 Rehab 36"Wastewater Line(Cured-in-Place-Pipe)(0'- LF 7� $ - $ - 15'Depth) WW125 Rehab 36"Wastewater Line(Cured-in-Place-Pipe)(15'- LF $ - $ - 20'Depth) _S WW126 Rehab 36"Wastewater Line(Cured-in-Place-Pipe)(>20' LF 75 $ - $ - Depth) WW127 Senace Re-conuection.far 8"CIDP Wastewater Line EA 10 $ - $ - WW128 Senace Re-comiection for 10"CIPP Wastewater Line EA 10 $ - $ - WW129 Senace Re-connection far 12"CIDP Wastewater Line EA 10 $ - $ - WW130 Sen-ice Re-colulection for 15"CIDP Wastewater Line EA 5 $ - $ - WW131 Senace Re-comiection for 18"CIPP Wastewater Line EA 5 $ - $ - Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 8 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW132 Senace Re-connection for 24"CIPP Wastewater Line EA 5 $ - $ - W W133 Semite Re-connection far 30"CIPP Wastewater Line EA 5 $ - $ - WW134 Senice Re-connection for 36"CIDP Wastewater Line EA $ - $ - WW135 Joint Testing of 8"Wastewater Line(all depths) EA 100 $ _ $ _ WW136 Joint Testing of 10"Wastewater Line(all depths) EA 100 $ - $ - WW137 Joint Testing of 12"Wastewater Line(all depths) EA 100 $ - $ - WW138 Joint Grouting of 8"Wastewater Line(all depths) EA 60 $ - $ - WW139 Joint Grouting of 10"Wastewater Line(all depths) EA 60 $ - $ - WW140 Joust Grouting of 12"Wastewater Line(all depths) EA 60 $ - $ - WW141 Testing Lateral Connections (all sizes,all depths) EA 60 $ - $ - WW142 Grouting Lateral Connections(all sizes,all depths) EA 45 $ - $ - WW143 Chemical Grout,complete in place per gallon GA 1000 $ - $ - WW144 Point Repair-�S"Wastewater Line LF 250 $ - $ - (0'-6'Depth)(15 LF Min) WW145 Point Repair<�S"Wastewater Line LF 250 $ - $ - (6'- 10'Depth)(15 IF Min) WW146 Point Repair<�8"Wastewater Line LF 25(i $ - $ - (10'-14'Depth)(15 LF Min) WW147 Point Repair<�8"Wastewater Line LF 250 $ - $ - (14'-18'Depth)(15 LF Min) Point Repair< $ $ 8"Wastewater Line - WW148 (,18'Depth)(15 LF Min) LF 250 - WW149 Point Repair 10"Wastewater Line LF 250 $ - $ Mn) (0'-6'Depth)(15 LF n) WW150 Point Repair 10"Wastewater Line LF $ - $ - 5(1 (6'- 10'Depth)(15 IF Min) WW151 Point Repair 10"Wastewater Line LF 250 $ - $ - (10'-14'Depth)(15 LF Min) Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 9 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) Point Repair 10"Wastewater Line - wwl sz (14'-18'Depth)(15 IF Min) L 250 $ $ - WW153 Point Repair 10"Wastewater Line LF 250 $ - $ (>18'Depth)(15 IF Min) - WW154 Point Repair 12"Wastewater Line LF { $ _ $ _ (0'-6'Depth)(15 LF Min) ; WW155 Point Repair 12"Wastewater Line LF _ C $ - $ - (6'- 10'Depth)(15 IF Min) ^, WW156 Point Repair 12"Wastewater Line LF 1;{ $ - $ (10'-14'Depth)(15 LF Min) - WW157 Point Repair 12"Wastewater Line LF '�{ $ - $ - (14'-18'Depth)(15 LIT Min) WW158 Point Repair 12"Wastewater Line LF $ - $ - (>18'Depth)(15 IF Min) WW159 Point Repair 15"Wastewater Line LF 15{. $ _ $ _ (0'-6'Depth)(15 LF Min) WW160 Point Repair 15"Wastewater Line LF 1 {1 $ - $ (6'- 10'Depth)(15 LF Mui.) - WW161 Point Repair 15"Wastewater Line LF 15{1 $ _ $ _ (10'-14'Depth)(15 LF Min) WW162 Point Repair 15"Wastewater Line LF 1�{. $ - $ (14'-18'Depth)(15 LIT Min) - WW163 Point Repair 15"Wastewater Line LF I50 $ - $ - (14'-18'Depth)(15 LF Min) ww164 Point Repair 18"Wastewater Line LF 150 $ - $ (0'-6'Depth)(15 LF Min) - WW165 Point Repair 18"Wastewater Line LF 150 $ - $ - (6'- 10'Depth)(15 IF Min) WW166 Point Repair 18"Wastewater Line LF 150 $ - $ (10'-14'Depth)(15 LIT Min) - WW167 Point Repair 18"Wastewater Line LF 150 $ - $ - (14'-18'Depth)(15 LF Min) WW168 Point Repair 18"Wastewater Line LF 150 $ - $ (>18'Depth)(15 LF Min) - Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 10 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW169 Point Repair 24"Wastewater Line LF 150 $ - $ - (0'-6'Depth)(15 LF Min) WW170 Point Repair 24"Wastewater Line LF 150 $ - $ - (6'- 10'Depth)(15 IF Min) WW171 Point Repair 24"Wastewater Line LF 15a $ - $ (10'-14'Depth)(15 LF Min) - WW172 Point Repair 24"Wastewater Line LF 1-,C $ - $ - (14'-18'Depth)(15 LF Min) WW173 Point Repair 24"Wastewater Line LF 1501 $ - $ (>18'Depth)(15 IF Min) - WW174 Point Repair 30"Wastewater Line LF 1 {1 $ - $ (0'-6'Depth)(15 LF Min) - WW175 Point Repair 30"Wastewater Line LF 1 {i $ - $ (6'- 10'Depth)(15 IF Min) - WW176 Point Repair 30"Wastewater Line LF 15[. $ - $ - (10'-14'Depth)(15 LF Min) ww177 Point Repair 30"Wastewater Line LF 1�{ $ - $ (14'-18'Depth)(15 LF Min) - WW178 Point Repair 30"Wastewater Line LF 1501 $ - $ (SIS'Depth)(15 IF Min) - WW179 Point Repair 36"Wastewater Line LF 100 $ - $ (0,_6'Depth)(15 LF Min) - WW180 Point Repair 36"Wastewater Line LF loci $ _ $ _ (6'- 10'Depth)(15 LF Min) Wwls t $ $ LF laa Point Repair 36"Wastewater Line -(10'-14'Depth)(15 LF Min) - Point Repair 36"Wastewater Line - Wwls2 (,18'Depth)(15 IF Min) LF loci $ $ - WW183 Point Repair 36"Wastewater Line LF 100 $ - $ (>18'Depth)(15 IF Min) - WW184 Excavation Safety for Wastewater Lune Point Repair LF $ - $ 1000 - (All Line Sizes&Depths) WW185 Obstruction Removal by Remote Device EA 3 $ - $ - FWi 86 1 Obstruction Removal by Excavation(0'-6'Depth) j EA j 5 j $ j $ - Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 11 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW187 Obstruction Removal by Excavation(6'- 10'Depth) EA 5 $ - $ - WW188 Obstruction Removal by Excavation(10'- 14'Depth) EA 5 $ - $ - WW189 Obstruction Removal by Excavation(14'- 18'Depth) EA 5 $ - $ - WW190 Obstruction Removal by Excavation(>18'Depth) EA 5 $ - $ - WW191 Service Lateral Replacement(0'-6'Depth Main, LF 100 $ - $ - Includes Clean Out,Boot,coupling,etc.)(10 LF Min) WW192 Ser-,ice Lateral Replacement(6-10'Depth Main, LF 100 $ - $ - Includes Clean Out,Boot,coupling,etc)(10 LF Min) Service Lateral Replacement(10'- IT Depth WW193 Mainjacludes Clean Out Boot,coupling,etc)(10 LF LF 100 $ - $ - Mir WW194 Ser-,ice Lateral Replacement(14'-18'Depth Main, LF 100 $ - $ - Includes Clean Out,Boot,coupling,etc)(10 LF Min) WW195 Service Lateral Replacement(>18'Depth Main, LF loci $ - $ - Includes Clean Out,Boot,coupling,etc)(10 LF Min) Well Pointing for Line Work,Manhole,or Point Repair W W 196 (Per LF of Trench) LF $ - $ - 0'-6' th 15 LF Min Well Pointing for Line Work,Manhole,or Point Repair WW197 (Per LF of Trench) LF - $ - $ - 6'-10'Depth)( 15 LF Min Well Pointing for Line Work,Manhole,or Point Repair WW198 (Per LF of Trench) LF 250 $ - $ - 10'-14'De th 15 LF Min Well Pointing for Line Work,Manhole,or Point Repair WW199 (Per LF of Trench) LF 250 $ - $ - 14'-18'Depth) 15 LF Min) Well Pointing for Line Work,Manhole,or Point Repair WW200 (Per LF of Trench) LF 250 $ - $ - >18'Depth) 15 LF Mil) WW201 Remove&Replace 4"PVC Wastewater Forcemain(:�-4' LF 100 $ - $ - Depth) WW202 Remove&Replace 6"PVC Wastewater Forcemain(:�-4' LF 100 - - Depth) $ WW203 Remove&Replace 8"PVC Wastewater Forcemain(:�-4' LF 100 $ - $ - Depth) WW204 Remove&Replace 10"PVC Wastewater Forcemaiu(ST LF 100 $ - $ - Depth) Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 12 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW205 Reniuve&Replace 12"PVC Wastewater Forcemain(:54' LF 100 $ - $ - Depth) WW206 Remave&Replace 14"PVC Wastewater Forcemain(�4' LF 50 $ - $ - Depth) WW207 Remove&Replace 18"PVC Wastewater Forcernain(ST LF0 $ - $ - Depth) 5 WW208 Remove&Replace 20"PVC Wastewater Forcemain(:54' LFC $ - $ - Depth) j WW209 Remave&Replace 24"PVC Wastewater Forceniain(e4' LF C $ - $ - Depth) 5 WW210 Remove&Replace 30"PVC Wastewater Forcernain(ST LF 0 $ - $ - Depth) WW211 Excavation Safety for Forcelnam(All Line Sizes) LF 750 $ - $ - W W212 Control of Wastewater Flows with Bypass DAY 10 $ - $ - Pumping(Lines<—S") WW213 Bypass Force Main for Control of<8"Wastewater Flows LF 500 $ - $ - W W214 Control of Wastewater Flows with Bypass Pumping DAA" 10 $ - $ - (10"-12"Lines) WW215 Bypass Force Main for Control of 10"-12"Wastewater LF jiJ(. $ - $ - Flows WW216 Control of Wastewater Flows with Bypass Pumping(15"- DAY 10 $ - $ - 18"Lines) WW217 Bypass Force Main for Control of 15"-18"Wastewater LF 500 $ - $ - Flows W W218 Control of Wastewater Flows with Bypass Pumping(24" DAY 10 $ - $ - Lines) W W219 Bypass Force Main for Control of 24"Wastewater Flows LF 500 $ - $ - WW220 Control of Wastewater Flows with Bypass Purnping(30" DAY 10 $ - $ - Lines) WW221 Bypass Force Main for Control of 30"Wastewater Flows LF 500 $ - $ - Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 13 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW222 Control of Wastewater Flows with Bypass Piunping(36" DAY 10 $ - $ - Lines) WW223 Bypass Force Main for Control of 36"Wastewater Flows LF 500 $ - $ - WW224 Fumish Vaculun Truck(Tandem) DAY 10 $ - $ - WW225 Furnish Vacuum Truck(Tanker) DAY 10 $ - $ - WW226 Plugs and/or Flow-thru Plugs(8") DAY 75 $ - $ - WW227 Plugs and/or FloA,-tluu Plugs(10") DAY 5 $ - $ - WW228 Plugs and/or Flow-thru Plugs(12") DAY 75 $ - $ - WW229 Plugs and/or Flow-thru Plugs(14") DAY 75 $ - $ - WW230 Plugs and/or Flow-thru Plugs(15") DAY 5C $ - $ - WW231 Plugs and/or Flow-thio Plugs(18") DAA" 50 $ - $ - WW232 Plugs and/or Flow-thru Plugs(20") DAY 50 $ - $ - WW233 Plugs and/or Flow-thru Plugs(30") DAY 25 $ - $ - WW234 Plugs and/or Flow-thio Plugs(36") DAY 25 $ - $ - WW235 PRE CCTV-Clean&Televise Wastewater Lines(Lines LF 2000 $ - $ - WW236 POST CCTV-Televise Wastewater Lines LF 3500 $ - $ - (Lines<8") WW237 PRE CCTV-Clean&Televise Wastewater Lines(10"- LF 4000 $ - $ - 12"Lines) WW238 POST CCTV- Televise Wastewater Li11es(10"-12" LF 6$00 $ - $ - Lines) Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 1.4 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW239 PRE CCTV-Clean&Televise Wastewater Lines(15"- LF 3500 $ - $ - 18"Lines) WW240 POST CCTV-Televise Wastewater Lines LF 5050 $ - $ - (15"-18"Lines) W W241 PRE CCTV-Clean&Televise Wastewater Lines(24" LF 15C( $ - $ Lines) - V W242 POST CCTV-Televise Wastewater Lines LF 2 1 SCi $ - $ - (24"Lines) WW243 PRE CCTV-Clean&Tele-viseLF 1 {;(:Wastewater Lines(30" $ - $ Lines) - WW244 POST CCTV- Televise Wastewater Lines(30"Lines) LF 211;(1 $ _ $ _ WW245 PRE CCTV-Clean&Televise Wastewater Lines(36" LF 1�({ $ - $ Lines) - V W246 POST CCTV-Televise Wastewater Lines LF 1600 $ _ $ _ (36"Lines) V W247 CCTV Reverse Set-up(Unable to Traverse Line on EA 1a $ - $ - Initial Set-up) WW248 CCTV Set-ups EA 3{? $ - $ - WW249 Clean&CCTV Manhole 1 Manhole Inspection EA 25 $ - $ - WW250 DIP(!�8")Fittings(Includes necessary gaskets,bolts,MJ EA 10 $ - $ - joints,and all fitting appurtenances) WW251 DIP(10'"-12'")Fittings(Includes necessary gaskets, EA 10 $ - $ - bolts,MJ joints,and all fitting appurtenances)} WW252 DIP(15"-18'")Fittings(Includes necessary gaskets, EA 10 $ - $ - bolts,MJ joints,and all fitting appurtenances) WW253 DIP(21"-24'")Fittings(Includes necessary gaskets, EA 10 $ - $ - bolts,MJ joints,and all fitting appurtenances) DIP(30"-36")Fittings(Includes necessary gaskets, $ - $ Ny�V754 EA 1D bolts,MJ joints,and all fitting appurtenances) - Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 15 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) (!�8")Mechanically Restrained Coupling Adapters& WW255 associated hardware(Mega lug or Engineer approved EA 25 $ - $ - ,equal) (10"-12")Mechanically Restrained Coupling Adapters WW256 &associated hardware(Mega lug or Engineer approved EA 25 $ - $ - equal) (15"-18")Mechanically Restrained Coupling Adapters WW257 &associated hardware(Mega lug or Engineer approved EA 25 $ - $ - equal) (21"-24")Mechanically Restrained Coupling Adapters WW258 &associated hardware(Mega lug or Engineer approved EA 25 $ - $ equal) (30"-36")Mechanically Restrained Coupling Adapters WW259 &associated hardware(Mega lug or Engineer approved EA 25 $ - $ 1equal) WW260 C8"Steel Casing Pipe LF 75 $ - $ - WW261 12"Steel Casing Pipe LF 75 $ - $ - WW262 18"Steel Casing Pipe LF 75 $ - $ - WW263 24"Steel Casing Pipe LF 50 $ - $ - WW264 30"Steel Casing Pipe LF �(1 $ - $ - WW265 36"Steel Casing Pipe LF 50 $ - $ - WW266 Remove Existing Wastewater Manhole(All sizes) EA 50 $ - $ - WW267 Replace 4 ft Dia.Wastewater Manhole EA 40 $ - $ - (0'-6'Depth) WW268 Extra Depth for 4 ft Iiia Wastewater Manhole(Over 6' VF 60 $ - $ - Depth) WW269 Replace 5 ft Dia Wastewater Manhole EA 5 $ - $ - (0'-6'Depth) WW270 Extra Depth for 5 ft Dia Wastewater Manhole(aver 6' VF 10 $ - $ - Depth) Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Rage 16 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW271 Replace 6 ft Dia Wastewater Manhole EA 5 $ - $ - (0'-6'nth) WW272 Extra Depth for 6 ft Dia Wastewater Manhole(O er 6' 1VT 10 $ - $ - Depth) WW273 4 ft Dia Polymer System Manhole Relxab(0'-6'Depth) EA 100 $ - $ - WW274 Extra Depth for 4 ft Dia.Polymer System Manhole VF 130 $ - $ - Rehab(Over 6'Depth) WW275 5 ft Dia Polymer System Manhole Rehab(0'-6'Depth) EA 10 $ - $ - WW276 Extra Depth for 5 ft Dia.Polymer System Manhole VF 20 $ - $ - Rehab(Over 6'Depth) WW277 6 ft Dia Polymer System Manhole Rehab(0'-6'Depth) EA 5 $ - $ - WW278 Extra Depth for 6 ft Dia.Polymer System Manhole VF 10 $ - $ - Rehab(Over 6'Depth) WW279 4 ft Dia Wastewater Manhole FRP Rehab E A $ - $ - (0,-6 nth) ; WW280 Extra Depth for 4 ft Dia.Wastewater Manhole FRP tiT SC $ - $ - Rehab.(Over 6'Depth) WW281 5 ft Dia Wastewater Manhole FRP Rehab EA 10 $ - $ - (0'-6'nth) WW 282 Extra Depth for 5 ft Dia.Wastewater Manhole FRP 'VT n(I $ - $ - Rehab.(Over 6'Depth) WW283 6 ft Dia Wastewater Manhole FRP Rehab EA 5 $ - $ - (0'-6'Depth) WW284 Extra Depth for 6 ft Dia.Wastewater Manhole FRP VF 10 $ - $ - Rehab.(Over 6'Depth) WW285 Excavation Safety for Wastewater Manholes(a'-6' EA 115 $ - $ - Depth) WW286 Extra Depth far ExcaNation Safety for Wastewater VF 150 $ - $ - Manholes(>6'Depth) WW287 Manhole Connections(8") EA 200 $ - $ - Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 page 17 of 21. City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN UNIT -NOT FOR i\IT PRICE AMOUNT AWARD) WW288 Manhole Connections(10"-12") EA 50 $ - $ - WW289 Manhole Connections(15"-18") EA 20 $ - $ - WW290 Manhole Connections(21"-24") EA 10 $ - $ - WW291 Manhole Connections(30"-36") EA 10 $ - $ - Remove&Replace 30"Manhole Ring&Cover WW292 (Includes S.S.inflow inhibitor and new HDPE EA 10 $ - $ - adjustment rings) Remove&Replace 36"Manhole Ring&Cover WW293 (Includes S.S.inflow inhibitor and new HDPE EA 10 $ - $ - adjustment rings) W W294 Reconstruct Manhole Top Corbel(Any Size) EA 10 $ - $ - WW295 Reconstruct Manhole Bench&Inverts as per EA 10 $ - $ - specifications W W296 Cement Stabilized Sand Backfill(1.5 sacks of cement TDti 1000 $ - $ per ICY of sand) - WW297 Cut Restore HMAC Pavement(Includes Base&Prime SY 1000 $ _ $ _ WW298 5Y UC Additional HMAC Pavement Thickness $ - $ (0112"per SY) 5 - WW299 Additional) Thickness Base Tickness SY j J(1 $ _ $ _ WW300 Select Backfill Material Cy 1000 $ - $ - WW301 Flowable Backfill CI' S J(i $ - $ - WW302 Cut&Restore Concrete Pavement SY 'S0 $ - $ - (Includes Base) WW303 Additional Concrete Pavement Thickness(1"'per SY) SY too $ - $ - Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 page 18 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTIDN L' T -NOT FOR i\IT PRICE AMOUNT AWARD) WW304 Signing&Traffic Control(Detail A) DAY 15 $ - $ - WW305 Signing&Traffic Control(Detail B) DAY 15 $ - $ - WW306 Siguing&Traffic Control(Detail C) DAY 15 $ - $ - WW307 Signing&Traffic Control(Detail D) DAA' 15 $ - $ - WW308 Signing&Traffic Control(Detail E) DAY 15 $ - $ - WW309 Signing&Traffic Control(Detail F) DAY 15 $ - $ - WW310 Signing&Traffic Control(Detail G) DAY 15 $ - $ - WW311 Signing&Traffic Control(Detail 1-1) DAY 15 $ - $ - WW312 Signing&Traffic Control(Detail 1) DAY 15 $ - $ - WW313 Signing&Traffic Control(Detail 7) DAA" 15 $ - $ - WW314 Signing&Traffic Control(Detail K-) DAY 15 $ - $ - WW315 Signing&Traffic Control(Detail L) DAY 15 $ - $ - WW316 Signing&Traffic Control(Detail M) DAY 15 $ - $ - WW317 Signing&Traffic Control(Detail 1) DAY 15 $ - $ - WW318 Portable Changeable Message Signs(PCMS) DAY 25 $ - $ - WW319 Flashing Arrow Boards DAY 25 $ - $ - WW320 Flagger,Complete in Place Per 24-hour Period DAY 10 $ - $ - Bid Farm City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 19 of 21 City Project No. E16255 REV 01-13-2016 00 30 01 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDED Item DESCRIPTION UNIT -NOT FOR i1IT PRICE �-MOUNT ALVARD) WW321 Removal&Replacement of Chani.link Fencing LF 250 $ - $ - WW322 Removal&Replacement of Wood Fencing LF 250 $ - $ - WW323 Temporary Construction Entrance/Exit-All Weather EA $ - $ - Access Road W1vV324 Tree Removal(Up to 8"Dia.Tnulk) EA 5 $ - $ - WW325 Tree Removal(Greater Than 8"Dia.Trunk) EA 5 $ - $ - WW326 Erosion Control Sodding SY 250 $ - $ - WW327 Erosion Control Seeding SY 250 $ - $ - W1%V328 Erosion Control-Temporary Sediment Control Fence LF 1500 $ - $ - (Silt Fence and/or Silt Barrier) WW329 Inlet Protection EA 25 $ - $ - WW330 Remove and Replace Driveway SF 750 $ - $ - WW331 Remove and Replace Sidewalk SF 1000 $ - $ - W W332 Remove and Replace Curb and Gutter or Valley Gutter LF 500 $ - $ - WW333 Remove and Replace Chub Ramp EA 5 $ - $ - WW334 Grout Fill&Abandon in place CY 100 $ - $ - WW335 Remove,Relocate,and Reinstall Mail Box EA 5 $ - $ - WW336 Site Clearing and Stripping AC 1 $ - $ - WW337 Disposal of Contaminated Groundwater,Allowance per LS 1 $ 10,000,00 $ 10,000.00 lump-s WW338 Preparation and Implementation of a Traffic Control LS 1 Ts 5,000.00 $ 5,000.00 Plan Allowance per lump--sum Total Extended Unit Prices(Items NNVNV-1 thl•il V6RN-338-For Evaluation Purposes O\-LY City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 20 of 21 City Project No. E16255 REV 01-13-2016 00 30 61 BID FORM QUANTITY(Bid Evaluation ONLY EXTENDEDItem DESCRIPTION UNIT -NOT FOR UNIT TRIC E AMOUNT AWARD) To be applied to any and all items associated Emergency Coefficient Nvith an Emergency Delivery Order as defined L�10 in Agreement(00 52 23) Bid Form City-Wide Wastewater Collection System ID/IQ PROGRAM FY16 Page 21 of 21 City Project No. E16255 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest s1JMJASSER.NUMBtat 11?BE 1GNIir]91*"tr'1'I"5f— i; PURCHASING DIVISION C..iry of CITY OF CORPUS CHRISTI f DISCLOSURE OF INTEREST Cil of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to des business W11 the Cittyy 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, If and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZEN FIRM IS: 1. Corporation e2. Partnership ® 3. Sole Owner 0 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 ClIry 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"flan." 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 an 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 003005-2 Disclosure of Interest RevOl-13.3015 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)j CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that 1 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: Crrrtvr pdm) Signature of Certifying Dates Person: DEFINIITIONS 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,fudges of the City of Corpus Christi,Texas. f: "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 t)o 30 05-2 0Wosure of Interest Rev 01-r3-2M6 003006 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NU ECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: City-Wide Wastewater Collection System ID/IQ Program FY16 E16255 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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 mare 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 Statement of Experience 004516-1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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 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(NOT APPLICABLE) 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 Statement of Experience 004516-2 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations far documentation of Compliance History,30 Texas Administrative Code,Chapter 60.2 (c) (1)and (2). 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 5. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATE'MENT 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 software. 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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 blame 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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 far 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 FMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: 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: Prosect 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Description Name 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: Prosect 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: Prosect 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Description Name 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: Prosect 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: Prosect 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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 Goes 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. I 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 00 45 16-10 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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. Table 4—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 00 45 16-11 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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: Address: Telephone No.: Email: END OF SECTION Statement of Experience 00 45 16-12 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement,for the Project awarded on [insert Award Date], 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: City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department, City of Corpus Christi 2726 Holly Road Corpus Christi,Texas, 78415 2.02 The Owner's Authorized Representative for this Project is: TBD Office Address City,State,Zip Code ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The initial contract will be for a two (2)year(730 calendar days) base contract, with three (3) optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 per year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Milestones,and the dates far completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 005223-1 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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. Non-Emergency Delivery Orders — The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon the production rates shown in the table provided in SECTION 0135 00 SPECIAL PROCEDURES. 2. Emergency Delivery Orders - The working time begins and the Contractor shall be required to be on-site within three (3) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer")to proceed to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six (5) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer")to proceed. In the case of Emergency Delivery Orders, the Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon production rates shown in the table provided in SECTION 01 35 00 SPECIAL PROCEDURES. 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. Agreement 005223-2 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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 far 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 $ 4,000,000 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. 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 5.01. 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 15.05 of the General Conditions upon Final Completion and acceptance of the Work. Agreement 005223-3 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 ARTICLE 5—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; 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 7.01.1)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, Agreement 005223-4 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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. 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,farms,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. 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. Agreement 005223-5 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 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. 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 Agreement 005223-6 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 City State Zip Phone Fax Email END OF SECTION Agreement 005223-7 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 06-22-2016 006113 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 Rev 01-13-2016 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 seat 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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 City-Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 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 007200-1 Corpus Christi Standards-Regular Projects 03-23-2015 6.03 Insurance.....................................................................................................................................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,andOthers....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.05 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.101 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 Article 18 — 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 Corpus Christi Standards - Regular Projects 007200-4 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 Corpus Christi Standards - Regular Projects QO7lO0 5 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 Corpus Christi Standards - Regular Projects 007200-6 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 Corpus Christi Standards - Regular Projects 007200-7 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 riot 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 Corpus Christi Standards - Regular Projects 007200-8 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 Corpus Christi Standards - Regular Projects 007200-9 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 Corpus Christi Standards - Regular Projects 00 72 00-10 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 Corpus Christi Standards - Regular Projects 00 72 00-11 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 Corpus Christi Standards - Regular Projects 00 72 00-12 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 Corpus Christi Standards - Regular Projects 00 72 00-13 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 riot 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 Corpus Christi Standards - Regular Projects 00 72 00-14 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 Corpus Christi Standards - Regular Projects 00 72 00-15 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 Corpus Christi Standards - Regular Projects 00 72 00-16 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 Corpus Christi Standards - Regular Projects 00 72 00-17 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 Corpus Christi Standards - Regular Projects 00 72 00-18 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 Corpus Christi Standards - Regular Projects 00 72 00-19 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 Corpus Christi Standards - Regular Projects 00 72 00-20 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 Corpus Christi Standards - Regular Projects 00 72 00-21 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 Corpus Christi Standards - Regular Projects 00 72 00-22 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 15.01.8 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 7.09.6 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 15.01.0 and 15.05.0. 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 director 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 50 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 13.01.0.1 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 13.02.6.1 and 13.02.6.2 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 15.08.6 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 fora 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 fora 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 x Required ■ 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 Owner's Protective Liability Equal to Contractor's liability insurance X Required • Not Required Insurance Requirements City -Wide Wastewater Collection System I13/10 Program FY16 City Project No. E16255 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 City -Wide Wastewater Collection System I13/10 Program FY16 City Project No. E16255 Rev06-22-2016 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. 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. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. 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 City -Wide Wastewater Collection System I13/10 Program FY16 City Project No. E16255 007201-3 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. 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. 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 the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 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 completed operations coverage is to remain in effect for 3 years after final payment. The Insurance Requirements City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 007201-4 Rev 06-22-2016 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 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 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 Insurance Requirements City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 007201-5 Rev 06-22-2016 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 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. S. 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. Insurance Requirements City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 007201-6 Rev 06-22-2016 1.06 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 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. 1.07 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 Insurance Requirements City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 007201-7 Rev 06-22-2016 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. 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 a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 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. Insurance Requirements City -Wide Wastewater Collection System I13/10 Program FY16 City Project No. E16255 007201-8 Rev 06-22-2016 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, ora 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 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. Insurance Requirements City -Wide Wastewater Collection System I13/10 Program FY16 City Project No. E16255 007201-9 Rev 06-22-2016 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; 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. Insurance Requirements 00 72 01-10 City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16255 RevO5-22-2016 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 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 00 72 01-11 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 00 72 02 - 1 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricia 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 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/whdjgovcontracts. Modification Number Publication Date 0 01/08/2016 SUTX1987-001 12/01/1987 Wage Rate Requirements 00 72 02 - 2 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 REV 06-12-2015 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 2.58 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 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). Wage Rate Requirements City -Wide Wastewater Collection System ID/IQ Program FY16 007202-3 City Project No. E16255 REV 06-12-2015 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 Wage Rate Requirements 00 72 02 - 4 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 REV 06-12-2015 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 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. Wage Rate Requirements 00 72 02 - 5 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 REV 06-12-2015 END OF GENERAL DECISION General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricia Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Flagger $ 8.81 Laborer, Common $ 10.25 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Wage Rate Requirements 00 72 02 - 6 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 REV 06-12-2015 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)}. The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Wage Rate Requirements 00 72 02 - 7 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 REV 06-12-2015 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 a wage determination matter setting forth a position on Wage Rate Requirements City -Wide Wastewater Collection System ID/IQ Program FY16 007202-8 City Project No. E16255 REV 06-12-2015 a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: 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 END OF SECTION Wage Rate Requirements 00 72 02 - 9 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 REV 06-12-2015 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 City -Wide Wastewater Collection System 10/10 Program FY16 007203-1 City Project No. E16255 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 00 72 03 - 2 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 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 B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for each Delivery Order under this Project as 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, as approved by the Owner or OAR. 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 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 007300-1 11-25-2013 3. A total of 86 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 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 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 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 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 007300-2 11-25-2013 01 11 00 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. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 E16225 a. This project consists of Wastewater Collection System improvements in the six (6) City of Corpus Christi wastewater plant service basins. The scope of work includes, but is not limited to: rehabilitation and/or replacement of manholes, rehabilitation and/or replacement of gravity collection lines and/or force mains by open -cut method, cured -in-place pipe, and/or pipe bursting for lines up to 36 - inches in diameter, gravity line point repairs, dewatering through well pointing, control of wastewater flows through bypass pumping, cleaning and televised inspection of conduits, as needed SWPPP/permit compliance(subsidiary), and temporary traffic controls. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date. The initial contract will be for a two (2) year (730 calendar days) base contract, with three (3) optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 per year. 1.03 1WORK 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. Summary of Work City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 011100-1 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. 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. 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. 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 City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16255 011100-2 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 3100 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. Alternates and Allowances City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16225 012310-1 11-25-2013 c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. 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 0131 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 0129 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 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES 1. NONE 1.04 DESCRIPTION OF ALLOWANCES 1. Disposal of Contaminated Groundwater 2. Preparation and Implementation of a Traffic Control Plan 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16225 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 City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16255 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 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 01 29 00 - 2 City -Wide Wastewater Collection System ID/10. Program FY16 City Project No. E16255 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 City -Wide Wastewater Collection System ID/10. Program FY16 City Project No. E16255 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. The new pay application template will be provided to the contractor for this project. 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. Application for Payment Procedures City -Wide Wastewater Collection System ID/10. Program FY16 City Project No. E16255 012900-4 03-11-2015 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. 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. Application for Payment Procedures City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 012900-5 03-11-2015 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. 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 Application for Payment Procedures City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16255 012900-6 03-11-2015 Owner, and that the current payment amount shown in this Application for Payment is now due. 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. Application for Payment Procedures City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16255 012900-7 03-11-2015 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; 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 City -Wide Wastewater Collection System ID/10 Program FY16 City Project No. E16255 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 0129 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 WW1 - Mobilization/Bonds/Insurance: 1. Include the fallowing 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 Measurement and Basis for Payment 01 29 01 - 1 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 Rev 01-13-2016 g. Mobilization may not exceed 10 percent of the total Contract Price ($400,000). 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on SECTION T-000500.. B. Bid ItemWW2-WW41 — Remove and Replace Wastewater Line (Open trench): : 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all materials, labor, equipment and incidentals required for trenching, installing the new line, surface restoration, clean-up, and other work as required. C. Bid Item WW42 — WW46 — Excavation Safety for Remove and Replace Wastewater Line: 1. Measuring for payment is on a per linear foot basis. 2. Measurement shall include all materials, labor, equipment and incidentals required to provide for worker safety in trenches and excavations for the project. D. Bid Item WW47 — WW54 — Service Re -connection for Remove and Replace: 1. Measuring for payment is on a per each basis for each main size specified. 2. Measurement shall include all materials, labor, equipment and incidentals required for trenching required to re -connect the service. E. Bid Item WW55 — WW94 — Rehab Wastewater Line (Pipe Bursting): 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all materials, labor, equipment and incidentals required for trenching, installing the new line, surface restoration, clean-up, and other work as required. F. Bid Item WW95 — Upsizing of Wastewater Line 1. Measuring for payment is on a per linear foot basis for all sizes and all depths installed. 2. Measurement shall include all materials, labor, equipment and incidentals required to complete additional work associated with upsizing of main in conjuction with appropriate bid item from WW55-WW94. G. Bid Item WW96 — WW103 —Service Re -connection for PipeBursting: 1. Measuring for payment is on a per each basis for each main size specified. 2. Measurement shall include all materials, labor, equipment and incidentals required for trenching required to re -connect the service. H. Bid Item WW104 — WW126 — Rehab Wastewater Line (Cured -in -Place -Pipe): 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all liners installed in between the centers of upstream and downstream manholes. Measurement and Basis for Payment 01 29 01 - 2 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 Rev 01-13-2016 I. Bid Item WW127 — WW134 — Service Re -connection for CIPP: 1. Measuring for payment is on a per each basis for each main size specified. 2. Measurement shall include all materials, labor, equipment and incidentals required for trenching required to re -connect the service. J. Bid Item WW135 —137 —Joint Testing Wastewater Line 1. Measuring for payment is on a per joint basis for number of joints tested. 2. Measurement shall include all materials, labor, equipment, tools and incidentals for all aspects of testing pipe joints as specified and shown, including warranty testing. Visually leaking joints, whether tested or not, shall be paid under this item. Payment for testing joints following chemical sealing included under Packet Injection Grouting Item. Payment for Pre and Post Construction CCTV Inspection is under separate item. K. Bid Item WW138 —140 —Joint Grouting Wastewater Line 1. Measuring for payment is on a per joint basis for number of joints tested. 2. Measurement shall include all materials (except grout), labor, equipment, tools and incidentals for all aspects of chemically sealing and immediate re -testing of pipe joints as specified. Payment for chemical grout is under separate item. Payment for Pre and Post Construction CCTV Inspection is under separate item. L. Bid Item WW141 — Testing Lateral Connections 1. Measuring for payment is on a per each basis for the number of lateral connections. 2. Measurement shall include all materials, labor, equipment and incidentals for all aspects of testing of lateral connection as specified and shown, including warranty testing. Payment for Post Construction CCTV Inspection is under separate item. M. Bid Item WW142 — Grouting Lateral Connections 1. Measuring for payment is on a per each basis for the number of lateral connections. 2. Measurement shall include all materials (except grout), labor, equipment, tools and incidentals for all aspects of packer injection grouting of lateral connections as specified and shown. Payment for chemical grout is under separate item. N. Bid Item WW143 - Chemical Grout 1. Measuring for payment is on a number of gallons of grout used for sealing the joints and lateral connections. 2. Measurement shall include all materials, labor, equipment, tools and incidentals required for all aspects of sealing mainline sewer pipe joints and connections. 0. Bid Item WW144 — WW183 — Point Repair Wastewater Line: 1. Measuring for payment is on a linear foot basis for each size and depth range installed with a maximum of 50 LF. 2. Measurement shall include excavation, hauling away and lawful disposal of excess excavated materials and debris, pipe, pipe fittings, adapters and concrete collars, and all other necessary work to complete. Measurement and Basis for Payment 01 29 01 - 3 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 Rev 01-13-2016 P. Bid Item WW184— Excavation Safety for Wastewater Line Point. Repair (All Line Sizes & Depths): 1. Measuring for payment is on a linear foot basis. 2. Measurement shall include all materials, labor, equipment and incidentals required for installing and removing trenching and excavation safety equipment required to complete the work. Q. Bid Item WW185 — Obstruction Removal by Remote Device: 1. Measuring for payment is on a per each basis. 2. Measurement shall include all materials, labor, and incidentals required to remove obstruction identified in a wastewater line segment which could inhibit satisfactory CCTV or cause a non-uniform liner pipe installation. R. Bid Item WW186-190 — Obstruction Removal by Excavation: 1. Measuring for payment is on a per each basis for each depth range. 2. Measurement shall include all materials, labor, and equipment (other than point repair) required to remove obstruction through excavation when installation of wastewater line is in progress. S. WW191-WW195 — Service Lateral Replacement: 1. Measuring for payment shall be on a per linear foot basis for each mainline depth specified for each tap/lateral/service line being replaced. 2. Measurement shall include the line from the tee on the main to, and including the clean-out at the property line and shall include all labor materials, equipment, trench safety and incidentals necessary for wastewater service lines (any size) required to complete the project. T. WW196-WW200— Well Pointing for Line Work, Manhole or Point Repair 1. Measuring for payment shall be measured by the linear foot of trench being dewatered. 2. Measurement shall include all materials, equipment, and labor necessary to furnish, install, operate and maintain the well point system. U. Bid Item WW201-WW210 — Remove and Replace Wastewater Forcemain: 1. Measuring for payment is on a per linear foot basis for each size and depth range installed. 2. Measurement shall include all materials, labor, equipment and incidentals required for trenching, installing the new line, surface restoration, clean-up, and other work as required. V. Bid Item WW211— Excavation Safety for Forcemain: 1. Measuring for payment is on a per linear foot basis for all sizes. 2. Measurement shall include all materials, labor, equipment and incidentals required to provide for worker safety in trenches and excavations for the project. Measurement and Basis for Payment 01 29 01 - 4 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 Rev 01-13-2016 W. Bid Item WW212, WW214, WW216, WW218, WW220, WW222 — Control of Wastewater Flows with Bypass Pumping: 1. Measuring for payment shall be on a per day basis for each line size specified. 2. Measurement shall include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, operation, maintenance, and removal. X. Bid Item WW213, WW215, WW217, WW219, WW221, WW223 — Bypass Force Main for Control of Wastewater Flows 1. Measuring for payment shall be on a per linear foot basis for each line size specified. 2. Measurement shall include all material, labor, equipment, and installation of force main. Y. Bid Item WW224-WW225 — Furnish Vacuum Truck: 1. Measuring for payment shall be a on a per day basis. 2. Measurement shall include all material, labor, disposal, and equipment required. This bid item shall not be used in conjunction with the CCTV bid items. Z. WW225-WW234— Plugs and/or Flow-thru plugs: 1. Measuring for payment shall be on a per day basis for each line size to be plugged. 2. Measurement shall include all material, labor, equipment required for installation and removal of plugs as required for the work. AA. WW235, WW237, WW239, WW241, WW243,WW245 — PRE CCTV- Clean & Televise Wastewater Lines: 1. Measuring for payment shall be on a per linear feet basis for each line size specified. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the Clean and CCTV for those lines specified in delivery orders in accordance with T-027611. Measurement shall include an inspection of all manholes entered, crossed, or associated with the line being inspected. BB. WW235, WW238, WW240, WW242, WW244, WW246— POST CCTV — Televise Wastewater Lines: 1. Measuring for payment shall be on a linear feet basis for each line size specified. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the Clean and CCTV for those lines specified in delivery orders in accordance with T-027611. CC. WW247 —CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up): 1. Measuring for payment shall be on a per each basis in the event an obstruction is encountered during initial set-up requiring the Contractor to relocate to another manhole upstream or downstream of the original manhole. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the item. Measurement and Basis for Payment 01 29 01 - 5 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 Rev 01-13-2016 DD. WW248 — CCTV Set-ups: 1. Measuring for payment shall be on a per each basis in the event that an individual site requires less than 200 feet of televising. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the item. EE. WW249 — Clean & CCTV Manhole / Manhole Inspection: 1. Measuring for payment shall be on a per each basis when used as a stand-alone manhole inspection without Wastewater Line Inspection. 2. Measurement shall include all labor, equipment, materials and supervision necessary to complete the item. FF. WW 250-WW254 — DIP Fittings 1. Measuring for payment shall be on a per each basis. GG. WW255-WW259 — Mechanically Restrained Coupling Adapters and Associated Hardware 1. Measuring for payment shall be on a per each basis. HH. WW260-WW265 — Steel Casing Pipe 1. Measuring for payment shall be on a linear feet basis for each line size specified. II. WW266— Remove Existing Wastewater Manhole (All sizes): 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all labor, equipment, materials, disposal, and supervision necessary to complete the removal of the entire manhole. JJ. WW267, WW269, WW271 — Replace Wastewater Manhole (0' — 6' Depth): 1. Measuring for payment shall be on a per each basis per diameter. 2. Measurement shall include all but not be limited to all foundation, manhole assembly, connection, cast iron frame and cover, concrete work, backfill, testing, and other work as required to complete the manhole. Measurement shall include all materials, labor, equipment, and other incidentals required to complete the work. KK. WW268, WW270, WW272 — Extra Depth for Wastewater Manhole (Over 6' Depth): 1. Measuring for payment shall be on a per vertical foot basis for each foot over 6' Depth. 2. Measurement shall include all materials, labor, equipment and other incidentals required to replace wastewater manhole over 6' Depth. LL. WW273, WW275, WW277 — Polymer System Manhole Rehab (0' — 6' Depth): 1. Measuring for payment shall be on a per each basis per diameter. 2. Measurement shall include but not be limited to surface preparation, material installation, inspection, testing, and other work as required to complete the rehabilitation work including bench, pipe connections, cementitious wall repairs, Measurement and Basis for Payment 01 29 01 - 6 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 Rev 01-13-2016 polymer lining and inflow inhibitor. Measurement shall include all materials, labor, equipment, and other incidentals required to complete the work. MM.WW274, WW276, WW278 — Extra Depth for Polymer System Manhole Rehab (Over 6' Depth): 1. Measuring for payment shall be on a per vertical foot basis for each foot over 6' Depth. 2. Measurement shall include all materials, labor, equipment and other incidentals required to rehabilitate the wastewater manhole over 6' Depth. NN. WW279, WW281, WW283 —Manhole FRP Rehab (01— 6' Depth): 1. Measuring for payment shall be on a per each basis per diameter. 2. Measurement shall include, but not be limited to excavation, concrete foundation, manhole assembly, connections, inflow inhibitor, frame and cover, concrete work, backfill, testing and other work as required to complete the fiberglass manhole. Measurement shall include all materials, labor, equipment and other incidentals required to complete the work. 00. WW280, WW282, WW284— Extra Depth for Manhole FRP Rehab (over 6' Depth): 1. Measuring for payment shall be on a vertical foot basis for each foot over 6' Depth. 2. Measurement shall include all materials, labor, equipment and other incidentals required to rehabilitate the wastewater manhole over 6' Depth. PP. WW285 — Excavation Safety for Manholes (0' — 6' Depth): 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all work, equipment, materials, personnel, and incidentals as required to provide for work safety in excavations. QQ. WW286— Extra Depth for Excavation Safety for Manholes ( > 6' Depth): 1. Measuring for payment shall be on a per vertical foot basis. 2. Measurement shall include all work, equipment, materials, personnel, and incidentals as required to provide for work safety in excavation over base 6' Depth. RR. WW287-291— Manhole Connections: 1. Measuring for payment shall be on a per each basis for the specified line sizes. 2. Measurement shall include all work, equipment, materials, labor, and incidentals as required to make connection to manhole, including wall cut out, connection, adapter, grout, etc. SS. WW292-WW293 — Remove & Replace Manhole Ring & Cover: 1. Measuring for payment shall be on a per each basis for each diameter specified. 2. Measurement shall include all work, equipment, materials including s.s. inflow inhibitor and new HDPE adjustment rings, labor, and incidentals required to complete the work. TT. WW294 — Reconstruct Manhole Top Corbel (any size): Measurement and Basis for Payment City -Wide Wastewater Collection System ID/IQ Program FY16 012901-7 City Project No. E16255 Rev 01-13-2016 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all work, equipment, materials, labor, and incidentals required to complete the work. UU. WW295 — Reconstruct Manhole Bench & Inverts: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all work, equipment, materials, labor, and incidentals required to complete the work. VV. WW295 — Cement Stabilized Sand Backfill (1.5 sacks of cement per 1 CY of sand): 1. Measuring for payment shall be on a per ton basis. 2. Measurement shall include all work, equipment, materials, labor and incidentals to backfill to the road base as specified on the plans. WW. WW297— Cut & Restore HMAC Pavement (Includes Base & Prime Coat): 1. Measuring for payment shall be on a per square yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore HMAC pavement according to the plans. XX. WW298 — Additional HMAC Pavement Thickness (1/2" per SY) 1. Measuring for payment shall be on a per square yard basis per /2" additional thickness. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore HMAC pavement according to the plans. YY. WW299 —Additional Limestone Base Thickness (1" per SY) 1. Measuring for payment shall be on a per square yard basis per 1" additional thickness. 2. Measurement shall include all work, equipment, materials, labor and incidentals to provide base material according to plans. ZZ. WW300 — Select Backfill Material: 1. Measuring for payment shall be on a per cubic yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidental to provide backfill according to plans. AAA. WW301 — Flowable Backfill: 1. Measuring for payment shall be on a per cubic yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidental to provide backfill according to plans. BBB. WW302— Cut & Restore Concrete Pavement (includes Base) 1. Measuring for payment shall be on a per square yard basis. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore concrete pavement according to the plans. CCC. WW303 — Additional Concrete Pavement Thickness (1" per SY) Measurement and Basis for Payment 01 29 01 - 8 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 Rev 01-13-2016 1. Measurement for payment shall be on a per square yard basis per 1" additional thickness. 2. Measurement shall include all work, equipment, materials, labor and incidentals to cut & restore concrete pavement according to the plans. DDD. WW304-WW317— Signing & Traffic Control: 1. Measuring for payment shall be on a per day basis. 2. Measurement shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flag -men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. EEE. WW318 — Portable Message Signs (PCMB): 1. Measuring for payment shall be on a per day basis. 2. Measurement shall including furnishing, installing, moving, replacing, and maintaining signs and all materials, labor, equipment, and incidentals necessary to complete the work. FFF. WW319 — Flashing Arrow Boards: 1. Measuring for payment shall be on a per day basis. 2. Measurement shall including furnishing, installing, moving, replacing, and maintaining boards and all materials, labor, equipment, and incidentals necessary to complete the work. GGG. WW320 — Flagger: 1. Measuring for payment shall be on a per day basis. HHH. WW321-WW322 — Removal & Replacement of Fencing 1. Measuring for payment shall be on a per linear foot basis. 2. Measurement shall include furnishing and erecting all fence materials and all labor, equipment and incidentals necessary to complete the work. III. WW323 — Temporary Construction Entrance/Exit — All Weather Access Road: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all materials, labor, equipment and incidentals necessary to complete the work. JJJ. WW324-WW325 - Tree Removal: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all materials, labor, equipment and incidentals necessary to complete the work. KKK. WW326-WW327 — Sodding & Seeding: 1. Measuring for payment shall be on a per square yard basis. Measurement and Basis for Payment 01 29 01 - 9 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 Rev 01-13-2016 2. Measurement shall include excavation, transporting, storing, and placing of sod/seed, application of fertilizer and water and all materials, labor, equipment and incidentals necessary to complete the work. LLL. WW328 — Erosion Control — Temporary Sediment Control Fence 1. Measuring for payment shall be on a linear foot basis. 2. Measurement shall include all materials, labor, equipment and incidentals necessary to install temporary fence. MMM. WW329 — Inlet Protection 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all materials, labor, equipment and incidentals necessary to complete work. NNN. WW330-WW331 — Remove and Replace Driveway/Sidewalk: 1. Measuring for payment shall be on a per square foot basis. 2. Measurement shall include all labor, materials, equipment, tools and incidentals required to complete the work. 000. WW332 — Remove and Replace Curb and Gutter or Valley Gutter: 1. Measuring for payment shall be on a per linear foot basis. 2. Measurement shall include all labor, materials, equipment, tools and incidentals required to complete the work. PPP. WW333 — Remove and Replace Curb Ramp: 1. Measuring for payment shall be on a per each basis. 2. Measurement shall include all labor, materials, equipment, tools and incidentals required to complete the work. 000. WW334—Grout Fill & Abandon in place: 1. Measurement shall be on a per cubic yard basis. 2. Measurement shall include all equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. RRR.WW335 — Remove, Relocate, and Reinstall Mail Box: 1. Measurement shall be on a per each basis. 2. Measurement shall include all labor, materials, equipment, etc. required to complete the work. SSS. WW336 —Site Clearing and Stripping 1. Measurement shall be on a per acre basis. 2. Measurement shall include all labor, materials, equipment, etc. required to complete the work. Work is anticipated to be limited to utility easements ranging from 10 to 15 feet in width. Measurement and Basis for Payment 01 29 01-10 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 Rev 01-13-2016 TTT. WW337 — Disposal of Contaminated Groundwater 1. Payment will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering. 2. Measurement 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. UUU. WW338 — Preparation and Implementation of a Traffic Control Plan Allowance per lump -sum: 2.00 1. MEASUREMENT OF PAYMENT SHALL BE ON A LUMP -SUM BASIS.PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-11 City -Wide Wastewater Collection System 113/10 Program FY16 City Project No. E16255 Rev 01-13-2016 01 31 00 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 0157 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 0133 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 City -Wide Wastewater Collection System ID/IQ Program FY16 Rev 01-13-2016 City Project No. E16255 013100-1 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 0133 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 0133 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 0157 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. Project Management and Coordination City -Wide Wastewater Collection System ID/IQ Program FY16 Rev 01-13-2016 City Project No. E16255 013100-2 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. 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. I. 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 0135 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 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. Project Management and Coordination City -Wide Wastewater Collection System ID/IQ Program FY16 Rev 01-13-2016 City Project No. E16255 013100-3 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 0135 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.10 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 0131 13 PROJECT COORDINATION. 1.11 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. Project Management and Coordination City -Wide Wastewater Collection System ID/IQ Program FY16 Rev 01-13-2016 City Project No. E16255 013100-4 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. 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. 1.12 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. Project Management and Coordination City -Wide Wastewater Collection System ID/IQ Program FY16 Rev 01-13-2016 City Project No. E16255 013100-5 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.13 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. 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. 1.14 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. 1.15 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. 1.16 BLASTING A. Blasting is not allowed for any purpose. Project Management and Coordination City -Wide Wastewater Collection System ID/IQ Program FY16 Rev 01-13-2016 City Project No. E16255 013100-6 1.17 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. 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. 1.18 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. 1.19 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 City -Wide Wastewater Collection System ID/IQ Program FY16 Rev 01-13-2016 City Project No. E16255 013100-7 C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer 361-826-1800 Preeti Shrestha, P.E.- City of Corpus Christi, Utilities 361-826-1800 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after 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 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream 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 City -Wide Wastewater Collection System ID/10 Program FY16 Rev 01-13-2016 City Project No. E16255 013100-8 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 0133 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 0133 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 - 1 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. E16255 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 0129 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. Project Coordination City -Wide Wastewater Collection System ID/10 Program FY16 Claims and proposed Modifications to the Contract. City Project No. E16255 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 0131 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 01 31 13 - 3 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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. Project Coordination 01 31 13 - 4 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. E16255 4. Modifications. 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. Project Coordination 01 31 13 - 5 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. E16255 5) Services entrance. 6) Feeders. 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 01 31 13 - 6 City -Wide Wastewater Collection System ID/10 Program FY16 11-25-2013 City Project No. E16255 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 riot 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) Mari 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. 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 Change Management 01 31 14 - 1 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 0133 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." 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. Change Management 01 31 14 - 2 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 0133 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. 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. Change Management 01 31 14 - 3 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. E16255 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 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 4 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. E16255 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 01 33 00 - 1 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 01 33 00 - 2 City -Wide Wastewater Collection System ID/10 Program FY16 11-25-2013 City Project No. E16255 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. ssue 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 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management 01 33 00 - 3 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00 - 4 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. E16255 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product I Sample or Operations Information Mockup Data 026210 032020 037040 027205-T 027208-T 027611-T 027618-T 027620-T 027614-T Polyvinyl Chloride Pipe Reinforcing Steel Epoxy Compounds Fiberglass Manholes for Wastewater Polymer Rehab of Wastewater manholes CCTV Report Format Pipebursting Rehabilitation Point Repair Accessories Cured In Place Pipe Rehab Submittal Register City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 0133 01 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 for the following items: Specification Section Shop Drawing Description NONE NONE B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 013302-1 11-25-2013 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 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. Shop Drawings 01 33 02 - 2 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. E16255 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. 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. Shop Drawings 01 33 02 - 3 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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 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. Shop Drawings 01 33 02 - 4 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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. 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 Shop Drawings 01 33 02 - 5 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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" 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. Shop Drawings 01 33 02 - 6 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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. 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. Shop Drawings 01 33 02 - 7 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 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 Shop Drawings 01 33 02 - 8 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 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 1.10.8 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 01 33 02 - 9 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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 01 33 02 -10 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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 0131 13 Contractor Record Drawings 02 76 11 CCTV DVD footage and reports B. Include Record Data in the Schedule of Documents required by SECTION 0133 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; Record Data City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 013303-1 11-25-2013 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. 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 01 33 03 - 2 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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 0170 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. Record Data 01 33 03 - 3 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 g. 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. 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. Record Data 01 33 03 - 4 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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. 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 0133 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 01 33 03 - 5 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 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 01 33 04 - 1 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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 0133 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. 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 Construction Progress Schedule 01 33 04 - 2 City -Wide Wastewater Collection System 10/10Program FY16 11-25-2013 City Project No. E16255 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 01 33 04 - 3 City -Wide Wastewater Collection System 10/10Program FY16 11-25-2013 City Project No. E16255 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 04 - 4 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic documentation 01 33 05 - 1 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 01 33 05 - 2 City -Wide Wastewater Collection System 10/10 Program FY16 11-25-2013 City Project No. E16255 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: 1. The completion times for delivery orders issued under this contract will be based upon production rates shown in the table below: Description Typical Working Time (Days) Allowed for each Delivery Order Non -Emergency Emergency Mobilization 3 days / D.O. 1 day / D.O. Remove & Replace Wastewater Line (5 14' Depth) 5 days / 600 LF 3 days / 600 LF Remove & Replace Wastewater Line (> 14' Depth) 7 days / 600 LF 5 days / 600 LF Rehab Wastewater Line Pipeburst (5 14' Depth) 5 days / 600 LF 3 days / 600 LF Rehab Wastewater Line Pipeburst (> 14' Depth) 7 days / 600 LF 5 days / 600LF Rehab Wastewater Line CIPP 5 days / 600 LF 2 days / 600 LF Point Repair Wastewater Line ( 514' Depth) 3 day/ EA 1 days / EA Point Repair Wastewater Line ( > 14' Depth) 4 days / EA 2 days / EA Well Pointing For Wastewater Lines 1 day / 400 LF 0 days / D.O. Control of Wasterwater Flows 1 day / D.O. 0 days / D.O. Clean & CCTV Wastewater Lines 1 day / 1200 LF 1 day / 1200 LF Remove & Replace Wastewater Manhole 3 days / EA 2 days / EA Rehab Wastewater Manhole 2 days / EA 1 day / EA Remove and Replace Driveway or Sidewalk 2 days / 400 SF 1 day / 400 SF Special Procedures City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 013500-1 11-25-2013 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 [1 month] prior to beginning the Work. 1.03 CRITICAL OPERATIONS (NOT REQUIRED) A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Note to Specifier: Revise for each project. Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. Special Procedures City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 013500-2 11-25-2013 D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the [for operation of the existing distribution system] [other description of critical nature of operations]. 2. Loss of [operation of the existing distribution system] [other description of critical nature of operations] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1- [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.04 OWNER ASSISTANCE (NOT REQUIRED) A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow -off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 013500-3 11-25-2013 01 40 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 0140 00 - 1 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 0140 00 - 2 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 0133 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. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Quality Management 0140 00 - 3 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 0133 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 0133 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; e. Name and signature of the laboratory personnel performing the test; Quality Management 0140 00 - 4 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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. 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 Quality Management 0140 00 - 5 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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. 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. Quality Management 0140 00 - 6 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J. Quality Management 0140 00 - 7 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 0140 00 - 8 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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. Temporary Facilities and Controls 01 50 00 - 1 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 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 (NOT REQUIRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. 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 payments will be processed until OPT's field office facilities are completed and approved. 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. Temporary Facilities and Controls 01 50 00 - 2 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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. 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 far 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 an 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. Temporary Facilities and Controls 01 50 00 - 3 City -Wide Wastewater Collection System ID/10 Program FY16 11-25-2013 City Project No. E16255 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. 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 01 50 00 - 4 City -Wide Wastewater Collection System ID/10 Program FY16 11-25-2013 City Project No. E16255 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 Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. 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 0133 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. 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 01 57 00 - 1 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. 16255 1.05 PERMITS 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 Temporary Controls 01 57 00 - 2 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. 16255 erosion and sedimentation control system that will protect all undisturbed areas and soil 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 01 57 00 - 3 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. 16255 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 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. 1.10 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. 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 stream. 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's, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Temporary Controls 01 57 00 - 4 City -Wide Wastewater Collection System ID/10 Program FY16 11-25-2013 City Project No. 16255 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 at 826-1817] 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. 1.11 DISPOSAL OF CONTAMINATED GROUNDWATER 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. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering. 1.12 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. 1.13 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 Temporary Controls 01 57 00 - 5 City -Wide Wastewater Collection System ID/10 Program FY16 11-25-2013 City Project No. 16255 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 01 57 00 - 6 City -Wide Wastewater Collection System ID/10. Program FY16 11-25-2013 City Project No. 16255 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 (NOT APPLICABLE) 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 01 70 001- 1 City -Wide Wastewater Collection System ID/IQ Program FY16 11-25-2013 City Project No. E16255 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 0131 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 0133 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 0133 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 01 70 001- 2 City -Wide Wastewater Collection System ID/IC! Program FY16 11-25-2013 City Project No. E16255 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 01 70 001- 3 City -Wide Wastewater Collection System ID/IC! Program FY16 11-25-2013 City Project No. E16255 Standard Specifications SECTION 021020 SI'1'h CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified 011 the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev 14-30-2414 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-255-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-255-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical atter the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated 011 the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously 011 both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill} TJNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +f-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, 110 lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev. 3-255-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-255-2015 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced 110 more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Sofa wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self -Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, foamed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev 14-30-2414 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev 14-30-2414 SECTION 023020 JACKING, BORING OR TUNNELING (S-65) 1. DESCRIPTION This specification shall govern provisions of the required installation of conduits by the methods of jacking, boring, shown on the plans and in conformity with this specification. 2. MATERIALS Unless indicated otherwise with minimum yield strength be as follows: Casing Diameter (Inches) Less than 12 Over 12 to 18 Over 18 to 22 Over 22 to 28 Over 28 to 34 Over 34 to 42 Over 42 to 48 Over 48 in the drawings of 35,000 psi. Minimum Wall (Inches) 1/4 5/16 3/8 7/16 1/2 9/16 5/8 Specified 3. CONSTRUCTION REQUIREMENTS opening for the or tunneling as , casing pipe shall be smooth pipe Minimum casing wall thickness shall Thickness by Engineer Where encasement or carrier pipe is required to be installed under railroad embankments or under highways, streets, or other facilities by jacking, boring or tunneling methods, construction shall be made in a manner that will not interfere with the operation of the railroad, highway, or other facility, and will not weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, as directed by the engineer, until such time as the backfill has been completed and then shall be removed from the site. The drilling of pilot holes for the alignment of pipe prior to its installation by jacking, boring or tunneling will not be a requirement but may be necessary to maintain grade. The drilling of pilot holes will be considered as incidental work and the cost thereof shall be included in such contract pay items as are provided in the proposal and contract. The contractor shall take the proper precautions to avoid excavating earth beyond the limits of excavation needed to install the conduit. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the contractor at his own cost and expense. The removal of any obstruction that may be found to conflict with the placing of this pipe will not be measured for payment or paid for as a separate contract pay item. The removal of any such obstruction will be included in such contract pay items as are provided in the proposal and contract. The contractor shall dispose of all surplus materials at his own cost and expense at site approved by the engineer. 4. SAFETY REQUIREMENTS Suitable bracing, shoring and barricading shall be placed as necessary to provide a safe condition. Proper ventilation for excavations and tunnels shall 023020 12/3/8 Page 1 of 4 be required. Any excavation that remains open after working hours shall be covered with a steel plate of sufficient thickness to support traffic. 5. CONSTRUCTION BY JACKING If the grade of the pipe at the jacking end is below the ground surface, suitable pipes or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. This excavation shall not be carried to greater depth than is required for placing of the guide and jacking timbers and no nearer the roadbed than the minimum distance shown on the plans. At the other end of the pipe, an approach trench shall be excavated accurately to grade. All open trenches and pits shall be braced and shored in such a manner as will adequately prevent caving or sliding of the walls into the open trench or pit. Heavy-duty jacks suitable for forcing the pipe through the embankment shall be provided. In operating jacks, even pressure shall be applied to all jacks used. A suitable jacking head not less than 6 inches larger than the outside diameter of the pipe, usually of timber and suitable bracing between jacks and jacking head, shall be provided so that pressure will be applied to the pipe uniformly around the ring of the pipe. The jacking head shall be of such weight and dimensions that it will not bend or deflect when an opening for the removal of excavated material as the jacking proceeds. A suitable jacking frame or backstop shall be provided. The pipe to be jacked shall be set on guides that are straight and securely braced together in such manner to support the section of the pipe and to direct it in the proper line and grade. All timber and other materials used in the construction of the jacking assembly will be of such quality and dimensions that they will withstand all stresses to which they are subjected in such a manner as to insure even pressures on the pipe during jacking operations. The whole jacking assembly shall be placed so as to line up with the direction and grade of the pipe. As the jacking proceeds, the embankment material shall be excavated slightly in advance of the pipe in such a manner to avoid making the excavation larger than the outside diameter of the pipe, with the excavated material being removed through the pipe. The excavation for the underside of the pipe, for at least one third of the circumference of the pipe, shall conform to the contour and grade of the pipe. The excavation for the top half of the pipe shall conform closely to the outside diameter of the pipe and a clearance greater than 2 inches will not be permitted. All voids between the pipe and the earth shall be filled with non -shrinking grout. Grout holes shall be provided in the pipe. The grouting shall follow immediately upon completion of the jacking operation. All carrier pipes installed by jacking shall be supported as required by the plans. The distance that the excavation shall extend beyond the end of the pipe depends on the character of the materials, but it shall not exceed 2 feet in any case. The pipe, preferably, shall be jacked from the low or downstream end. Lateral or vertical variation in the final position of the pipe from the line grade established by the engineer will be permitted only to the extent of 1 inch per 10 feet, maximum of 6 inches, provided that such variation shall be regular and only in one direction and that the final grade of flow line shall be in the direction indicated on the plans. When jacking of pipe is once begun, the operation shall be carried on without interruption, insofar as practicable; to prevent the pipe from becoming firmly ❑23020 12/3/8 Page 2 of 4 set in the embankment. Any pipe damaged in jacking operations shall be repaired or removed and replaced by the Contractor at his entire expense. The pits or trenches excavated to facilitate jacking operation shall be filled immediately after the jacking of the pipe has been completed unless an encasement only has been installed; in which case, the trenches and pits shall be left open until the carrier pipe has been laid through and manholes have been built if required. The pits or trenches shall then be backfilled in accordance with 022020, Excavation and Backfill for Utilities & Sewers. 7. CONSTRUCTION BY BORING The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that the completed shaft will be at the established line and grade. The size of the bored hole shall be of such diameter to provide ample clearance for bells or other joints. Voids outside the casing shall be grouted with non -shrinking grout and will be considered subsidiary work. In addition to the requirements stated above, the applicable provisions of "Construction By Jacking", in regard to the construction of trench, tolerance in line and grade, method of operation, backfilling, etc., shall govern for construction by boring. 7. CONSTRUCTION BY TUNNELING The tunnel shall be excavated in such a manner and to such dimensions, which will permit placing of the proper supports necessary to protect the excavation. The contractor shall take the proper precautions to avoid excavating earth beyond the limits of excavation shown on the plans. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the contractor at his own cost and expense. If required by the plans or if required for safety, suitable steel or timber sheeting, shoring and bracing shall be used to support the sides and roof of the excavation. Supports may be left in place provided that they clear the steel liner plate or carrier pipe. No separate payment will be made for supports left in place. Nothing contained herein shall prevent the contractor from placing such temporary or permanent supports as he deems necessary, nor shall it be construed as relieving the contractor from his full responsibility for the safety of the work, and for all damages to persons and property. Liner plate shall be place when the foundation is in a condition satisfactory to the engineer. Tunnel dimensions shall be minimum dimensions and subsequent grout fill around the perimeter of the liner plate, shall be at the expense of the contractor. The liner plate shall be laid true to line and grade. Tolerance in line and grade shall be as specified in, "Construction by Jacking". The void between the tunnel wall and the tunnel lining shall be backfilled with non -shrinking grout having a minimum compressive strength of 1000 pounds per square inch at 28 days. Grout shall not be placed inside the liner plate. All pipe damaged during construction operations shall be repaired or removed and replaced by the contractor at his entire expense. 8. JOINTS If corrugated galvanized metal pipe is used, joints may be made by field bolting 023020 12/3/8 Page 3 of 4 or by connecting bands, whichever is feasible. If reinforced concrete pipe 24 and larger in diameter with tongue and groove joints is used for the encasement pipe, the interior joints for the full circumference shall be sealed and packed with mortar and finished smooth and even with the adjacent section of pipe. If steel pipe is used for the encasement pipe, the joints shall be welded sealed for the full circumference. 9. MEASUREMENT & PAYMENT Unless indicated otherwise in the proposal, Jacking, Boring, and tunneling shall not be measured for pay but shall be subsidiary to the casing pipe or the liner plate. 023020 12/3/8 Page 4 of 4 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MA 1'LRIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one -inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= S D (P)2 or L= N D (P'- 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(P) 4,000 PVC Pipe - Uni-bell equation 99 L = N D (P2 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $ 100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 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. CER I'I4CATION 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 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs1 CY Sand 2501bs1 CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste -like consistency immediately prior to placing flowable grout. B. Soil -Lime Mix Design: The following is given as a typical mix design for soil -lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15°l°. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev 10-30-2014 Trial Mix Design: Damp Soil 10001b. Lime 501b. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned -in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev 10-30-2014 SECTION 026602 WASTEWATER FORCE MAIN 1. DESCRIPTION This specification shall govern all work required for the installation of all wastewater force mains required to complete the project. 2. GENERAL REQUIREMENTS 1. All work shall be done in a workmanlike manner, in accordance with the drawings and specifications. 2. Prior to construction, the Contractor shall submit, for approval, certificates of inspection in duplicate to the Engineer from the pipe and fittings manufactuuer(s) that said materials supplied have been inspected at the plant and meet the requirements of this specification. 3. It shall be the responsibility of the Contractor to keep on hand extra fittings and pipe, as he may deem necessary to make adjustments due to unknown obstructions, or to replace defective materials without delay to the project. When defective materials are discovered, they shall be immediately marked and removed from job site. 4. All pipe and fittings shall be clearly marked with trademark of manufacturer, batch number, location of plant, ASTMIANSIIAWWA designation, size, pressure rating, class/SDR, and pressure rating. 5. Wastewater marking tape shall be continuously applied along the top of the force main, except at joints. The tape shall be green and 2 inches wide and state "Sewer". 3. MATERIALS A. Ductile Iron Pipe Fittings: See City Standard Specification Section 026206. B. PVC Pipe (AWWA C900 or C905): See City Standard Specification Section 026210. C. Concrete: Concrete shall have a minimum compressive strength of 3000 PSI at 28 days. 026602 Page 1 of 7 Rev. 10-30-2014 D. Bedding Sand for Encasement: Sand shall be as indicated on the drawings. E. Non -Standard Fittings: Fittings having non-standard dimensions or fabricated especially for this project shall have a minimum pressure rating of 250 psi and durability comparable to that of the system. Drawings and specifications for non-standard fittings shall be submitted for approval of the Engineer prior to construction. Couplings and adapters for DIP and PVC connections shall be considered non-standard fittings. F. Ceramic Epoxy Lining for Ductile Iron Pipe Fittings: When indicated in the drawings or Special Provisions, the interior of DI pipe and fittings shall be furnished with a factory applied ceramic epoxy lining. Lining material shall be Protecto 401 Ceramic Epoxy Lining, of 40 mils nominal dry thickness. The epoxy shall be fused to the interior of the pipe by heat, forming a securely bonded lining. 1. Operating Limits: The lining shall have the capability of withstanding operating temperatures from 0° F to 170° F and withstanding sewage with a minimum pH of 4.0. 2. Application: The interior surface of each pipe shall be blast -cleaned to remove high temperature oxide film and to form an anchor pattern over the entire surface prior to heating and lining. Epoxy lining is to cover the inner surface of the pipe, extending from the plain or beveled end to the rear of the gasket socket. 3. Adhesion: Pipe shall be checked at the point of manufacture to assure bond of the lining to the pipe. Any indication of separation of lining from pipe is cause for rejection. . 4. Entrapped Material: Any sizeable protrusion in the lining, obviously caused by lining over foreign materials, shall be cause for rejection. 5. Separations: Linings which have separations caused during the lining operation shall be rejected. 6. Damages to Lining: Injurious mechanical damage, such as chuck marks and gouges, extending to bare metal are not acceptable. The pipe having such a defect shall be rejected. Lining Thickness: Linings of nominal 40 mil thickness shall generally equal or exceed 40 mil throughout the pipe. At pipe ends, lining thickness may taper for a distance of 4 inches from the ends, to a minimum of 20 mil thickness. However, the lining shall not deviate by more than 5 mil from the 40 mil nominal thickness as required through the pipe. The lining thickness of each pipe and fitting shall be taken at the point of manufacture using a general electric magnetic dry film thickness device, digital coating thickness gauge, Positector 2000, or approved 026602 Page 2 of 7 Rev. 10-30-2014 equal. Pipe and/or fittings with a lining thickness less than the minimum specified shall be rejected. 8. Bell and Plain End Overcoat: The bell socket and the last 2 inches of the plain end of each pipe shall be coated on the inside and outside with a factory applied mastic or epoxy coating. This coating shall be a minimum of 10 mil thickness and shall be Koppers 300M, Industrial Ruff Stuff, Roskote Mastic A-938, or equal. 9. Pinholes and/or Holidays: The inside surface of each pipe or fitting shall be free of pinholes, holiday discontinuities and any blister type surface imperfections. The manufacturer shall check each pipe and fitting for holidays at the point of manufacture with a high voltage holiday detection device. Tinker & Rasor Model AP -W, or approved equal. Testing shall be conducted at the voltage as calculated in Section 3: Testing and Voltages of the 'Recommended Practice for High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation" as published by the National Association of Corrosion Engineers (NACE) Technical Practices Committee. All actual holiday testing procedures shall conform to NACE standard RP -02-74 and American Society for Testing Materials (ASTM) Designation: G62 - (latest) "Standard Test Methods for Holiday Detection in Pipeline Coatings." No holidays, misses or skips larger than a pinhole will be accepted for repair. A maximum of 6 holidays, as defined in ASTM Standard G62 and as determined by the detection test described above, on any one standard pipe length, fitting or special may be repaired with epoxy. 10. Independent Testing Laboratory Representation: All testing as specified herein including the lining thickness test and the holiday test shall be witnessed by a representative from an approved independent testing laboratory. The independent laboratory shall be a member of the American Council of Independent Laboratories. Manufacturer must submit for approval by the City the name of the testing laboratory and actual qualifications of actual representative that will witness the testing. The manufacturer shall furnish three (3) copies of report by independent testing laboratory depicting results of all testing witnessed by the independent laboratory. 11. Field Testing: Each pipe and fitting is subject to inspection in the field by the City for conformance to these specifications prior to installation. Any defects as specified herein with any pipe or fittings shall be grounds for rejection. 12. Sealing Cut Ends and Repairing Field Damaged Areas: Remove burrs from field cut ends and smooth out edge of epoxy lining. Remove all traces of oil or lubricant used during field cutting operation. All areas of loose lining associated with the cutting operation shall be removed and the exposed metal cleaned by sanding or scraping. For larger areas, roughen the bare pipe surface with a small chisel to provide an anchor pattern for the epoxy. The epoxy lining shall be "stripped" back by chiseling, cutting or scraping about 1" to 2" into well adhered 026602 Page 3 of 7 Rev. 10-30-2014 lined area before patching. After removal of loose lining and dirt, the area to be patched shall be "scratched" or "gouged" to offer an anchor pattern for the epoxy. Include an overlap of 1" to 2" of roughened epoxy lining in the area to be epoxy coated. The roughening shall be done with a rough grade emery paper (40 grit), rasp, or small chisel. Avoid honing, buffing, or wire bnishing since these tend to make surface to be repaired too smooth. With the area to be sealed or repaired absolutely clean and suitably "roughened," apply a thick coat of two-part coal tar epoxy. The detailed mixing and application procedure for the epoxy shall follow the epoxy manufacturer's instnictions. This heavy coat of epoxy shall be "worked" into the scratched surface by brushing. The Contractor shall maintain a supply of epoxy on the job site as required to seal cut ends and repair damaged pipe when encountered. Epoxy shall be of the type recommended or supplied by the pipe manufacturer. 13. Warranty: A five year warranty shall be furnished by the manufacturer on the serviceability of the lining. This warranty shall include, but not be limited to the statement, at any time up to the end of the fifth year from the date of pipe shipment: a. The lining shall not have disbound. b. The lining shall not have suffered any appreciable underfihn migration. c. The interior pipe metal, at points of pinholes or holidays, shall not have suffered detrimental deterioration. d. The lining shall have maintained its smooth surface characteristics. Contractor and/or manufacturer shall not make any exemption or exception to the above stated conditions or warranty within the limits as stated in this specification section. 14. Certification: The manufacturer shall furnish notarized certificates of compliance stating that the lining conforms to all requirements of these specifications. 4. CONSTRUCTION METHODS 4.1 HANDLING AND STORAGE OF MATERIALS A. General: The Contractor shall be responsible for the safe storage of all materials furnished to or by him and accepted by him until the materials have been incorporated in the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. 026602 Page 4 of 7 Rev. 10-30-2014 Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to, and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within ten days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. C. Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. 4.2 INSTALLATION A. Alignment and Grade: All pipes shall be laid and maintained to the required line and grade. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. Force Mains shall be laid with 110 less than 36 inches of cover, unless indicated otherwise in the drawings. Greater depths will be permitted when required to avoid conflicts with existing structures. Lines shall be laid to grade which permit entrapped air to flow to a high point for release through an air release valve as shown 011 the drawings. The Contractor shall investigate well in advance of pipe laying for conflicts which may necessitate the readjustment of planned line and grade. B. Trench Excavation and Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers", and drawings. C. Force Main Connection to Existing Manhole: Where new force main is connected to existing manhole, the manhole shall be prepared to receive the proposed force main and restored after connection. Manhole inverts shall be repaved as necessary to provide a smooth flowing system. D. Polyethylene Encasement: All metallic pipe, valves and fittings, except those 026602 Page 5 of 7 Rev. 10-30-2014 which occur in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces of pipe valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to foam the best protection to the pipes. E. Sand Encasement: Sand shall be granular soil of low plasticity such that 30% minimum passes a #4 sieve and no more than 20 % passes a #200 sieve, and the plasticity index (P1) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3 and some A2 soil shall be required. F. Pre -Placement Inspection: Prior to lowering into trench, all pipe and accessories shall be inspected for defects. All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into trench. Pipe shall be kept clean at all times during the laying. Jointing Pipe and Fittings: All pipes and fittings shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. H. Concrete Thrust Blocks: Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary and no separate payment will be made for it. Restrained Joints and Fittings: Metal harness, tie rods and clamps or restrained fittings shall be used to prevent movement when soil conditions will not withstand thrust blocking. Steel rods and clamps shall be galvanized or otherwise rust -proofed or coated with hot coal tar enamel then wrapped with two layers of polyethylene wrapping. 4.3 HYDROSTATIC TESTING WASTEWATER FORCE MAIN 026602 Page 6 of 7 Rev. 10-30-2014 See City Standard Specification Section 026202, Hydrostatic Testing of Pressure Systems. 5. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, wastewater force mains will be measured by the linear foot along the centerline of pipe. Payment shall include, but not be limited to, trenching, dewatering, pipe, bedding, thrust blocks, fittings, restraints and backfill, and shall be full compensation for all labor, materials, equipment, tools and incidentals required to complete the work at the unit price bid. 026602 Page 7 of 7 Rev. 10-30-2014 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 TABLE 1- Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 ;7 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MA I'LRIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MA 1'LRIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 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 stimrps, 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 10d 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: C•14. *�.. Pion Dimon. * 3/4" 7/8" Bar 0-r Smaller—Plan Dirrien. * I/2" 1" Bar or Larger ---Pian. Drrnen. t I� 1 H over 6"---Dome,n.+ Zero or -I/27 14 = 6" and less-Oerr en_ Zero or -1/4'' /C— FH —Di 7/8 Bar or Snnalier--Plan Dirnan. * 1" Bar or Larger —Plan Dimon. i I.. viral or Circular Tie Tie or StOErup - Pion C)i rnen_ * 1 1PI s I/21 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforu7s, 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 peluiitted 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 TABLE 1 Minimum Lap Requirements kap 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 011 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 37040 EPDXY COMPOUNDS (S-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100% solids, moisture insensitive system. Epoxy shall be "FX - 752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikastix 370, Sikadur Hi -Mod" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout for Epoxy patch on non -horizontal surfaces to concrete:Epoxy Compound shall be a low -modulus, high viscosity, moisture insensitive system. Epoxy shall be "Sikastix 360, Skadur Lo -Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer). During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler) . c. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abrasion) 50 SF/gal Other surfaces as specified on the drawings d. Concrete Overlay: The concrete overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 60% of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The following allowable times (60% of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be 037040 2/20/9 Page 1 of 2 determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing Epoxy Until Placing Concrete Overlay 90°F 40 min. 80°F 12 hrs. 70°F 22 hrs. 600F 32 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete (2) Epoxy Grout for patch to non -horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in (1) Bond new concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C -I44 with 100% passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume). c. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. 4. GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Epoxy Compounds shall be considered subsidiary to the appropriate bid item. 037040 2/20/9 Page 2 of 2 SECTION 038000 CONCRE 1'h 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 011 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 on. 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 31/4"). (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 175 2 "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 PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 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. (3) 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. 3-255-2015 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 011 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 011 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 shaip 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 fust -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. 3-255-2015 All forms shall be constructed to permit their removal without man-ing 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 spoiling, 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 fonns 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. 3-255-2015 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 Non -Agitated Concrete: Maximum Time 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. 3-255-2015 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 andlor 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 andlor unauthorized cold joints in mass placements where differential settlement andlor 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. 3-255-2015 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 foams. 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. 3-255-2015 9. PLACING CONCRETE IN WA I'ER 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 niches 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 011 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 CONCRE I'L 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. 3-255-2015 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 FINISBING 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 tnte 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, tnte 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 10 -foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over 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 tnte 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 fining 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 fining. 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. 3-255-2015 EXCEPTIONS TO 4 -DAY CURING Required Curing 8 curing days (Type I or IIl) cement 10 curing days (Type II cement) 6 curing days Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) 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 011 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 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. FINTSMNG 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, 110 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 SECTI©N 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown 011 the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev 3-25-2015 Technical Specifications TECHNICAL SPECIFICATION T-000500 MOBILIZATION / DEMOBILIZATION 1. Description Move personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete Delivery Orders, including all "As -Built" drawings as required for record purposes. It is the intent that the Contractor shall provide "As -Built" drawings, as per Specification Section 01 33 03 (Record Data), within 7 days of completion of EACH Delivery Order site. Failure to provide drawings as required may result in the Contractor's progress payment being withheld, until compliance. 2. Measurement This Item will be measured by the lump sum as the work progresses. 3. Payment Partial payments of the lump sum bid for "Mobilization / Bonds / Insurance" will be as follows: A. Payment `Z' will be made as part of Delivery Order No. 1, upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum or 16/6 of the total Contract amount, whichever is less. B. The "Mobilization / Bonds / Insurance" bid item shall be paid for up to thirty (30) Delivery Order mobilizations involving actual utility improvement work and excludes stand alone delivery orders for "Clean & CCTV Wastewater Lines" work. C. Max mobilization fee shall not exceed 10% of the 2 Year Base Contract amount of $4,000,000. D. The mobilization bid item will be paid for per yearthe 2 year contract as follows, for each delivery order: Y MOBILIZATION PAYMENT = (X — Z) 4,000,000 — X WHERE: X = Mobilization / Bonds / Insurance Bid Item Total Y = Cost of Each Delivery Order site excluding Mobilization Payment Z = Payment made for Bonds and Insurance T-000500 Page 1 of 1 CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 JULY 2016 MOBILIZATION TECHNICAL SPECIFICATION T-020800 WELL POINTING, DEWATERING AND DISPOSAL 1. GENERAL 1.1 Description This item shall govern all operations necessary for the temporary dewatering of trenches, holes, and other open -cut excavations for the installation of utility lines and appurtenances. Work, in general shall include: A. Designing, filrnishing, installing, testing, operating, monitoring and maintaining a system to control ground water and surface water as required to comply with the project specifications. B. Controlling, removing, and disposing of seepage and surface water from the excavation, including excavation slope erosion control. C. Prevention of surface water from entering the trench and diverting the surface water away from the site. D. Removal of the temporary dewatering system after completion of the specified portion of work. Due to the nature of this ID/IQ project with a city-wide project area and unknown locations of each future delivery order, no geotechnical or soils investigations have been performed for this project. As a result, no specific groundwater levels have been determined and it is unknown if and how those groundwater levels will impact any of the required excavations. 1.2 Environmental Requirements A. Comply with the requirements of agencies having jurisdiction. B. Comply with the State of Texas Commission on Environmental Quality's (TCEQ's) regulations. C. When necessary, obtain permit from Environmental Protection Agency (EPA), under the National Pollution Discharge Elimination System (NPDES), for storm water discharge from construction sites. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-020800 Page 1 of 5 JULY 2016 WELL POINTING, DEWATERING AND DISPOSAL D. Obtain all necessary permits from agencies with control over the use of groundwater and matters affecting well installation, water discharge, and use of storm drains and natural water sources. 1.3 Contractor's Responsibility A. It shall be the Contractor's sole responsibility to identify groundwater conditions and to provide for the lowering, handling, and control of groundwater as necessary to develop a substantially dry and stable subgrade for subsequent construction operations and to monitor the effectiveness of its installed system including effects on adjacent utilities or facilities. B. It shall be the sole responsibility of the Contractor to operate, maintain, and modify the system(s) as required to conform to these plans, specifications and contract documents. C. The Contractor shall be fully responsible for the failure of all components of the dewatering system(s) and for all damages to the work, adjacent property, equipment, personnel, and the public in the project area caused by its failure to design, furnish, install, test, operate, monitor, and maintain the system. The Contractor shall restore all damaged items to a condition as good as or better than existed prior to the occurrence or failure and at no additional cost to the City. D. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing dewatering efforts on any and all City - related projects or jobs (to include, but not necessarily li;nited to "Confined Space Entry" 2. REFERENCES 2.1 Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 2.2 Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para. 122.26(b)(14) Storm Water Discharge. 3. PRODUCTS 3.1 Equipment and Materials A. Equipment and materials are at the option of the Contractor as necessary to achieve desired results for well pointing, dewatering and disposal work. Proposed equipment and materials may include pumps, eductors, well points and piping, and other desired material. See paragraph 4.1, Pre -Installation Submittal Requirements. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-020800 Page 2 of 5 JULY 2016 WELL POINTING, DEWATERING AND DISPOSAL B. A11 equipment must be maintained in good repair and operating order. C. Sufficient standby equipment and materials shall be provided and maintained to ensure continuous and uninterrupted operation of the dewatering system. 4. SUBMITTAL REQUIREMENTS 4.1 Pre -Installation A. Prior to commencement of work, submit complete drawings and layouts showing the proposed dewatering plans and water analysis indicating any impacts to the environment if discharged to surface waters. Sufficiently detail the submittal (general arrangements, procedures to be used, disposal requirements, etc.) to allow the Engineer to evaluate the proposed dewatering system(s). At a minimum, the submittal shall include: • 24-hour Contact information for responsible Contractor personnel • Equipment and instrumentation sizes, flow rates, operating hours, arrangement and depths for the dewatering system(s) • Discharge location and details • Well point system layout • Disposal considerations • Any required permits 4.2. During Operations A. Submit the following records on a weekly basis: • Records of flow rates and water level elevations obtained during monitoring of dewatering 5. PERFORMANCE REQUIREMENTS 5.1 Execution A. The Contractor shall conduct site investigations to identify construction impacts of groundwater conditions and to provide parameters for design, installation, and operation of dewatering systems. B. The Contractor shall design, furnish, install, operate, monitor and maintain a dewatering system that is compatible with the requirements of 29 CFR Part 1926 to produce the following results: • Effectively reduce the groundwater level to facilitate construction CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-020800 Page 3 of 5 JULY 2016 WELL POINTING, DEWATERING AND DISPOSAL • Develop a substantially dry and stable subgrade for subsequent construction operations • Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, environment and other work • Prevent the loss and discharge of fine sediments and the development of seepage, boils, quick conditions, or softening of the foundation strata • Maintain stability of sides and bottom of excavations. C. The Contractor shall continue to daily operate, monitor, and maintain the dewatering system in all required areas, until the work is completed (including nights, weekends and holidays) and then remove all components of the system when the dewatering is no longer required. D. Storm water must be prevented from the excavation site. Install berms or other devices to prevent stormwater intrusion. E. Storm water or groundwater shall not be discharged onto private property. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream. F. The Contractor shall ensure that all water seeping, falling, or running into the excavation as it is dug, and until the dewatering system is removed, is promptly pumped out. G. The Contractor shall obtain all permits prior to construction that are necessary for the dewatering operations and file copies of all such permits with the Engineer and City. H. The Contractor shall protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, wash out and other hazards created by the dewatering system. In the case of damage, Contractor shall restore any and all facilities to a condition as good as or better than existed prior to the performance of the work on the Project at no additional cost to the City. 5.2 Construction Testing A. After construction has started and any required permits have been submitted and approved, continued testing of groundwater quality is to be performed by GityContractor, at the City's Contractor's cost, prior to commencing discharge and shall be retested by the Contractority, at the City's Contractor's expense, a minimum of once a week. The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. CITY-WIDE WASTEWATER COLLECTION ION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-020800 Page 4 of 5 JULY 2016 WELL POINTING, DEWATERING AND DISPOSAL 53 Disposal A. The Contractor shall dispose of all seepage and surface water removed from the Project—regardless of the source, in a manner approved by the Engineer. B. In some instances, the Contractor shall have the option of disposing of groundwater by pumping to the nearest Wastewater system. If discharging to temporary holding tanks and trucking to a wastewater system or wastewater plant, the costs for these operations shall be the responsibility of the Contractor. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the wastewater system the Contractor shall contact the Wastewater Pretreatment Coordinator at 826-1817 to obtain a "no cost" permit from the Wastewater Department. The Contractor must provide any water quality testing or water analysis required. The permit will require an estimate of groundwater flow. 6. MEASUREMENT AND PAYMENT "Well Pointing" shall be paid for ONLY if required to achieve a dry excavation and stable subgrade for utility installation. All costs, including labor, equipment, materials, permitting, supervision, etc., associated with well pointing work shall be included in the amount bid for the item "Well Pointing", as identified in the Proposal Form for various depths. All dewatering methods other than "well pointing" is considered subsidiary to the appropriate bid items where dewatering is need to keep the excavation dry. "Well Pointing" shall be measured and paid by the linear foot of trench being dewatered, along the centerline of the trench for the depths specified in the proposal. THE MINIMUM FOOTAGE TO BE AWARDED FOR ANY PARTICULAR DELVERY ORDER WILL BE 10 FEET. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-020800 Page 5 of 5 JULY 2016 WELL POINTING, DEWATERING AND DISPOSAL TECHNICAL SPECIFICATION T-021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with Standard Specification Section 021020 (Site Clearing and Stripping). Unless specified otherwise on drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density, and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade and in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions, and soft spots which develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Site Grading shall not be measured for payment but shall be considered subsidiary to the project. This item shall include, but not be limited to, supplying, placing, and compacting of fill material; and removing and disposing of excess material. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-021040 Page 1 of 1 I TLY 2016 S1TE GRADING TECHNICAL SPECIFICATION T-021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes, which are deemed unsatisfactory for reuse by the Engineer, may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown 011 the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored, if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method as will not injure the members for re -use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss members, bracing members, and other similar members in the structure will not be required unless CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-021080 Page 1 of 3 JULY 2016 REMOVING ABANDONED STRUCTURES specifically called for on the plans or special provisions and the Contractor shall have the option of dismantling these members by flame -cutting the members immediately adjacent to the connections. Flame Cutting will not be permitted, however, when plans or special provisions call for the structure unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagram furnished by the Engineer prior to dismantling and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the plans, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-021080 Page 2 of 3 JULY 2016 REMOVING ABANDONED STRUCTURES Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT & PAYMENT Removal of Existing Manholes shall be measured and paid for by each. Removal of Existing Wastewater Lines, Sidewalks, Driveways, Curb & Gutter, Fence, and Pavement shall be considered subsidiary to the replacement cost. All other items shall not be measured or paid for separately but shall be considered subsidiary to the project. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-021080 Page 3of3 JULY 2016 REMOVING ABANDONED STRUCTURES SECTION T-022030 TRENCH SAFETY 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the proj ect. 3. MEASUREMENT & PAYMENT Measurement for Excavation Safety for Manholes and Point Repairs shall be per each excavation at the depths specified in the proposal. Excavations include, but are not limited to, those for manholes, point repairs, vaults, pits and other such structures that are required to perform utility work. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. END OF SECTION CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-022030 Page 1 of 1 JULY 2016 TRENCH SAFETY TECHNICAL SPECIFICATION T-025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK & DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavement and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the plans, materials and proportions used along with this specification shall conform to the respective following specifications: T-025220 "Flexible Base Limestone"; T-025424 "Hot Mix Asphalt Pavement"; T-025610 "Concrete Curb and Gutter"; and T-025612 "Concrete Sidewalks and Driveways", Class "A" concrete per T-030020 "Portland Cement Concrete"; 032020 "Reinforcing Steel"; 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the repair shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the contractor and shall not be used as backfill material. Mechanical saw with hardened blade shall be used to make neat, square, and vertical cuts. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with Specification 022020 "Excavation & Backfill Utilities and Sewers." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are saw cut shall be replaced in a workmanlike manner, with like or better or per pavement repair details in drawings. 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12" each way with additional diagonal bars as indicated on the drawings. Any other type shall CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025205 Page 1 of 2 JULY 2016 PAVEMENT REPAIR, CURB,GUTrE_R, SIDEWALK & DRIVEWAY REPLACEMENT be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. S. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with 3 - #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter, where a shoulder is disturbed it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless indicated otherwise in the proposal, Pavement Repair shall be measured by the square yard, curb and gutter replacement shall be measured by the linear foot, sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and will include all supervision, labor, materials, equipment, tools and incidentals, required to complete the work. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025205 Page 2 of 2 JULY 2016 PAVEMENT REPAIR, CURB,GUTrE_R, SIDEWALK & DRIVEWAY REPLACEMENT TECHNICAL SPECIFICATION T-025215 CEMENT STABILIZED LIMESTONE BASE 1. DESCRIPTION This specification shall govern all work required to furnish and place all cement stabilized limestone base for this project. 2. MATERIALS 1. Raw Limestone Base: Sample for testing shall be taken prior to mixing with cement. Furnished aggregate material shall be from single source throughout the work. Material shall be well graded and meet the requirements of TxDOT 247, Type A, Grade 1 when tested in accordance with Tex -110-E: The material passing the No. 40 sieve, soil binder, shall meet the following requirements: a. Liquid limit shall not exceed 45 when tested in accordance with AASHTO T89. b. Plasticity index shall not exceed 20 when tested in accordance with AASHTO T90. c. Linear shrinkage shall not exceed 10 when tested in accordance with TI -ID TEX-107-E. (Note: The linear shrinkage shall be calculated from the volumetric shrinkage at the liquid limit.) Coarse aggregate shall have an abrasion loss of not more than 55% when subjected to the Los Angeles Abrasion Test, AASHTO T96. 2. Water: Water shall be free of substances deteriorative to curing of the treated base and shall be approved by the City Engineer. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025215 Page 1 of 6 JULY 2016 CEMENT STABILIZED LIMESTONE BASE 3. Cement: Cement shall be Type 1 Portland Cement in accordance with ASTM C- 150. Cement shall be applied in the amount necessary to produce the desired compressive strength in the finished and cured base, depending on raw limestone used. In most cases, acceptable raw limestone will require cement in the following amount: Percent by Weight - 7 lb. per sq. yd. for 1" depth - 5.57 In the absence of more precise data, the above amount has been used to estimate the quantity of Portland Cement in the proposal. The Engineer may increase or decrease the amount of cement at his discretion, after representative samples of the limestone have been tested. 4. Asphalt Seal: Asphalt Seal shall be MC70 in accordance with City -Standard Specification Section 025404 "Asphalts, Oils, and Emulsions". 3. EQUIPMENT Equipment necessary for the proper construction of the work shall be on the project, in first-class working condition, and be approved by the Engineer, both as to type and condition, prior to the start of construction operations. The Contractor shall at all times provide sufficient equipment to enable continuous prosecution of the work and its completion in the required number of working days. Portland Cement treatment for materials in place may be constructed with any machine or combination of machines and auxiliary equipment that will produce results as outlined in this specification. Mixing may be accomplished by: (1) a multiple -pass traveling mixing plant or (2) a single -pass traveling mixing plant. The equipment provided by the Contractor shall be operated by experienced and capable workmen and shall be that necessary to provide a cement treatment meeting the requirements herein specified. 4. CONSTRUCTION METHODS 1. General: It is the primary requirement of this specification to secure a complete course of CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025215 Page 2 of 6 JULY 2016 CEMENT STABILIZED LIMESTONE BASE treated material containing a uniform Portland cement mixture free form laminations or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work to process a sufficient quantity of material to provide full depth as shown on plans, to use the proper amount of Portland cement, maintain the work and rework the courses as necessary to meet the above requirements. Cement treatment shall not be mixed or placed when the air temperature is below 40° and is falling, but may be mixed or placed when the air temperature is above 35° F and is rising, the temperature being taken in the shade and away from artificial heat and with the further provisions that cement treatment shall be mixed or placed only when weather conditions, in the opinion of the Engineer, are suitable. 2. Test Section: The Contractor shall be required to construct a "Test Section". The first section of cement treated base shall serve as a test section. Its length shall be between 300 and 500 linear feet, typically one block. Evaluation of the equipment and procedure will be done during this section. In case it is found that the work is not satisfactory with respect to the specification requirements, the Contractor shall revise his procedures and augment or replace equipment as necessary to assure work completed in accordance with the specifications. Additional test sections may be required as directed by the Engineer. Test sections not conforming to the requirements of the specifications shall be reconstructed. 3. Placing of Base Material: After approval of the previous course, base material shall be delivered on the road and placed in windows of uniform sections, then accurately bladed and shaped to required crown and grade to provide a base of compacted depth required by the plans. 4. Final Preparation of Section: On the day immediately preceding processing, water, as required, shall be added and uniformly mixed full depth with the base material. This operation shall precede cement spreading by at least 12 hours. The section shall then be accurately bladed and shaped to required grade and section. 5. Application of Cement: The specified quantity of Portland Cement required for the full depth of treatment shall be uniformly spread over the surface. Each pass of the cement spreader shall be positioned by either the curb line or a string line. Cement shall be applied only to CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025215 Page 3 of 6 JULY 2016 CEMENT STABILIZED LIMESTONE BASE such areas as can be completed as herein specified within the daylight hours of the same day. No equipment, except that used in spreading and mixing, will be allowed to pass over the freshly spread cement until it is mixed with the base material. 6. Mixing and Processing: Either method (a) or (b) below may be used at the option of the Contractor. (a) Multiple -Pass Traveling Mixing Plant: After the cement has been applied, it shall be mixed with the base material. Mixing shall continue until the cement has been sufficiently blended with the base material to prevent the formation of cement balls when water is applied. Any mixture that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. (b) Immediately after the mixing of base material and cement is completed, water, as necessary, shall be uniformly applied and incorporated into mixture. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of water has been added, mixing shall continue until a thorough and uniform mix has been obtained. Single -Pass Traveling Mixing Plant: After the cement has been applied, it shall be sufficiently mixed with the base material to prevent the formation of cement balls when water is applied. Unpulverized soil lumps in mixture will not be allowed. Should this condition prevail, the Contractor shall "pre -wet" the raw base material as necessary to correct this condition. The mixer shall be provided with means for visible and accurately gauging the water application. The water shall be applied uniformly through a pressure spray bar. Alter cement is spread, mixing operations shall proceed as follows: The mixer shall, in one continuous operation, mix the base material and cement full depth, add the required moisture uniformly, thoroughly moist - mix the material, cement, and water, spread the completed mixture evenly over the machine processed width of the subgrade, and leave it in a loose condition ready for immediate compaction. The rnixture shall not remain undisturbed, after mixing and before compacting, for more than 30 minutes. 7. Completion and Finishing: The material shall be compacted to not less than 98 percent of the maximum dry density as determined by AASHTO T99 Method D. The moisture content of the CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025215 Page 4 of 6 JULY 2016 CEMENT STABILIZED LIMESTONE BASE mixture shall be within 3% of optimum on the wet side. The surface, upon completion, shall be smooth and in conformity with typical sections and to the established lines and grades. Any deviation in excess of 1/4 inch in cross section and in a length of 16 feet measured longitudinally shall be corrected. All irregularity, depressions, or weak spots which develop shall be corrected by re - priming All sections of cement stabilized base shall be processed full width each day without longitudinal construction joints. Any portion which has a density below that specified herein and which has not properly hardened after a suitable time interval shall be removed and replaced to meet this specification at the expense of the Contractor. Asphalt Seal: The compacted cement treated base course shall be protected against rapid drying by priming the surface in accordance with 025412. This curing seal shall be applied as soon as practicable, but not later than eight hours after the completion of fmal compaction. The surface shall be kept moist until the curing seal is applied. It shall be the responsibility of the Contractor to protect the primed surface until surface course is applied. 9. Traffic: The Contractor shall not be permitted to drive heavy equipment over completed portions, but pneumatic -tired equipment required for hauling cement, and water may be permitted after the surface has hardened sufficiently to prevent the equipment from marring the surface, provided protection and cover specified herein are not impaired. The cement stabilized base may be opened to local traffic as soon as the asphalt seal has been applied and sanded or cured as necessary to prevent it from being picked up by traffic. It may be opened to all traffic after 7 days. Surface coarse shall be applied prior to opening to through traffic. 10. Maintenance: The Contractor shall be required to maintain at his own expense the entire cement stabilized base within the limits of his contract in good condition satisfactory to the Engineer from the time he first starts work until all work shall have been completed. Maintenance shall include immediate repairs of any defect that may occur after construction, which work shall be done by the Contractor at his own expense and repeated as often as necessary to keep the area continuously intact. Repairs are to be made in a manner to insure restoration of a uniform surface of good quality cement CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025215 Page 5 of 6 JULY 2016 CEMENT STABILIZED LIMESTONE BASE stabilized base. Faulty work shall be replaced for the full depth of base. Any low area shall be remedied by replacing the material for the full depth of treatment, rather than adding a thin layer of base material to the completed work. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Cement Stabilized Limestone Base and Portland Cement actually incorporated in the completed work shall not be measured and paid for separately but shall be considered subsidiary to the project. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025215 Page 6 of 6 JULY 2016 CEMENT STABILIZED LIMESTONE BASE TECHNICAL SPECIFICATION T-025220 FLEXIBLE BASE - LIMESTONE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Flexible Base Limestone required to complete the project. 2. MATERIAL The material shall consist of argillaceous limestone, crushed stone, crushed gravel and sand, and shall be free of vegetation. The material shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a unifoi.7n product will be produced. (a) Gradation Limits (Before & After Compaction) (b) Percentage Passing 2" Sieve 100 Passing 1" Sieve 75-95 Passing 3/8" Sieve . 40-75 Passing No. 4 Sieve 30-60 Passing No. 10 Sieve 20-45 Passing No. 40 Sieve 15-30 Passing No. 200 Sieve 5-15 A representative sample of the material (raw limestone) shall be slaked for twenty-four (24) hours and then the washed minus 40 material shall have: Liquid Limit (L.L.) 45 max. Plasticity Index (P.I.) 16 max. (c) A representative sample of the material shall be tested in accordance with ASTM C-131 for abrasion loss. The maximum loss shall not exceed 55% o. (d) All "Flexible Base -Limestone" shall be stabilized with lime at a minimum application rate of 1.81b. of lime per square yard for each 1" of in place thickness. Lime slurry for admix shall be 3.3 pounds minimum of CA(OH)2 per gallon of slurry. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025220 Page 1 of 3 JULY 2016 FLEXIBLE BASE - LIMESTONE 3. TESTING The City will engage a laboratory and pay for one test each gradation, L.L., P.I., before and after lime admixing and moisture -density relation, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests, with or without lime admix, at the rate of one test for each 1,500 square yards. If material changes and this ratio of tests increases, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of base, the surface of the previous course shall be finished tnie to line and grade as established and in conformity with the typical section shown 011 the plans. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. Limestone shall be delivered and spread the same day if possible (no later than the next day). Piles and windrows shall be broken down to the bottom and all nests of coarse or loose material shall be corrected. Mix uniformly, prior to the addition of lime. Lime slurry admix shall be spread at rate required and shall be placed only on that area where mixing can be completed that day. Material shall be mixed with pulverizing type mixer, so designed for this specific purpose, until mixed to the satisfaction of the Engineer. Material shall be shaped and rolled after mixing and allowed to set at least 48 hours before compaction. Moisture content must be maintained in the material during the 48-hour period. Material shall be sprinkled or aerated to optimum moisture and compacted in layers (6 inches maximum loose) by approved power -drawn roller to uniform density of 95% modified proctor (AASHTO T180) on the set side of optimum. Use mechanical tamps in areas inaccessible to rollers. The surface of the compacted base shall be prime coated, as per Technical Specification Section T- 025412, after meeting moisture/density requirements. On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the plans. Areas with any deviation in excess of 1/4 inch in cross- section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing materials, reshaping, and re -compacting by re -priming and rolling. Moisture and density shall be maintained until the paving is complete. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025220 Page 2 of 3 JULY 2016 FLEXIBLE BASE - LIMESTONE 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Flexible Base Limestone shall not be measured and paid for separately but shall be considered subsidiary to the item(s) "Cut & Restore HMAC Pavement" and "Cut & Restore Concrete Pavement. Payment includes all materials, royalty, hauling, labor and equipment to complete. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-025220 Page 3 of 3 JULY 2016 FLEXIBLE BASE - LIMESTONE TECHNICAL SPECIFICATION T-025412 PREVE COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Pune Coat shall not be applied when the air temperature is below 60°F and falling, but it may be applied when the air temperature is above 50°F and is rising, the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE -P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. CITY-WIDE WASTEWATER COT.T F.CTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025412 Page 1 of 2 JULY 2016 PRIME COAT Prime shall be applied at a temperature within the recommended range per City Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Prune Coat shall not be measured or paid for separately but shall be considered subsidiary to the item "Cut & Restore HMAC Pavement". Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for all freight involved; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. CITY-WIDE WASTEWATER COT.T F.CTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025412 Page 2 of 2 JULY 2016 PRIME CAT TECHNICAL SPECIFICATION T-025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. 2. MATERIALS 2.1. Aggregate: The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1 Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in coarse aggregate shall not exceed 2% per TEX-217- F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per l'LX-410-A. Polish Value not less than 30 for aggregate used in the surface course per 1'LX-43 8-A. 2.1.2 Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that passes the Los Angeles abrasion requirements per above. Screenings shall be blended with a maximum of 15% un -crushed aggregate or field sand for Type D mixes or a maximum of 1 0% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025424 Page 1 of 8 JULY 2016 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2 Reclaimed Asphalt Pavement (RAP): Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TX DOT Methods and meets the applicable provisions of said TX DOT Item 340 and this specification. 2.3 Asphalt: Asphalt Material shall be in accordance with Section 025404 "Asphalt, Oils, and Emulsions" and AASHTO. 2.3.1 Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course PG 70-22 PG 64-22 PG 76-22 PG 64-22 Base Courses PG 64-22 2.3.2 Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallons per square yard. 3. PAVING MLKTURE 3.1 Mix Design: The mixture shall be designed in accordance with TX DOT Bulletin C- 14 and TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of mixture. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025424 Page 2 of 8 JULY 2016 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications and when properly placed the job -mix will be durable and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differ by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2 Master Gradation of Aggregate: The aggregate for the type of mix specified shall be within the following tabulated limits per TEX-200-F (Dry Sieve Analysis): Sieve Size TYPe A Coarse Base B Fine Base C Course Surface D Fine Surface 1-112" 100 1-114" 95-100 1" 100 718" 70-90 95-100 100 518" 75-95 95-100 112" 50-70 100 318" 60-80 70-85 85-100 114" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No.40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6' 1-6* 1-6* VMA %minimiun 11 12 13 14 * 2-8 when Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025424 Page 3 of 8 JULY 2016 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) 3.3 Tolerances: The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material courser than 318" and for Type D material courser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4 Mix Properties: The mixture shall have a minimum Hveem stability of 40 for Type A,B, and C mixes and 35 for Type D mixes per 1'LX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum per TEX-227-F and TEX-207-F. 3.5 Sampling and Testing of raw materials: The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1 Mixing Plants. Mixing plants shall be either the weight batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2 Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3 Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4 Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute, or other devices designed to minimize segregation of the asphalt mixture. 4.5 Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot back -back street in a maximum of two passes. T-025424 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 4 of 8 JULY 2016 ID/IQ PROGRAM FY16 HOT MIX ASPHALTIC CONCRETE City Project No. E16255 PAVEMENT (CLASS A) 4.6 Rollers. All rollers shall be self propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING, AND MIXING 5.1 Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2 Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3 Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the ion b -mix. 5.4 Mixing. 5.4.1 Weight Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2 Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3 The mixture produced from each type of plant shall not vary from the iob- mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by Test Method 11X -212-F. 5.4.4 The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. CITY-WIDE WASTEWATER COLLECTION ECTI❑N SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025424 Page 5 of 8 JULY 2016 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) 6. CONSTRUCTION METHODS 6.1 Construction conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F. and rising but not when the air temperature is 50 degrees and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. 6.2 Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of the specification, "Prune Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3 Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified andlor as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4 Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil not allowed. 6.5 Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner such that when properly compacted, the finished surface will be smooth or uniform density, and meet the requirements of the typical cross sections as shown on the plans. 6.5.1 Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2 Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be I the anticipated wheel path of the roadway. 6.6 Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025424 Page 6 of 8 JULY 2016 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 6.7 In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and not individual determination shall be lower than 90%. Testing shall be in accordance with TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8 Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thicknesses shall be more than 1/4" less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9 Surface smoothness criteria and tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade, and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M - Mays Roughness Value CITY-WIDE WASTEWATER COLLECTION ECTI❑N SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025424 Page 7 of 8 JULY 2016 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized Defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling, or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10 Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic 011 highways. If the surface ravels, it will be the contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Hot Mix Asphaltic Concrete Pavement shall not be measured or paid for separately but shall be considered subsidiary to the item "Cut & Restore HMAC Pavement". All templates, straightedges, scales, and other weights and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. CITY-WIDE WASTEWATER COLLECTION ECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025424 Page 8 of 8 JULY 2016 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) TECHNICAL SPECIFICATION T-025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland Cement combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the plans. 2. MATERIALS Unless otherwise specified 011 plans, materials and proportions for concrete used in construction under this specification shall conform the requirements as specified for Class "A" Concrete under specification, Section T-030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification, Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in specification, Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade per typical cross section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp and a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical sections. Care shall be exercised to keep all steel in its proper location. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025610 Page 1 of 2 JULY 2016 CONCRETE CURB AND GUTTER Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on plans. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented, curing compound unless shown otherwise on plans. Other methods of curing as outlined in the specification, Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Remove & Replace Curb and Gutter or Valley Gutter will be measured by the linear foot. Payment shall each be full compensation for removal and disposal of existing curb & gutter, preparing the subgrade; furnishing and placing all materials including reinforcing steel and expansion material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025610 Page 2 of 2 JULY 2016 CONCRETE CURB AND GUTTER TECHNICAL SPECIFICATION T-025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION The specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified 011 an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the plans. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under the specification Section T-030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be premoulded material meeting the requirements specified in the specification Section 038000 "Concrete Structures". Cap seal shall be Greenstreak or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel, if required, shall be placed in position as shown on the plans. Care shall be exercised to keep all steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on plans. Unless otherwise provided by the plans, no section shall be a length less than 8 feet and any section less than 8 feet shall be removed by the Contractor at his own expense. The different sections shall be separated by a premoulded insert or board joint of the thickness shown on the plans, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material CITY-WIDE WASTEWATER COLLECTION ECTI❑N SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025612 Page 1 of 2 JULY 2016 CONCRETE SIDEWALKS AND DRIVEWAYS shall be placed along their entire length. Similar expansion material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on plans. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in the specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Concrete Sidewalks and Driveways will be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways as indicated in the plans. Payment shall be full compensation for removal and disposal of existing concrete, preparing the subgrade; for furnishing and placing all materials, including all reinforcing steel and expansion joint materials; and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. CITY-WIDE WASTEWATER COLLECTION ECTI❑N SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025612 Page 2 of 2 JULY 2016 CONCRETE SIDEWALKS AND DRIVEWAYS TECHNICAL SPECIFICATION T-025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be class "A" in accordance with Section T-030020 of the Technical Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section T-030020 of the Technical Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade, cross section, and shall be of uniform density and moisture, when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown 011 the plans. Unless shown otherwise on the Drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows unless shown otherwise on the Drawings: RAMPS Ramp in direction of travel 5 C 1:12 Side slope of ramp (flare) 5 c 1:10 Cross Slope 1:100 < S < 1:50 ADJOINING AREAS — — Landings adjacent to ramp 5 < 1:50 Driveways abutting tied sidewalk .. 5 c 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless shown otherwise on the Drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025614 Page 1 of 2 JULY 2016 CONCRETE CURB RAMPS as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Concrete curb ramps shall be measured per each, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Measurement shall include, but not be limited to subgrade prep, form -work, concrete, rebar, granite surfacing, borders, molding and curing required to complete the curb ramp. Payment shall include all labor, materials, equipment and other incidentals required to complete the concrete curb ramp complete in place and will be made at the unit price bid for Concrete Curb Ramps when included in the proposal. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025614 Page 2 of 2 JULY 2016 CONCRETE CURB RAMPS TECHNICAL SPECIFICATION T-025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, nagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of Texas Manual on Uniform Traffic Control Devices, unless indicated otherwise, in the Traffic Control Plans. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all tunes. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025802 Page 1 of 2 JULY 2016 TEMPORARY TRAFFIC CONTROLS USED DURING CONSTRUCTION The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." 4. MEASUREMENT AND PAYMENT Temporary Traffic Controls shall be measured and paid on a per day basis. Payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flag -men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-025802 Page 2 of 2 JULY 2016 TEMPORARY TRAFFIC CONTROLS USED DURING CONSTRUCTION SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX - RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-026206 Page 1 of 3 JULY 2016 DUCTILE IRON PIPE AND FITTINGS 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30- 65 8 350 0.25 20- 50 10# 350 0.26 15- 45 12 350 0.28 15- 44 14# 300 0.30 13- 42 16 300 0.32 13- 39 18 300 0.34 13- 36 20 300 0.36 13- 35 24 250 0.37 11- 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CER I Ii ICATIGNS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push -on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-026206 Page 2 of 3 JULY 2016 DUCTILE IRON PIPE AND FITTINGS 7. MEASUREMENT AND PAYMENT Ductile lion Pipe shall not be measured for pay but shall be subsidiary to the appropriate bid item. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-026206 Page 3 of 3 JULY 2016 DUCTILE IRON PIPE AND FITTINGS TECHNICAL SPECIFICATION T-027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a control of flow through temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all purnps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027200 Page 1 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING 3) Location of manhole or access point for suction and discharge 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right-of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City -department and Regulatory requirements. 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non -emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimise spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or T-027200 Page 2 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. 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 bypassing operation at any time in order to maintain public health and safety without any cost impacts to the City. 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre -approved manufacturers are Godwin or Rain - for -Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump), a diesel day tank with a minimum 24- hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027200 Page 3 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt -fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt -fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D-2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR -DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. c. Quick -Disconnect Steel Galvanised Pipe and Heavy -Duty Flexible Hoses i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick -disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing 0 -rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30 -degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027200 Page 4 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24 -hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027200 Page 5 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lifl station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new andlor existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is 110 longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027200 Page 6 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre -construction condition and restore pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise indicated in the Proposal, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall be measured by the day (24-hour period) for each day the system is in operation and based on the size of line being bypassed. In addition, the associated bypass forcemain shall be measured by the linear foot and also based on the size of the line being bypassed. Payment shall include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, installation, operation, maintenance and removal. CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027200 Page 7 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING BYPASS PUMPING PLAN FORM Date: NOTE: Shall be submitted seven (7) days prior to bypass operation Project Title: City -Wide Collection System ID/IQ FY 16 Engineer: Contractor: No.: E16225 Service Area: Lift Station No. (if applicable): Start Date & Time: Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method & Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material & Length: Pump Description: (Self -Priming, Critically Silenced, and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total & Finn Capacity (GPM @ TDH): Vacuum Trucks (if required, number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Name: Additional Notes: Phone: Phone: Required Checklist: ❑ ❑ Schematic drawing providing details of proposed bypass pumping system, routing of bypass lines (using manhole numbers andlor lift station names as applicable), equipment location, and proposed sequencing. Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? Pumps: Self -priming & Critically Silenced. Provide pump curve with Bypass plan. (Requirement). Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. Have emergency andlor backup provisions been made for quick pump change out in the case of system failure? Contractor has confirmed no rain (less than 1/2 -in) in the forecast? Prepared by: Contractor Representative Reviewed by: Date Wastewater Representative CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 Date T-027200 Page 8 of 8 JULY 2016 CONTROL OF WASTEWATER FLOW — BYPASS PUMPING TECHNICAL SPECIFICATION T-027204 PRECAST CONCRETE MANHOLES FOR WASTEWATER 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting precast concrete manholes required to complete the project. 2. GENERAL Precast concrete manholes shall be installed at the locations indicated in the drawings. 3. MATERIALS A. Manholes Precast concrete manholes shall be fabricated in accordance with ASTM C 478 "Standard Specification for Precast Reinforced Concrete Manhole Sections," latest edition and the referenced design criteria as follows: 1. ASME B 16.1 Cast Iron Pipe Flanges and Flanged Fittings 2. ASTM A 307 Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile 3. ASTM A 615 Standard Specification for deformed and Plain Billet -Steel by Bars for Concrete Reinforcement 4. ASTM C 270 Standard Specification for Mortar for Unit Masonry 5. ASTM C 443 Standard Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets 6. ASTM C 890 Standard Practice for Minimum Structural Design Loading For Monolithic or Sectional Precast Concrete Water and Wastewater Structures 7. ASTM C 913 Standard Specifications for Precast Concrete Water and Wastewater Structures 8. ASTM C 923 Standard Specifications for Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes 9. ASTM C 990 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Performed Flexible Joint Sealants 10. ASTM D 698 Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lblft3) CITY-WIDE WASIEWATERC EI ll1'ISYSTEM ID/IQ PROGRAM FY16 City Project No_ E16255 T-027204 Page 1 of 6 JULY2016 PRECAST CONCRETE MANHOLES FOR WASTEWATER 11. ASTM D 2665 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste and Vent Pipe and Fittings 12. American Association of State Highway and Transportation Officials (AASHTO) 13. City of Corpus Christi Wastewater Standard Details The minimum wall thickness for all precast concrete manholes at all depths shall be 5 inches. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specifiedonthedrawings. Manhole walls, transition slab, cones, and base slab shall be designed by manufacturer to resist AASHTO HS -20 vehicle loading. B. Manhole Pipe Connectors Wastewater manhole pipe connectors shall be made of corrosion resistant material. The connectors shall eliminate leaks around all pipes entering the manhole and shall permit pipe movement without loss of seal integrity while in conformance with ASTM C 923. Material for rubber sleeve shall meet the requirements of ASTM C 443. Manhole pipe connectors between 4 inches and 15 inches shall be Insert A Tee from Fowler Mfg., or approved equal. C. Manhole Base Concrete shall be Class A in accordance with Section T-030020. Precast Reinforced Concrete Manhole Base shall be in accordance with requirements of ASTM C-478 as shown on construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight bearing side. The inhibitor shall have a gas relief valve made of Nitrile and shall operate at a 1 psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Wall Joints All precast concrete manhole joints are to be connected using rubber gaskets in conformance with ASTM C 443 standards. F. Ring & Cover CITY-WIDE WASIEWA'[ RCC U'ISYSTEM ID/IQ PROGRAM FY16 City Project No_ E16255 T-027204 Page 2 of 6 JULY2016 PRECAST CONCRETE MANHOLES FORWASTEWATER Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. HDPE adjustment rings are to be used for grade adjustments. A maximum of 18" of adjustment rings may be utilized. G. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 250 lbs/ CY Water 6 oz. / CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. H. Corrosion Resistance Manhole Coatings Interior surface coatings for wastewater manholes shall be in conformance with the City of Corpus Christi Wastewater Standard Details, which lists approved liner and coating material. Thickness of approved coatings shall be a minimum of 125 mils. 4. CONSTRUCTION METHODS General: The limit of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power pole, drainage, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Side: When necessary to protect other improvements, the Contractor shall maintain vertical sides of the excavation. The limit shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed, as the excavation is backfilled. S1onine Sides: In unimproved areas, where sufficient space is available, the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation T-027204 CITY-WIDE WASIEWA ERCC U'ISYSTEM Page 3 of 6 JULY2016 ID/IQ PROGRAM FY16 PRECAST CONCRETE MANHOLES FOR WASTEWATER City Project No_ E16255 shall be safe from caving. Safety requirements shall govern the back slope used. Ile -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping well pointing, or any combination as the particular situation may warrant. All de- watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a finn dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is cari.-ied on below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pine Penetrations: For sanitary sewer application, pipe penetrations for pipe 4" through 15" shall be made with appropriately sized core drill bits recommended by the Manufacturer. Alternate methods must be reviewed by the Engineer prior to execution. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If a manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adiustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Install precast manholes to conform to locations and dimensions shown on wastewater standard details and drawings. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around precast concrete manholes shall be select fill compacted in 6" lifts to 95% standard proctor density, or approved equal,. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. CITY-WIDE WASIEWA'IERCC U'ISYSTEM ID/IQ PROGRAM FY16 City Project No_ E16255 T-027204 Page 4 of 6 JULY2016 PRECAST CONCRETE MANHOLES FORWASTEWATER Schedule of Backfilling: The Contractor may begin backfilling of manhole as soon as the concrete has been allowed to cline and the forms removed. Comnaction: Backfill shall be placed in layers not to exceed 6" compacted thickness and mechanically tamped to at least 95% Standard Proctor Density. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section T-027200 "Control of Wastewater Flows". 5. TESTING Manholes will be tested for leakage by either of two tests as specified by Engineer. Water Leakage Test: The contractor shall provide water, labor, and materials for testing. Testing will be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with Section 027203, Vacuum Testing of sanitary sewer manholes and structures. 6. GRADE ADJUSTMENT OF EXISTING PRECAST CONCRETE MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of "HDPE grade adjustment rings" that rest above the precast concrete corbel. The adjustment rings are to be sealed with non -shrink grout. Mortar or brick is not to be used to make grade adjustments. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of "HDPE grade adjustment rings" removal of a section of the precast concrete manhole may be permitted. Once the top section of the manhole is below the desired elevation, replace/rebuild and align the top section of the manhole to the new elevation. CITY-WIDE WASIEWA'IERC Er1 U'ISYSTEM ID/IQ PROGRAM FY16 City Project No_ E16255 T-027204 Page 5 of 6 JULY2016 PRECAST CONCRETE MANHOLES FORWASTEWATER 7. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Precast Concrete Manholes shall be measured per diameter per each, up to a depth of 6 feet. Measurement shall include, but not be limited to; excavation, concrete foundation, manhole assembly, connections, cast iron frame and cover, concrete work, backf ll, testing, and other work as required to complete the precast concrete manhole. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools equipment, and other incidentals required to complete the work. Extra depth for a wastewater manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid per diameter as "Extra Depth for Wastewater Manholes". "Removal of Existing Wastewater Manhole" shall be measured and paid for separately, at the unit price shown in the Proposal. CITY-WIDE WASIEWATERCC I U'ISYSTEM ID/IQ PROGRAM FY16 City Project No_ E16255 T-027204 Page 6 of 6 JULY2016 PRECAST CONCRETE MANHOLES FOR WASTEWATER TECHNICAL SPECIFICATION T-027205 FIBERGLASS MANHOLES FOR WASTEWATER 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated in the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM -D-3753-" Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells," latest edition and the referenced design criteria as follows: 1. ASTM -C-581 2. ASTM -D-695 3. ASTM -D-790 4. ASTM -C-923 5, ASTM -D-2412 ASTM -D-2583 ASTM -D-2584 ASTM -D-3034 ASTM F794 Practice for determining chemical resistance of thermosetting resins used in glass -fiber reinforced Structures Intended for Liquid Service Test method for compressive properties of rigid plastics Test methods for flexural properties of unreinforced and reinforced plastics and electrical insulating materials. Standard Specification for Resilient manhole connectors Test Method for external loading properties ofplastic pipe by parallel -plate loading. Test method for indentation hardness of rigid plastics by means of a barcol impressor. Test method for ignition loss of cured reinforced resins Type PSM Poly (Vinyl} Chloride) (PVC) sewer pipe and fittings PVC Profile Wall Sewer Pipe (riser) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified 011 the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a minimum inside diameter of 31.75 inches at the top, unless otherwise indicated 011 the drawings. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027205 Page 1 of 6 JULY 2016 FIBERGLASS MANHOLES FOR WASTEWA 1'EI( B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity and be in conformance with ASTM D-3212. Material for elastomeric seal in push -on joints shall meet the requirements of ASTM F-477. Material for rubber sleeve shall meet the requirements of ASTM C-443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class A in accordance with Section T-030020. Caulk for seal between fiberglass manhole and concrete cast -in-place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, or approved equal. Precast Reinforced Concrete Manhole Base shall be in accordance with requirements of ASTM C-478 as shown 011 construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a 1 psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring & Cover CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027205 Page 2 of 6 JULY 2016 FIBERGLASS MANHOLES FOR WASTEWA 1'EI( Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. HDPE adjustment rings are to be used for grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs1 CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limit of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manmer that will not endanger the work and will avoid obstructing sidewalks, driveways, power pole, drainage, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Side: When necessary to protect other improvements, the Contractor shall maintain vertical sides of the excavation. The limit shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed, as the excavation is backfilled. Sloping Sides: In unimproved areas, where sufficient space is available, the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation shall be safe from caving. Safety requirements shall govern the back slope used. De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping well pointing, or any combination as the particular situation may warrant. All de - CITY -WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027205 Page 3 of 6 JULY 2016 FIBERGLASS MANHOLES FOR WASTEWA 1'EI( watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a fn -m dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to insure the safety of the structure, but in no case shall de- watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried on below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe 4" through 15" shall be made with appropriately sized core drill bits recommended by the Manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 'h inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If a manhole must be moved by rolling, the ground which it transverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement -stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027205 Page 4 of 6 JULY 2016 FIBERGLASS MANHOLES FOR WASTEWA 1'EI( Schedule of Backfilling: The Contractor may begin backfilling of manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers note to exceed 6" compacted thickness and mechanically tamped to at least 95% Standard Proctor Density. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section T-027200 "Control of Wastewater Flows". 5. TESTING Manholes will be tested for leakage by either of two tests as specified by Engineer. Water Leakage Test: The contractor shall provide water, labor, and materials for testing. Testing will be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for 110 leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with Section 027203, Vacuum Testing of sanitary sewer manholes and structures. 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of "HDPE grade adjustment rings" that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of"HDPE grade adjustment rings" and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6" below the seam where the corbel meets the vertical wall. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027205 Page 5 of 6 JULY 2016 FIBERGLASS MANHOLES FOR WASTEWA 1'EI( Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re -united. Replace and align the top. Fiberglass a 6" strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by a manhole manufacturer for use in such application. After the putty has set. Fiberglass a 6" strip on the inside as previously done on the outside. After curing, backfill with cement -stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Fiberglass Manholes shall be measured per diameter per each, up to a depth of 6 feet. Measurement shall include, but not be limited to; excavation, concrete foundation, manhole assembly, connections, cast iron frame and cover, concrete work, backfill, testing, and other work as required to complete the fiberglass manhole. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools equipment, and other incidentals required to complete the work. Extra depth for a wastewater manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid per diameter as "Extra Depth for Wastewater Manholes". "Removal of Existing Wastewater Manhole" shall be measured and paid for separately, at the unit price shown in the Proposal. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-027205 Page 6 of 6 JULY 2016 FIBERGLASS MANHOLES FOR WASTEWA 1'EI( SECTION T-027208 REHABILITATION OF WASTEWATER MANHOLES USING POLYMER SYSTEMS 1. GENERAL 1.1 DESCRIPTION A. This section details the methods, procedures, materials and equipment as required for a total manhole rehabilitation system. The completed system will provide a corrosion resistant liner that restores walls to near -original performance and eliminates water infiltration and exfiltration. 1.2 REFERENCES A. ASTM D543 - Resistance of Plastics to Chemical Reagents B. ASTM D638 - Tensile Properties of Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. D790 - Flexural Properties of Unreinforced and Reinforced Plastics. E. ASTM D2240 - Standard Test Method for Rubber Property—Durometer Hardness F. ASTM D4060 - Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abrader G. ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages H. ASTM D7234 - Pull -off Strength of Coatings Using a Portable Adhesion Tester. I. SSPC SP-13/NACE No. 6 – Surface Preparation of Concrete J. NACE SP 0188 – For performing holiday detection K. CIGMAT – Evaluation of Liner System for Wastewater Concrete and Clay Brick Facilities L. ASTM G210 – Severe Wastewater Analysis Test 1.3 SUBMITTALS All materials and procedures required to establish compliance with the specifications shall be submitted to the owner/engineer for review/approval. Submittals shall include at least the following: 1. Technical Data Sheet on each product used. 2. Material Safety Data Sheet (MEDS) for each product used. 3. ASTM References. 4. CIGMAT Evaluation or other testing results. 5. Descriptive literature, bulletins and or catalogs of materials. 6. Work procedures including flow diversion plan, method of repair, etc. 7. Material and method for repair of leaks or cracks in manholes. 8. Final installation report on completed manholes. CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project Na E16255 T-027208 Page 1 of 6 JULY 2016 REEIABH ITATION OF WASTEWATER MANHOLES USING POLYMER SYSTEM 1.4 QUALITY ASSURANCE All work shall be proved to be in first class condition and constructed in accordance with the Drawings and specifications. All defects disclosed by tests and inspections shall be remedied immediately by the Contractor at no expense to the City. The applicator shall be trained and certified by the manufacturer for the handling, mixing, application, and inspection of the liner system as described herein. Holiday Testing: Each coat shall be holiday tested at the recommended 100-125 volts DC per mil in accordance with the latest edition of the following standards: NACE SP0188-2006, NACE Standard RP0490, ASTM G62 2. PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. The materials to be utilized in the lining of manholes shall be designed and manufactured to withstand the severe effects of hydrogen sulfide in a wastewater environment. Manufacturer of corrosion protection products shall have long proven experience in the production of the lining products utilized and shall have satisfactory installation record. B. Equipment for installation of lining materials shall be high quality grade and be as recommended by the manufacturer. 2.2 POLYMER COATINGS A. All polymer coatings applicators shall follow the procedure as outlined: a. Pre -Inspection: Applicator shall take appropriate action to comply with all local, state and federal regulations including those set forth by OSHA, EPA, the City and any other applicable authorities. Prior to conducting any work, perform inspection of structure to determine need for protection against hazardous gases or oxygen -depleted atmosphere and the need for flow control or flow diversion. b. Bypass plan: Bypass plan for flow control or bypass shall be submitted to the City and Engineer for approval prior to conducting the work. Any active flows shall be dammed, plugged, or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the corrosion protection system manufacturer. c. Surface Preparation: NACE 6/SSPC-SP13 "Surface Preparation of Concrete." Dry abrasive blasting, wet abrasive blasting, vacuum -assisted abrasive blasting, and centrifugal shot blasting, high pressure water cleaning (5,000 to 10,000- psig), water jetting (10,000 to 30,000 -prig) or combination of methods to remove deteriorated concrete, brick or mortar, laitance, bard contaminants, CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project Na E16255 T-027208 Page 2 of 6 JULY 2016 REEIABH ITATJON OF WASTEWATER MANHOLES USING POLYMER SYSTEM existing coatings, localized micro-organisms and gas contaminants from the concrete walls, floor, ceiling, and other concrete surfaces and shall display a surface profile suitable for application of the system. Minimum surface profile shall be ICRI CSP -5 or greater. Containment shall be provided to capture spent abrasive material and deteriorated concrete for removal by the Contractor. d. Substrate Inspection: After completion of surface preparation, the Contractor shall inspect for: Leaks, Cracks, Holes, Exposed Rebar, Ring and Cover Condition, Invert Condition, Inlet and Outlet Pipe Condition. After the defects in the structure have been identified, repair with a manufacturer approved underlayment or material to assure proper rehabilitation of the surface defect and compatibility with the specialty coating system product to be applied. Repairs to exposed rebar, defective pipe penetrations or inverts, shall be recommended by the specialty coating manufacturer and approved by the County prior to proceeding with the repair. Final preparation and cleaning of repaired surfaces is required prior to application of the coating and shall comply with the corrosion protection system manufacturer's recommendations. e. Manufacturer's certification: Applicators, installers, welders and application equipment shall be certified by the manufacturer of the corrosion protection system and documentation shall be provided to the City prior to the work. f. Area to be coated: All exposed concrete of the entire interior surface of precast structure including but not limited to benching, pipe penetrations, walls, bottom of top slab, chimney, etc. Flow channel inverts are not necessary to coat. Corrosion protection system shall interface with adjoining construction materials/components throughout the manhole structure to effectively seal and protect substrates from attack by corrosive elements and to ensure the effective elimination of infiltration into the sewer system. g. Application: Application of specialty coating system shall be in strict accordance with manufacturer's recommendation. Specified surfaces should be shielded to avoid exposure of direct sunlight, other intense heat source or, where cementitious products are employed, excessive ventilation. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. Verification of the corrosion protection system thickness shall be verified during application via wet gauge methods or following cure of the system using appropriate non-destructive or destructive methods. h. Holiday Testing: Cure time shall be in accordance with the Manufacturers product data sheet. Final concrete structure corrosion protection system shall be completely free of holidays, pinholes or voids. High voltage Holiday testing shall be required and holidays marked and repaired with same material and to same thickness as required of original installation. All high voltage discontinuity (spark) testing shall be performed using a Tinker & Rasor model AP/W Holiday Detector or equal and at 100-125 volts DC per mil or per the manufacturers recommendations. i. Destructive Testing: Destructive testing may be peiformed as directed by the County to verify coating adhesion and coating DFT. Repairs to areas tested by destructive means shall be repaired by the certified applicator at the CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project Na E16255 T-027208 Page 3 of 6 JULY 2016 REEIABH ITATJON OF WASTEWATER MANHOLES USING POLYMER SYSTEM Contractor's expense. j. Reporting: Provide final written report to the City detailing the location, date of report, description of repair or original installation and manufacturer data and cut sheets of the corrosion protection system and applicable testing results as per sections 7, 8 and 9. k. Warranty: The report shall contain a copy of the warranty. Raven 405: System shall be 100% solids epoxy. Thinning with solvents shall not be permitted. Surface preparation, mixing, pot life, ambient conditions, application, film thickness per coat, cure time, and recoat time shall be in accordance the manufacturer's recommendations. a. Applicator/installer shall be certified by the Manufacturer. b. Surfacer/Repair: Raven 710, 705CA or Raven 700 shall be spray applied or trowelled to repair/fill minor surface defects or applied as an underlayment. c. Primer: Concrete exhibiting a moisture vapor emission rate greater than 3- lbs/1,000 square feet/24-hours, when tested according to ASTM F1869, shall be primed with Raven 155. Raven 155 primer (2 component waterborne epoxy) shall be applied at a maximum of 8 -mil WFT (3 -mil DFT). Recoat window minimum 2 -4 -hours at 72°F with maximum 72 -hours at 72°F. d. Top Coat: Raven 405 shall be applied with an approved plural component airless spray system. Coating thickness shall be in relation to the profile of the surface to be coated as recommended by the coating product manufacturer. In all cases the coating shall be applied with minimum of 2 coats applied at 40 -80 - mils WFT/DFT each for minimum final film thickness at 125 -mils DFT. Subsequent top coating or additional coats of the coating product(s) shall occur within the product's recoat window: minimum cure to a tacky state; maximum cure of 18-hrs at 72°F substrate temperature. Additional surface preparation procedures will be required if this recoat window is exceeded including inspection for and removal of amine blush and/or other potential contaminants. e. Holiday Testing: The protective lining/coating protection system shall be cured in accordance with the manufacturer's recommendations prior to holiday testing at a minimum of 12,500 volts. Carboline Plasite 4500 System: System shall be 100% solids, flake -filled, epoxy. Surface preparation, mixing, pot life, ambient conditions, application, film thickness per coat, cure time, and recoat time shall be in accordance the manufacturer's recommendations. a. Application b. Repair: Carboguard 510 SG shall be spray applied in accordance with manufacturer's recommendations to repair/fill minor defects or applied as an underlayment c. Top Coat: Carboline Plasite 4500 shall be applied per manufacturuer recommendation with an approved plural component spray system at a minimum final film thickness at 125 mils. d. Holiday Testing: The protective lining/coating protection system shall be cured in accordance with the manufacturer's recommendations prior to holiday testing at a minimum of 12,500 volts. CITY-WIDE WASTEWATER COLLECTION TION SYSTEM IDIIQ PROGRAM FY16 City Project Na E16255 T-027208 Page 4 of 6 JULY 2016 REEIABH ITATJON OF WASTEWATER MANHOLES USING POLYMER SYSTEM D. Spectrashield Multicomponent Liner System. Spectrashield multi-component stress panel liner system composed of moisture barrier (modified polymer), surfaces (polyurethane/polymeric blend foam) and fmal barrier coat (modified polymer). The system is applied in three -steps and the applicator/installer shall be certified by the Manufacturer. a. Application i. Moisture barrier: Silicone Modified Polyurea Minimum 40 -mils DFT ii. Surfacer: Polyurethane/Polymeric blend foam iii. Final corrosion barrier: Silicone Modified Polyurea Minimum 60 -mils DFT b. Film Thickness: Final installation shall provide a minimum final film thickness at 500 -mils. A permanent identification and date of work performed shall be affixed to the structure in a readily visible location. c. Holiday Testing: The protective lining/coating protection system shall be cured in accordance with the manufacturer's recommendations prior to holiday testing at a minimum of 50,000 volts. E. Spraywall Polyurethane System: Spraywall system shall be 100% solids and VOC free a. Applicator shall have a certification from the manufacturer as a licensed and fully trained installer of the product b. Surfacer/Repair: Strong Seal MS2C or Fuquay MSP shall be trowelled or pneumatically spray applied to repair/fill minor surface defects or applied as underlayment c. Protective Coat: Spraywall shall be applied as per manufacturer recommendations at a minimum final film thickness at 125 mils. d. Holiday Testing: The protective lining/coating protection system shall be cured in accordance with the manufacturer's recommendation prior to holiday testing at a minimum of 12,500 volts. 3. EXECUTION 3.1 POST -APPLICATION INSPECTION A. Final liner system shall be completely free of pinholes or voids. Liner thickness shall be the minimum value as described herein. Visual inspection shall be made by the ENGINEER. Any deficiencies in the finished liner system shall be marked and repaired according to the procedures set forth by Manufacturer. C. Clean-up all latent over -spray, debris and other materials to the OWNER's satisfaction. D. The sewer system may be returned to full operational service as soon as the fmal inspection has taken place. CITY-WIDE WASTEWATER COLLECTION TION SYSTEM ID/IQ PROGRAM FY16 City Project Na E16255 T-027208 Page 5 of 6 JULY 2016 REEIABH ITATJON OF WASTEWATER MANHOLES USING POLYMER SYSTEM 4. MEASUREMENT AND PAYMENT A. Unless indicated otherwise in the Proposal, Type B Rehabilitation of Brick or Concrete Wastewater Manholes Using Epoxy Liner shall be measured per each per diameter for depths up to 6 feet and per vertical foot per diameter for additional depth exceeding 6 feet. Measurement shall include, but not be limited to; surface preparation, material installation, inspection, testing, and other work as required to complete the rehabilitation work. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools equipment, and other incidentals required to complete the work. END OF SECTION CITY-WIDE WASTEWATER COLLECTION TION SYSTEM IDIIQ PROGRAM FY16 City Project Na E16255 T-027208 Page 6 of 6 JULY 2016 REEIABH ITATION OF WASTEWATER MANHOLES USING POLYMER SYSTEM TECHNICAL SPECIFICATION T-027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling, and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY -VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with ASTM D-3034. Pipe shall have an SDR of 26. Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D-3212. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City -Standard Specification Section 022020 "EXCAVATION AND BACKFILL FOR UTILflihS AND SEWERS". B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the CITY-WIDE WASTEWATER COT.T FI"TION SYSTEM IDIIQ PROGRAM FYI6 City Project No. E16255 T-027602 Page 1 of 6 JULY 2016 GRAVITY WASTEWATER LINES Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJEC l'ED OR DEFECTIVE materials are those having cracks, flaws, or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. C. Alignment and Grade: 1. All pipes shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cuts sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc. shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench has been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY -VINYL CHLORIDE PIPE shall have mating surfaces of the T-027602 CITY-WIDE WASTEWATER COT.T F.CTION SYSTEM Page 2 of 6 JULY 2016 IDIIQ PROGRAM FYI6 GRAVITY WASTEWATER LINES City Project No. E16255 gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. Bedding and Initial Backfill: POLY -VINYL CHLORIDE PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be per City Standard Detail drawings and as specified below: BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Over 20 feet Gravel or Crushed Stone Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WA I LR Depth of Cut Required Bedding Less than 15 feet Less than 20 feet Over 20 feet G. Final Backfill: Sand, Gravel, or Crushed Stone Gravel or Crushed Stone Crushed Stone See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers". Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section T-027200 Control of Wastewater Flows T-027602 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 3 of 6 JULY 2016 IDIIQ PROGRAM FY16 GRAVITY WASTEWATER LINES City Project No. E16255 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY -VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni-Bell Plastic Pipe Association "Recommended Practice for LOW- PRESSURE AIR TEST OF INSTALLED SEWER PIPE" UNI -B-6. The requirements of which are summerized by the following Equation: T = .00237D2L Eq. 1 Where: T = Minimum allowable time (seconds) for a pressure drop if 1 psi gage pressure D = Nominal pipe diameter (inches) L = Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of 5 psi. The time required for a 1 psi pressure drop shall be measured and not exceed the value obtained in Eq 1. B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and shall be of machined rigid corrosion resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inch) Mandrel O.D. (inch) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 36 Mfr. Rec. CITY-WIDE WASTEWATER COT.T FI"TION SYSTEM IDIIQ PROGRAM FYI6 City Project No. E16255 T-027602 Page 4 of 6 JULY 2016 GRAVITY WASTEWATER LINES 2. 1LSTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5% based on the readings from the video inspection C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Specification Section T-027611 "Cleaning and Televised Inspection of Wastewater Lines". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information shown on the plans or in the appendix is without warranty as to correctness of fact or interpretation. 6. BRACING AND SHORING Trenching operation shall comply with OSHA and State of Texas Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT Unless indicated otherwise in the Proposal, Gravity Wastewater lines shall be measured by the linear foot for each size and depth of sewer installed as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured and shall be considered subsidiary to pipe, T-027602 CITY-WIDE WASTEWATER COLI F.CTION SYSTEM Page 5 of 6 JULY 2016 IDIIQ PROGRAM FYI6 GRAVITY WASTEWATER LINES City Project No. E16255 unless included as a separate bid item in the proposal. 8. PAYMENT Payment shall include all labor, pipe, bedding, equipment for hauling, trench excavation, and all cleaning up and other incidentals necessary to install the pipe complete in place. CITY-WIDE WASTEWATER COT.T FI"TION SYSTEM IDIIQ PROGRAM FYI6 City Project No. E16255 END OF SECTION T-027602 Page 6 of 6 JULY 2016 GRAVITY WASTEWATER LINES TECHNICAL SPECIFICATION T-027606 SERVICE LATERAL REPLACEMENT 1. SCOPE: This specification governs all work and materials necessary to construct the Wastewater Service Lines required to complete the project. Wastewater Service Lines are those lines, constructed in public ROW, from the service tee on the main up to and including the clean-out at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co -mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4" diameter for residential and 6" for commercial. Minimum slopes for 4" and 6" pipes shall be 1/8 (S=0.01) and 1/16 (S= 0.005) inches per foot respectively. Wastewater service lines shall cross under water mains The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner which will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to a minimum of 95% Std. Proctor and the surface restored to a condition acceptable to the Engineer. Lines shall be bored, jetted, or jacked under sidewalks, driveways, and other such improved surfaces; unless authorized by the Engineer. Service lines shall be leakage tested with the main sewer. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section T-027200 Control of Wastewater Flows. CITY-WIDE WASTEWATER COT.T F.CTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-027606 Page 1 of 2 JULY 2016 SERVICE LATERAL REPLACEMENT 4. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Proposal, Service Lateral Replacement shall be measured per linear foot for each mainline depth specified in the Proposal (10LF minimum) for each connection made to the main. Measurement shall include but not be limited to; the line from the tee on the main to, and including, the clean-out at the property line. Payment shall include all labor, materials, equipment, trench safety and incidentals necessary for Wastewater Service Lines required to complete the project. "Service Reconnections for Pipe Bursting" will not be paid for in conjunction with "Service Lateral Replacement" bid item. Only one or the other will be used for any single service line. CITY-WIDE WASTEWATER COT.T FI"TION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-027606 Page 2 of 2 JULY 2016 SERVICE LATERAL REPLACEMENT TECHNICAL SPECIFICATION T-027611 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES I. GENERAL The scope of work described herein is to include cleaning and inspection work of wastewater lines, which includes line sizes up to 36 inches in diameter. The estimated quantities of services are as noted on the Bid Proposal Sheet herein. Although actual quantities may vary, the descriptions and estimated quantities are to form the basis of the unit prices submitted by the Bidder. The Utility Department will provide reference maps highlighting wastewater line segments to be cleaned and inspected during this project. The Utility Department will provide reference numbers for all manholes on the maps. These reference numbers shall be utilized by the Contractor(s) on video inspection reports. An Excel spreadsheet will list upstream and downstream manhole locations, linear footage inspected, location description, access location (i.e. street/easement), and GIS footage. Additional columns allow the contractor to record linear footage cleaned, segment CCTV footage, reversal linear footage, comments, and section complete status. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing work on any and all City -related projects or jobs (to include, but not necessarily limited to "Confined Space Entry"). WORK AND MATERIALS PROVIDED BY THE CITY The Utility Department will provide the following at 110 cost to the Contractor: 1. Community awareness measures and project signage informing that sewer maintenance is scheduled with the Contractor. 2. Instructions on how to respond to residents that approach the Contractor during the sewer cleaning and inspection process. 3. Legal and physical access to collection system manholes 011 the portions of sewer within the project limits. 4. Exposure of buried manholes and assistance in opening seized manhole lids that could not be accessed or opened by the Contractor using normal industry standard procedures. 5. Any excavation, opening, backfilling, and/or repair of sewers, and/or streets, required to remove the Contractor's equipment caught in the sewer pipe due to sewer defects and not caused by the Contractor's negligence. T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 1 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES 6. A designated City Project Manager that will act as liaison between the Utility Department and the Contractor for the duration of the project. 7. A debris dump location to unload materials removed from the sewer pipes during cleaning. This facility is to be used only during the contract time limits and only for sewers located in Corpus Christi that have been authorized to be cleaned in this contract. 8. Upon receipt of the Contractor deposit, City will provide a hydrant meter to the Contractor to use only for obtaining water necessary to perform the cleaning requirements of this contract. Contractor will provide meter readings as directed by the City. Contractor will not be charged for water used to perform this project. 11. TRAFFIC CONTROL The Contractor shall be responsible for sufficient traffic control measures to ensure safe conditions and to minimize inconvenience to motorists. Temporary traffic control devices shall conform to the latest edition of the Texas Manual on Uniform Traffic Control Devices, which provides a number of typical temporary traffic control plans that may be implemented into the project. The Contractor shall determine if revisions or modifications to these typical plans are required for any specific site and, when required by City staff, shall submit the plans to the Traffic Department for approval. The Contractor is responsible for determining whether the traffic control is sufficient for road/traffic conditions and for acquiring any necessary permits from the City. The Contractor shall furnish, install, move, replace, and maintain all necessary temporary traffic controls, including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flag -men and such temporary devices and relocation of existing signs and devices as necessary to safely complete the project. III. WATER METER The Contractor will obtain and place a refundable deposit 011 a City -provided hydrant meter to record water used for cleaning operations. Water will be provided at no cost to the Contractor, provided the Contractor submits monthly use records, as required by the City Project Manager. The Contractor will be allowed to use hydrants that are nearby the work being performed and will adhere to any City Project Manager restrictions should specific areas not be available to obtain water. The Contractor will use caution when opening and closing hydrants to prevent surges and damage to hydrants or creating turbidity within the water main. The Contractor will be responsible for any loss or neglectful damage to the hydrant meter and any damages to hydrants; it is the Contractor's responsibility to connect to hydrants that are observed to be in good condition. The City may withhold final payment until the water meter is returned in good condition. T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 2 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES IV. TECHNICAL PROVISIONS The following specifications form the basis of the technical requirements of the service agreement. This specification shall govern for all work, equipment, supervision and materials required for cleaning, remote CCTV inspection, and documentation of sanitary sewer or other lines, as required. 1. QUALIFICATIONS 1.1 The Contractor shall have a minimum of 5 years of documented municipal cleaning/CCTV experience and shall have inspected, as a company, a minimum of 500,000 linear feet under similar conditions. 2. CLEANING REQUIREMENTS 1.1 Clean ALL debris, such as dirt, gravel, rocks, grease, and other organic/inorganic debris from existing lines and manholes to allow for CCTV inspection to proceed. The only price the City shall pay for all cleaning required herein are those amounts quoted by Bidder in the Bid Sheet. For consecutive line segments or designated areas of the collection system, the Contractor shall clean from the most upstream segments and progress downstream, where possible. The Contractor will be required to clean the line segment using hydraulic equipment. The debiis being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Adequate equipment, such as sand traps, wire baskets, etc., shall be used to prevent migration of debris into downstream line segments. Debris shall be properly disposed of in accordance with local, state and federal regulations and as specified below. 1.2. The Contractor shall dispose of debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415 unless otherwise directed by the City Project Manager. The Contractor shall coordinate dumping with the City Wastewater Department at all times. The Contractor shall not be charged for disposal at the designated location for debris removed only from the City of Corpus Christi sewer system under this contract. The City will be responsible for the removal, cost and disposal of dried solids. The Contractor will record debris volumes on the City of Coipus Christi Cleaning Logs. The Contractor shall not dispose of any debris from any other source(s) other than the City of Corpus Christi wastewater collection system at the Greenwood WWTP. The Contractor will be responsible for T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 3 of 18 JULY 2016 ID/IQ PROGRAM FY16 CLEANING AND TELEVISED City Project No_ E16255 INSPECTION OF WASTEWATER LINES obtaining and maintaining all necessary permits to transport sludge wastes in the State of Texas and the City of Corpus Christi. 1.3. Cleaning Equipment - The cleaning equipment will be truck mounted combination water jet/vacuum unit(s). Water jet performance shall be a minimum of 65 gallons per minute at 2,000 PSI. The unit(s) will be equipped with a minimum of 700 feet of 1" internal diameter sewer cleaning hose with working pressure ratings to match the rating of the water pressure. The nozzles used in the cleaning process will accommodate the full flow rating of water jet and will be of proper choice for cleaning application, including rotating nozzle for root and grease removal. Prior to the sewer cleaning operation, the City Project Manager and the Contractor will agree on a sewer cleaning sequence. In general, the sewer cleaning process will proceed from the upper ends of each sewer basin to the lower ends. Multiple passes with the water jet will be made to flush the debris to the manhole where jet/vac unit is positioned. Sewers will be cleaned by introducing the water jet into the sewer line facing against the sewer flow and retrieving the water jet under pressure with the sewer flow. A handheld control gun will be used to thoroughly clean manholes from grade level. Debris will be removed by vacuum to prevent workers from entering manholes. The Contractor will collect and transport all debris removed during the sewer cleaning operation. Adequate equipment, such as sand traps, wire baskets, etc., shall be used to prevent migration of debris into downstream line segments. Vacuum system performance will be at least 4,000 cubic feet per minute and 16" Hg vacuum pressure to ensure all debris can be efficiently removed from sewer without a worker entering the manhole. The Contractor is responsible for damages and cleanup caused by backups into homes/businesses due to contractor cleaning operations. 3. CCTV REQUIREMENTS 3.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 4 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES 3.2 Inspection Equipment and Methods Electronic inspection software that is NASSCO PACP (version 6.0 or greater) compliant shall be used to record the condition of each pipe segment inspected. The minimum header information required for each inspection is presented in the Header Field Checklist herein. Video inspection is to be performed in the field by a NASSCO Pipeline Assessment and Certification Program (PACP) certified operator. The operator name and NASSCO certification number is required on each inspection. The Contractor will perform closed circuit video inspection of the sewers using current state-of-the-art technology and trained employees. CCTV camera will be high-resolution color with adjustable iris focus. CCTV camera will have pan and tilt capabilities that allow up close and right- angled inspections of defects and other significant observations. Video camera will be equipped with a minimum 1000 feet of video cable. Lighting on video camera will be suitable to allow proper illumination and a clear video image of the entire periphery of the pipe. The camera will be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system will produce a high quality video image. The capture system shall have the capability of recording, digitizing, and storing single frames of video images and "real time" live video, as well as collecting, storing, and printing pipeline inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg or format acceptable to City Project Manager), be transferable to flash drives, DVDs or hard drives, and have the ability to be printed at no additional cost to the City. In every case, all observations will be recorded in the field by currently certified PACP operators using PACP codes and protocols. Post inspection coding in an office will not be accepted. Footage distance measured by video system will be accurate within 1% and will be used to determine footages for reporting and payment. The PACP distance between manholes (from exit wall to entrance wall) will be the reference points used to determine footage measurements. Video inspection will not exceed a traverse rate of 30 feet per minute so that sewer line can be thoroughly examined by the City while reviewing video. If the inspection by the camera is impeded or stopped by roots, grease or other debris, the camera shall be removed, and the sewer line shall be re- cleaned at no additional cost to the City. If re -cleaning does not remove the T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 5 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES roots, the Project Manager shall be contacted to authorize the additional cost to remove the roots or obstruction. During the transit, the display must show the continuous distance from the insertion manhole with an accuracy of +1- 1% of the actual length to help mark observations on the report form. The video must display all notable PACP observations/codes. The Inspection Report shall consist of condition observations recorded using computer software generated formats conforming to NASSCO PACP version 6.0 or greater. Items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly/improperly installed service taps; debris, roots or other impediments to flow and any other condition that may either prevent the proper completion of the inspection or affect any proposed rehabilitation process. T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 6 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES HEADER FIELD CHECKLIST Field # Header Field rtr clan: ,; Required for this Project 1 Surveyed By X 1a Certificate No. X 2 Owner X 3 Customer X 4 Drainage Area 5 Sheet Number X 6 P/O Number 7 Pipe Segment Ref. (PSR) X 8 Date X 9 Time 10 Street X 1fla City X 11 Location Details 12 Upstream MH No. X 13 Upstream MH Rim to Invert 14 Upstream MH Grade to Invert 15 Upstream MH Rim to Grade 16 Downstream MH No. X 17 Downstream MH Rim to Invert 18 Downstream MH Grade to Invert 19 Downstream M H Rim to Grade 20 Sewer Use X 21 Direction X 22 Flow Control X 23 Height X 24 Width X 25 Shape X 26 Material X 27 Lining Method 28 Pipe Joint Length X 29 Total Length X 30 Length Surveyed X 31 Year Laid 32 Year Renewed 33 Media Label 34 Purpose 35 Sewer Category 36 Pre -Cleaning X 36a Date Cleaned X 37 Weather X 38 Location X 39 Additional Info. (Street or Easement) X 40 W/011 X 41 Project X 42 Pressure Value T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 7 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES 33 Flow Control The line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture, along with 360 degree view of the pipeline. Dewatering shall remove standing water and visible moisture from the line segment to provide a clear 360 degree view of the pipe being televised. An excessively high water level, condensation resulting in a blurred lens or a submerged camera may be grounds for rejection of the inspection. All sewage flow from intersecting lines, which cannot be drawn down with the hydraulic jet nozzle, shall typically be controlled through the use of in- line plugs and/or vacuum trucks, and the costs are considered subsidiary to the inspection for all line sizes up to 18 inches in diameter. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report all sanitary sewer overflows to the City Call Center at (361) 826-2489. Flow Control devices shall be installed in accordance with all applicable OSHA and plug manufacturer recommendations, including, but not necessarily limited to confined space protocol. The Contractor certifies that all personnel working on the project have been trained in confined space, use of flow control devices per manufacturer recommendations, traffic controls, and hazards associated with working in wastewater collection systems. No bypass pumping is required under this scope of services. 3.4 CCTV with Obstructions Cleaning and televising is intended to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction is encountered and cannot be removed, preventing the camera from proceeding, the obstruction will be recorded on the initial setup, and a reverse setup will be attempted to view the pipe and obstruction from the opposite direction. If the camera fails to reach the original cause for the reverse setup, then the Contractor will contact the City Project Manager to receive authorization for obstruction removal. If authorized, the Contractor shall remove the obstruction(s) if it is identified in the items below: a. Roots/Grease - The Contractor shall remove roots/grease without damage to the main sewer to facilitate the CCTV inspection. The Contractor will use remote CCTV to monitor progress of the roots/grease cutting. The Contractor shall immediately notify City if it T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 8 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES is believed that these activities will cause a sewer collapse due to the condition of the host pipe. All roots/grease must be screened, collected, and removed from the sewer for proper disposal. The post roots/grease removal video inspection will be performed to confirm that the roots/grease were removed and normal flow has been restored. The fee for the post roots/grease removal video inspection is included in the price for roots/grease removal. b. Protruding Service Tap Removal - Not included under this solicitation. When a protruding service tap obstruction prevents further inspection, the Contractor will attempt inspection from the opposite direction (reverse set-up). Where other obstructions prevent a manhole -to -manhole inspection of the segment, the inspection shall be considered complete, and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note the full line length and the actual length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same media and in the same database. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line as described in the work order documents or to assist the City repair crews with usable information for point repair. 3.5 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the opposite direction due to an obstruction encountered during the initial set- up or a line segment that exceeds the 1000 feet CCTV cable length. 3.6 Easement Access: The Contractor will be responsible for providing equipment, including, but not limited to, portable CCTV equipment, vehicles capable of transporting TV equipment and accessing remote easements, and adequate cleaning equipment to perform cleaning and inspection of lines located within rear easement areas. Easement areas are defined as those areas not accessible to normal vehicular traffic. A separate bid item has been provided for access cleaning and/or for inspection that is only available through manholes located within easements. 3.7 After hours work: Normal working hours shall be considered 8 AM to 5 PM, Monday - Friday for the duration of the project. When authorized/required by the City Project Manager, the Contractor may perform inspections after hours. This T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 9 of 18 JULY 2016 ID/IQ PROGRAM FY16 CLEANING AID TELEVISED City Project No_ E16255 INSPECTION OF WASTEWATER LINES may be necessary in some cases so the inspection can be done during low flow periods, to minimize impacts on traffic safety, or for other reasons determined by the City. 3.8 Confined Space Entry: When necessary to complete cleaning and inspection activities (including but not limited to plugging, flow control, etc.), and as authorized by the City Project Manager, the Contractor may enter manholes. All pertinent OSHA regulations will be followed, and the Contractor will provide copies of confined space entry permits if requested. V. DELIVERABLES 4.1 Television Inspection Logs: Electronic media inspection logs/records shall be kept by the Contractor and will clearly show the location, by distance in 1/10 of a foot, from the manhole wall, in relation to an adjacent manhole of each observation during inspection. In addition, other points of significance, such as locations of service connections, unusual conditions, roots, storm sewer connections, cracks, fractures, broken pipe, presence of scale and corrosion, and other discernible features, as defined in the PACP defect codes, will be recorded on electronic media, and a copy of such records will be supplied to the Owner. Digital photographs of the pipe condition and all defects shall be taken by the Contractor. Photographs shall be located by distance in 1/10 of a foot, from the manhole wall, in relation to an adjacent manhole. 4.2 Electronic media recordings: The purpose of electronic media recording shall be to supply a visual record of the entire line segment that may be viewed by the Owner. Each original electronic media recording of conditions and defects will be delivered to the City at least monthly, which summarizes the lines completed during the period. The submittal must agree with the monthly billing request in terms of unit quantities and electronic deliverables. The Contractor is required to provide NASSCO PACP compliant computer software -generated Inspection Report products to the Owner, as a result of each work order issued. Acceptable submissions become the property of the City. The electronic recordings will have read-only software that will facilitate viewing and printing of additional copies of the inspection report and the digital photographs. The CD or DVD ROM or hard drive will also include video that can be viewed. The electronic recordings will be compatible with Microsoft Windows 7 and will be delivered to the T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 10 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES Wastewater Department within ten (10) calendar days of the last day of the performance period. 4.3 Quality Control: Inadequate main sewer preparatory cleaning, camera distortion, inadequate lighting, dirty or submerged lens, and blurry or hazy pictures that are determined to be the fault of the Contractor will be cause for rejection of the inspection effort. If the City does not approve of the quality of the deliverables, the Contractor shall repeat the documenting process at no cost to the City. 4.4. Upon completion of the project, one (1) properly labeled flash drive, hard drive or DVD (as appropriate for the size of the project), will be required along with one (1) hard copy report. The media will be properly labeled to identify the contents. The media will be labeled, either typed or neatly printed, with the following information on the cover/container with electronic text included on the root drive of the media: Project Name Work Order Contractor Name, Address, Contact Niunber Date All required reports, databases, photographs and video are to be from City - approved, software -generated formats. Hard copy reports will be printed single -sided on 81/" x 11" paper, in color, to improve definition of problem areas, and delivered with the media. The fmal project submittal must be reconciled with the monthly billings with regards to quantities of work completed or an v exceptions noted. One report is required for each project (which may consist of an entire neighborhood with numerous child work orders for each line segment). The Contractor's proposed software must be approved before the first work order is initiated. The fmal submittal must include a table of contents that T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 11 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES Hard Copy On Media i. Project Summary Report (pdf or approved equal) .l .l 2. CCTV Defect Listing Log (pdf or approved equal) ./ .i 3. Condition Code Summary (pdf or approved equal) .l .i 4. Cleaning Log (pdf or approved equal) .f .l 5. NASSCO PACP compliant Access Database .f 6. Video files (mpeg, vim or approved equal) .f 7. Defect photographs jpg or approved equal) .i 8. Cleaning Log Summary (xls or approved equal) .r One report is required for each project (which may consist of an entire neighborhood with numerous child work orders for each line segment). The Contractor's proposed software must be approved before the first work order is initiated. The fmal submittal must include a table of contents that T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 11 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES summarizes all line segments cleaned, televised, and inspected with CCTV logs arranged in order by the PACP PSR identification number, lowest number to highest number. The Contractor shall submit a sample of the proposed report to the City for review and approval. VL MEASUREMENT AND PAYMENT Unless otherwise indicated in the Proposal, Pre -CCTV (Cleaning and Televised Inspection) and Post CCTV (Televised Inspection) of Wastewater Lines shall be measured by the linear foot. Payment will be made at the contract prices on the Bid Sheet and said price includes all labor, equipment, materials and supervision necessary to complete the item. The DVD and Inspection Record must have already been submitted, reviewed and approved by the Engineer, as a prerequisite to payment being made to the contractor. Cleaning and Televised Inspection of Wastewater Lines bid item includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Cleaning and Televised Inspection of Wastewater Manholes bid item shall only be measured and paid for when used as a stand-alone manhole inspection without Wastewater Line Inspection. CONTRACTOR SHALL NOT BE PAID FOR CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES UNTIL DOCUMENTATION AS REQUIRED BY TECHNICAL SPECIFICATION SECTION T-027604 "DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS", HAS BEEN SUBMITTED TO ENGINEER. NEW LINE INSPECTIONS AND EVALUATION AFTER REPAIRS/REHABS WILL BE MEASURED AND PAID FOR THROUGH "POST CCTV" BID ITEMS AND INCLUDE TELEVISING ONLY. EXISTING MANHOLE AND EXISTING LINE INSPECTIONS WILL BE MEASURED AND PAID FOR THROUGH "PRE -CCTV" BID ITEMS AND INCLUDE CLEANING AND TELEVISING. CCTV Set -Up shall only be measured and paid for if an individual site requires less than 200 feet of televising. Reverse CCTV Set -Up shall only be measured and paid for if an obstruction is encountered during the initial set-up, requiring the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 12 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES Example Documentation and Deliverables 1. Project Summary Report (pdf or approved equal) 2. CCTV Defect Listing Log (pdf or approved equal) 3. Condition Code Summary (pdf or approved equal) 4. Cleaning Log Summary (xls or approved equal) T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 13 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES •ro ect Summar 1. Project Sunman/ Report (1 of 2) City of Corpus Christi_PA 0 r4 Example a o 4g x=11=1 1111 11.79636 1130106 n h n g wryryY A w. w T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 14 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES 1. Project Summary Report (2 of 2) 3 0 U C o -- ,, 0 a 8 0 g m ro '1 0 y i ; rd .0 M A 0 Example 1OW3112Q14 T-027611 CITY-WIDE WASTEWAlJ R COLLECTION SYSTEM Page 15 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 5383 5384 U9 7 Ty" 1 2 w T t 9 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES l Pipe Segment Reface 070141530-070141520 CORPUS CHRISTI ELIZABETH ST Vitrified Clay Pipe Loca;ien C.. Light High... Sewer Use 1 Sanitary 070141530 Total Length Ad Year .a4 Sl1a s Circular Location Dctads CENTER OF ELIZABETH... 070141520 Length surveyed 347 Year Renewed Heigh: 12 Width 12 Pipe Joint.. 2, CCTV Defect Listing Log Defect Listing Plot Left Contractor Name Address Phone 3 070141530 0-0 ft. 0.0 f1. 5.4 ft. 10 9 f' 26.2 ft. 35.8 ft. 42.4 ft. 42.4 R. 63.8 ft. _i3.8 ft. 100.3 ft. 147.4 ft_ 219.6 ft. 235.1 ft. Code: Continuous; Pas: Val 1 12 : °/e : Gallons: Access Point Manhole USMH Water Level Crack Multiple 0-0 0-0 5 1 8-4 1 Fracture Multiple Start SO1 11 - 5 Crack Multiple 8-12 Water Level Sag 1 Start SO2 0-0 10 Fracture Multiple 7 End F01 11 - 5 Fracture Multiple Tap Break -In Intruding Water Level Sag Tap Factory Made Tap Break-in Active Tap Break -In Active Start S03 12 - 12 1-0 612 EndF02 1 0-0 10 11-0 1-0 r 1 a 12-0 6 7— Tap Break -In Active j 12 - 0 6 T-027611 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 16 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES SPR 274 MPR 14 PO Number Customer SPRI 4 MPR! 2 Work Order Purpose Routine Assessment OSR 41_32 OMR 2700 OPR 288 Surveyed ati ionathan_McGuire Downstream 20140825 Media label OPRI 3.8 Gerutrcate Nui oer U-1213-06019780 I- rc-.-I_an nq Heavy Cleaning Time 09:34 Weather Dry t Date Cleaned End Time 10:28 Additional Into l 2, CCTV Defect Listing Log Defect Listing Plot Left Contractor Name Address Phone 3 070141530 0-0 ft. 0.0 f1. 5.4 ft. 10 9 f' 26.2 ft. 35.8 ft. 42.4 ft. 42.4 R. 63.8 ft. _i3.8 ft. 100.3 ft. 147.4 ft_ 219.6 ft. 235.1 ft. Code: Continuous; Pas: Val 1 12 : °/e : Gallons: Access Point Manhole USMH Water Level Crack Multiple 0-0 0-0 5 1 8-4 1 Fracture Multiple Start SO1 11 - 5 Crack Multiple 8-12 Water Level Sag 1 Start SO2 0-0 10 Fracture Multiple 7 End F01 11 - 5 Fracture Multiple Tap Break -In Intruding Water Level Sag Tap Factory Made Tap Break-in Active Tap Break -In Active Start S03 12 - 12 1-0 612 EndF02 1 0-0 10 11-0 1-0 r 1 a 12-0 6 7— Tap Break -In Active j 12 - 0 6 T-027611 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 16 of 18 ID/IQ PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES 3. Condition Code Summary PACP Conditions Contractor Name Address Phone t Pipe Segment Refers... 070141530-070141520 City CORPUS CHRISTI _ Street ELIZABETH ST _ Material Vitrified Clay Pipe Location C... Light High... Sewer Use 1 Sanitary Upstream Mil 070141530 Total Length 347 Year Laid Shape Circular Location Details CENTER OF ELIZABETH... DS Manhole 4 070141520 Length surveyed 347 Year Renewed l.eran: 12 Width 12 Pipe Joint... J SPR 274 MPR 14 SPRI 4 MPRI 2 PO Number Customer OSR 4132 OMR 2700 Work Order Purpose Routine Assessment CPR 288 Surveyed By Jonathan McGuire D,rcc: or Downstream Dae 20140825 Media label OPRI 3.8 Certificate Number U-1213-06019780 Pre -Cleaning Heavy Cleaning Time 09:34 Weather Dry Date Cleaned End Time 10:28 Additional Info J Normal Defects Structural Ratings 0 & M Ratings Combined Ratings Grade Rating No. Occur. Rating Grade Rating No. Occur. Rating Grade Rating No. Occur. Rating 1 0 0 1 0 0 1 0 0 2 0 0 2 1 2 2 1 2 3 2 6 3 0 0 3 2 6 4 0 0 4 0 0 4 0 0 5 0 0 5 0 0 5 0 0 Continuous Defects Code ID Length FM F01 31.5 4 6 24 0 0 0 4 6 24 MWLS F02 28.0 0 0 0 2 6 12 2 6 12 FM F03 304.6 4 61 244 0 0 0 4 61 244 Subtotals 69 Subtotals 7 Subtotals 76 SUMMARY Pipe Rating 274 Pipe Rating 14 Overall P'pe Rating 288 Structural Index 4.0 O&M Index 2.0 Overall Index 3.8 Str. Quick Rating 4L32 O&M Quick Rating 2700 Ovrl. Quick Rating 4L32 T-027611 CITY-WIDE WASTEWA1J R COLLECTION SYSTEM Page 17 of 18 ID/1Q PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES Wastewater Collection Vactor/Vacall Daily Report G O O 4. Cleaning Log Summary p L Other - g, °� fl in r Y Level of Solids t C G ❑ r U } 121 V1 0 rn e. 12 d N y w '_ a SJo _0 m 61 p a i ova p N Z rp y _E ea m� 1-- r r 71, LEI 1 9+ hi ` Y. ,i;-� .x ' wbe 7L 4 e! cA' N •X. N ° tq u •� . a y ° t a ., y 4 N C % a L Work Order 1 At Manhole To Manhole 1 Start Time 1 End Time No -Passes 1 No SSO I SSO I I I7+i S 9 LA- o L --D - • 1 -71 'o i.V t vs)Sy e ddress Fkeer th Cleaned: 416 r: --- .s[ a 4, 4 a t. V `, f.(`l ' U „ w T ,�'. s G dde E� I-- 7 �'• * 4 AC1,3Z 'd 4 -0 fl 43 a = i G C 1 6,1 cx E " o Zu9oiorg�a to'tuio{9'0 1 1 or�,t.•t! Address (a - k t) -. % ,. o' « r+5 p�, C ork Order At Manhole i - -_ To Manhole 1 17 0 4•^ VI' '-'6' s Cr• ^C a 0 L ' 9.k Z' oma .� o o , ek � — T-027611 CITY-WIDE WASTEWA1'J R COLLECTION SYSTEM Page 18 of 18 ID/1Q PROGRAM FY16 City Project No_ E16255 JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES Debris Removed L Other - v a c Dally Summary No• of Work Orders: Milk - ^� Water Useage: ` 1 i kuts Removed: • Footage Cleaned: -• Meter Readbrg St -rt n 6S Ll0D Number of Disposal Trips: ! v — deter Reading En SC7t1 `( . itip Apiume of Olspusal: I% of fully w } 121 V1 N y w w 6 OrrO g a3 o p a d p N ,ieu 11 _E ea � i = ddress Fkeer th Cleaned: 416 r: --- .s[ a 4, 4 a t. V `, f.(`l ' 1J46. C v To Manllokt Start Time End Time No. Passes No SSO 1 End rine No.Passes1 to .: lA-- �tl � it L 4 AC 2 0 . 'F4 g 2 44 V s LT' _ CI - D a t.. q. v.) 7 IA i i ewe v j a � 3 o o , ek � — m .,7: 1:^J ozi a1LV' JULY 2016 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES Debris Removed SECTION 027614 CURED -IN -PLACE -PIPE (CHP) FOR REHABILITATION OF GRAVITY WASTEWA 1'LR LINE 1. SCOPE This specification shall govern for all work necessary for installing CIPP required to complete the project. 2. REFERENCE SPECIFICATIONS This specification references ASTM D5813, ASTM F1216, ASTM D 2122, ASTM C581, and ASTM D790 which is made a part hereof by such reference and shall be the latest edition and revision thereof ASTM F1216 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube, shall govern when not addressed by this specification. 3. GENERAL The CIPP shall be installed in an existing pipe and designed to provide chemical resistance, prevent exfiltration and infiltration, and support all external loads acting on it. The process is defined as the rehabilitation of wastewater lines by pull -in or inversion of a thermosetting resin impregnated flexible tube into existing wastewater pipe, with one layer or more, capable of carrying resin, withstand installation pressure and curing temperature, utilizing a water column. Curing is accomplished by circulating hot water (or other approved fluid) throughout the length of the new tube to cure the thermosetting resin into a hard impermeable pipe with the plastic coated outer layer that is compatible with the resin system used. The new pipe shall extend the full length of the original pipe (i.e. from manhole to manhole), and shall provide a structurally sound, jointless, closefitting, Cured -In -Place -Pipe without delamination or lifts, and with uniformly smooth interior providing hydraulic flow equal to or greater than the existing wastewater pipe in original condition. 4. MATERIALS Only materials from pre -approved manufacturers shall be allowed for this work. Pre - approved manufacturers are, Insituform, Inliner, and U -liner. CIPP shall be properly sized Type III cured -in-place thermosetting resin wastewater pipe in accordance with ASTM D5813. The tube shall consist of one or more layers of flexible needled felt or an equivalent nonwoven or woven material or a combination of nonwoven and woven materials, capable of carrying resin, withstanding installation pressures and curing temperatures. The flexible felt fiber tube shall be fabricated to a size that when installed it will neatly fit the internal circumference of the existing pipe specified by the Engineer. An allowance shall be made for some circumferential stretching during T-027614 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 1 of 8 JULY 2016 ID/IQ PROGRAM FY16 CURED -IN -PLACE -PIPE (CIPP) FOR City Project No_ E16255 REHAB OF GRAVITY WASTEWATER LINE inversion. The minimum length shall effectively span the distance from the inlet to the outlet of the respective manholes unless otherwise specified. The Contractor shall verify the circumference of the host pipe and the lengths in the field before impregnation of the tube with the resin. Individual insertion nms can be made over one or more manhole sections as determined in the field by the Contractor and approved by the qualified factory field service representative and Construction Engineer. 4.1 Tube: The tube shall consist of one or more layers of flexible needled felt or an equivalent nonwoven or woven material or a combination of nonwoven and woven materials that are compatible with the resin system used and are capable of supporting and carrying resin. The tube shall be capable of withstanding installation procedures and curing temperatures. Longitudinal and circumferential joints between multiple layers of a tube should be staggered to not overlap. The tube shall be fabricated to fit its final in-place position in the existing pipe, with allowance for stretch as recommended by the tube manufacturer. The elongation or expansion of the flexible tube during installation, both longitudinally and circumferentially should be limited to 5-10% to minimize reduction of the finished wall thickness. 4.2 Tube Coating: The inside or outside surface, or both, of the tube shall be coated with a plastic flexible material that is compatible with the tube and the resin system used. The coating shall allow visual inspection of the proper impregnation of the tube fabric with resin. The final inside flexible plastic coating will form the inner layer of the finished pipe and is required to contain the impregnated resin in the tube. 4.3 CIPP Wall: The layers which constitute the pipe wall must be such that when the thermosetting resin cures the Cured -In -Place -Pipe has no delamination, dry spots or lifts. The minimum allowable wall thickness for CIPP shall be per Table 1 and as directed by the Engineer after review of TV inspection. (Table 1) Table 1 - Wall Thickness For CIPP H (Ft) DR T (in.) Sound Host Pipe Deteriorated Host Pipe <10 60 50 T= D DR 10-15 50 40 15-20 45 35 20-25 40 30 >25 40 25 H, Height of cover over pipe (ft) DR, Dimension Ratio, DIT T = Wall Thickness of CIPP (in) D= Nominal Diameter (in) CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No_ E16255 T-027614 Page 2 of 8 JULY 2016 CURED -IN -PLACE -PIPE (CIPP) FOR REHAB OF GRAVITY WASTEWATER LINE When cured, the CIPP must form a mechanical bond with the conduit and the wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. Unless otherwise specified, the Contractor shall furnish a general purpose, unsaturated, polyester resin, and catalyst system compatible with the inversion or pull -in process that provides cured physical strengths specified herein. The existing sewers, where designated or required shall be lined using material and workmanship which can be adapted to the restrictions of the work site. The Contractor shall not begin this phase of the work until there is sufficient material on hand to complete the job and required submittals as per 4.4 are submitted to the qualified factory field service representative and Construction Engineer, prior to use of the lining material. 4.4 Submittal: The following items shall have submittals and shall be in conformance with the requirements of Special Provisions. 4.4.1 RESIN: 4.4.2 TUBE: 4.4.3 CIPP: a. Submit technical data sheet showing physical and chemical properties for the proposed resin to be used in the project. b. Submit test results to show compliance with ASTM C581 - Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures Intended for Liquid Services. a. Submit technical data sheet showing physical properties. a. Prepare and submit curing schedule. b. Submit copies of curing log sheets with temperature reading prior to curing, during curing and during cool down for each installation section. Must be submitted at least weekly. c. Submit, copies of all test results performed by the Contractor's Independent Testing Laboratory for test listed in Section 9, testing. d. Submit Contractor's Quality Control Plan and/or Procedures showing control conditions used during impregnation of the resin to ensure proper materials and proper dispersion is achieved in the wet out process. e. Submit pre -installation TV inspection video after cleaning, and Acceptance TV inspection video after rehabilitation as per City Standard Specification Section 027611. 5. CONSTRUCTION METHODS 5.1 Pre -Installation Procedures: The following installation procedures shall be adhered to unless otherwise approved by the City's Engineer. T-027614 CT -FY -WIDE WASTEWATER COLLECTION ION SYSTEM Page 3 of 8 JULY 2016 ID/IQ PROGRAM FY16 CURED -IN -PLACE -PIPE (CIPP) FOR City Project No_ E16255 REHAB OF GRAVITY WASTEWATER LINE 5.1.1 Safety: The Contractor shall carry out his operations in strict accordance with all applicable OSHA standards. Particular attention is drawn to those safety requirements involving work on an elevated platform and entry into a confined space or the use of steam. 5.1.2 Access: It shall be the responsibility of the Contractor to locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. Traffic routing shall be per traffic control plan approved by the City Traffic Engineer. If a street must be closed to traffic because of the orientation of the sewer, the Contractor shall submit a proposed traffic control and detour plan for approval to the City Traffic Engineer. 5.1.3 Pre -Installation Cleaning: It shall be the responsibility of the Contractor to remove all debris that is located within the wastewater pipe. The Contractor is responsible for the disposal of all debris removed from the sewers during the cleaning operation per City Standard Specification Section 027604. 5.1.4 Pre -Installation Inspection: Inspection of wastewater pipe shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television inspection. The interior of the pipe shall be carefully inspected to determine that the line is free any conditions which may prevent proper installation of the CIPP. A videotape and log per Section City Standard Specification Section 027611 shall be submitted to the Engineer prior to installation. 5.1.5 Bypassing Wastewater: The Contractor shall provide for continuous sewage flow as necessary. Bypass pumping shall be made by plugging the line upstream and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. Discharge into storm sewer shall not be allowed. All bypass pumping must be per City Standard Specification Section 027200 Control of Wastewater Flows. 5.1.6 Point Repairs & Line Obstructions: It shall be the responsibility of the Contractor to clear the line of obstructions such as solids, roots protruding service or other obstruction that would impede flow thru the CIPP. Displaced joints, missing portions of pipe or other occurrences that may not be rectified by thru-the-pipe methods shall be repaired as a point repair, when directed by the Engineer. The Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. PVC pipe, in accordance with City Standard Specification Section 027602 Gravity Wastewater Lines, shall be used as a host replacement pipe for the CIPP. 5.1.7 Service: The Contractor shall maintain continuous wastewater service without disruptions. 5.1.8 Public Notification: A public notification program shall be implemented and shall, as a minimum, require the Contractor to be responsible for contacting each home or business connected to the wastewater line and informing them of the work to be conducted, and when their wastewater service will be affected. The Contractor shall provide the following: T-027614 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 4 of 8 JULY 2016 ID/IQ PROGRAM FY16 CURED -IN -PLACE -PIPE (CIPP) FOR City Project No_ E16255 REHAB OF GRAVITY WASTEWATER LINE 5.1.8.1 Written notice to be delivered to each home or business describing the work, schedules, how it affects them, and a local telephone of the Contractor they can call to discuss the project or any problems which could arise. 5.1.8.2 Personal contact and attempted written notice the day prior to the beginning of work being conducted on the section relative to the residents affected. 5.1.8.3 Personal contact with any home or business which cannot be reconnected within the time stated in the written notice. 6. INSTALLATION PROCEDURES 6.1 Wet -Out: The Contractor shall identify the location where the tube will be impregnated ("wet -out") with resin using distribution rollers and vacuum to saturate the tube felt fiber thoroughly prior to installation. The Contractor shall allow the qualified factory field service engineer and Construction Engineer to inspect the materials and wet -out procedure at the designated location. A catalyst system or additive compatible with the resin and the tube shall be used. The amount of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. Handling of the resin - impregnated flexible tube to prevent resin setting until it is ready for insertion and during installation shall be the responsibility of the Contractor. A vacuum impregnation process shall be used. To insure a thorough wet -out, the point of vacuum shall be as recommended by the manufacturer and per ASTM F1216. 6.2 Insertion: The wetted tube shall be inserted through an existing manhole or other approved access by means of an inversion or pull -in process and the application of a water column sufficient to fully extend it to the next designated manhole or termination point. The tube end shall initially be turned inside out and attached to a platform ring or standpipe. The inversion water column will be adjusted to be of sufficient height to cause the impregnated tube to invert from manhole -to -manhole and hold the tube tight against the existing pipe wall, to produce dimples at side connections, and flared ends at the manholes. If the pull -in method is used, the impregnated primary liner is towed into the host pipe through the existing manhole with a cable winch. The primary liner shall be floated into place virtually eliminating stresses on the material. Proper lubrication may be needed for longer and thicker liners. The secondary liner should then be inverted with the column of water to inflate the primary liner. This may extrude small amount of resin through the perforations of the outer coating of the primary liner. For the pull -in method, insertion of the new liner shall in no case exceed 800 linear feet. 6.3 Curing: After the insertion is completed, the Contractor shall supply a suitable heat source and water recirculation system capable of delivering hot water uniformly throughout the section to effect a consistent cure of the resin. The curing temperature T-027614 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 5 of 8 JULY 2016 ID/IQ PROGRAM FY16 CURED -IN -PLACE -PIPE (CIPP) FOR City Project No_ E16255 REHAB OF GRAVITY WASTEWATER LINE shall be that recommended by the resin/catalyst system manufacturer and shall be maintained at such temperature. The Contractor shall follow a schedule to cure the liner and submit the schedule to the Engineer. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply. Another such gauge shall be placed between the impregnated tube and the invert of the original pipe at the manhole(s) to determine the temperature during the resin curing process. The Contractor shall continue uninterrupted heating until the desired temperature is achieved, shall accurately measure temperatures at both ends of the pipe and maintain a curing log of CIPP temperatures at the upstream and downstream manholes dining curing to document that proper temperatures and cure times have been achieved. Initial cure shall be considered completed when the exposed portions of the CIPP appear to be hard and the remote temperature sensing device indicates the cure period to be of adequate duration as recommended by the resin/catalyst system manufacturer and modified for the inversion process. 6.4 Cool -Down: The Contractor shall cool the hardened CIPP to a temperature below 100 degrees Fahrenheit before relieving the water column. Cool water may be added to the water column while draining hot water from a small hole at the opposite end of the CIPP so that a constant water column height is maintained until cool -down is completed. Care shall be taken in the release of the water column so that a vacuum will not be developed that could damage the newly installed CIPP. Do not discharge water in excess of 100 degree Fahrenheit into the wastewater system. 6.5 Warranty: The finished CIPP shall be continuous over the entire length of an inversion run and be free from visual defects such as foreign inclusions, dry spots, pinholes, lifts and delamination. It shall also meet the leakage requirements or pressure test specified below. The finished CIPP shall be warranted for one year after the acceptance of the Project. During the warranty period any defects which will affect the integrity or strength of the CIPP shall be repaired at the Contractor's expense in a manner mutually agreed to by the City and the Contractor. 7. SEALING OF MANHOLES If the CIPP fails to make a tight seal at a manhole, the Contractor shall apply a seal at that point. The seal shall be of a material compatible with the CIPP material. Do not leave any annular gaps. Seal the annular space with a 1/2 inch diameter activated oakum band soaked in chemical sealant. Seal any annular spaces greater than 1/2 inch with manhole wall repair material. Finish off the seal with a non -shrink all solids epoxy placed around the pipe opening from inside the manhole in a band at least 4 inches wide. Complete the sealing procedure for each liner segment immediately after the liner is cured. 8. SERVICE CONNECTIONS After the CIPP has been cured in place, the Contractor shall reopen the existing active T-027614 GTTY-WIDE WASTEWATER COLLECTION ION SYSTEM Page 6 of 8 JULY 2016 ID/IQ PROGRAM FY16 CURED -IN -PLACE -PIPE (CIPP) FOR City Project No_ E16255 REHAB OF GRAVITY WASTEWATER LINE service connections as designated by the Engineer. This shall generally be done without excavation, and in the case of non -man entry pipe, from the interior of the pipeline by means of a television camera and a robotic cutting device that reestablishes the service connection to not less than 100% capacity. Cutting devices that use high pressure water shall not be used since they may cause damage to the service. When fiberglass or other reinforcing fibers are used, that may cause wicking at service openings, the service opening edges must be sealed with a resin mixture compatible with the tube resin. The Contractor shall certify he has a minimum of two complete working cutter units plus spare key components on the site before each insertion. 9. TESTING 9.1 Chemical Resistance: The CIPP shall meet the chemical resistance requirements of ASTM F 1216, Appendix X2. The test specimens shall be capable of exposure for a minimum of one month at a temperature of 73.4°F. During this period the CIPP test specimens should lose no more than 20% of their initial flexural strength and flexural nodulus when tested in accordance with Section 8 of ASTM F1216. In Appendix X2, Table X2.1 presents a list of chemical solutions that serve as a recommended minimum requirement for the chemical -resistant properties of CIPP in standard domestic wastewater applications. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. 9.2 Leakage Testing: The water leakage testing of the CIPP shall be tested using an exfiltration test method, when directed by the Engineer. This test shall be in accordance with ASTM F 1216, 8.2. 9.3 Wall Thickness Test: This thickness shall be measured in accordance with ASTM D 2122. 9.4 Samples: Per ASTM F 1216. 8.1, the preparation of two CIPP samples is required for each insertion segment. One sample from each of the following two methods: 9.4.1 The sample should be cut from a section of cured CIPP at an intermediate manhole or at the termination point that has been inverted or pull -in through a like diameter pipe which has been held in place by a suitable heat sink, such as sandbags. 9.4.2 The sample should be fabricated from material taken from the tube and the resin/catalyst system used and cured in a clamped mold placed in the down tube when circulating heated water is used and in the silencer when steam is used. 9.4.3 The samples for each of these cases should be large enough to provide a minimum of three specimens and a recommended five specimens for flexural testing and also for T-027614 GTTY-WIDE WASTEWATER COLLECTION ION SYSTEM Page 7 of 8 JULY 2016 ID/IQ PROGRAM FY16 CURED -IN -PLACE -PIPE (CIPP) FOR City Project No_ E16255 REHAB OF GRAVITY WASTEWATER LINE tensile testing, if applicable. The Short-term Flexural (Bending) Properties testing should be in accordance with Test Methods ASTM D 790 and shall have a minimum flexural modulus of 250 ksi and a minimum tensile strength of 2500 psi. 9.4.4 The samples taken for the measurement of the liner thickness shall be as described in this Specification, section 9.3. 10. POST INSPECTION Post CCN of the CIPP rehabilitated line is required for acceptance inspection. 11. CLEAN-UP Prior to acceptance, the Contractor shall clean and restore the project area affected by these operations. 12. PATENTS The insertion process is patented and is installed by licensed Contractors. The Contractor shall warrant to the City and his Engineer that the methods, materials and equipment used herein, where covered by license is furnished in accordance with such license and the prices included on the Bid Form include applicable royalties and fees in accordance with such license. The Contractor shall warrant and save harmless the City and his Engineer against all claims for patent infringement and any loss thereof 13. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Cured -In -Place Pipe for rehabilitation shall be measured and paid for by the linear foot, for each size (Nominal Diameter DR, and Height of cover over host pipe) specified, complete in place. The liner will be measured and paid for based on the distance between centers of upstream and downstream manholes. Point repairs for CIPP shall be measured by the linear foot (15 feet minimum) for each size point repair made, based upon depth and shall include but not be limited to, excavating, dewatering providing, placing, bedding 15 LF of host pipe, backfill, traffic control, surface restoration and all labor, materials and incidentals to complete the work at the unit price bid. Separate bid items have been included for Service Re -connections, Control of Wastewater Flows, Pre -CCTV, Post CCTV, Traffic Control and Point Repairs. T-027614 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 8 of 8 JULY 2016 ID/IQ PROGRAM FY16 CURED -IN -PLACE -PIPE (CIPP) FOR City Project No_ E16255 REHAB OF GRAVITY WASTEWATER LINE TECHNICAL SPECIFICATION T-027618 WASTEWATER LINE REHABILITATION / PIPEBURSTING 1. SCOPE This specification shall govern all work necessary to rehabilitate gravity wastewater lines by pipebursting, wherein a horizontal boring technique, utilizing a cutting/expansive tool head fragments the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting tunnel. 2. QUALIFICATIONS 2.1 The Pipe Bursting Contractor will have actively engaged in the installation of pipe using pipe bursting for a minimum of five (5) years and have installed, as a company, a minimum of 150,000 feet in similar conditions. 2.2 Field Supervisory Personnel employed by the Pipe Bursting Contractor will have at least (5) five years of documented experience in the performance of the work and tasks as stated in the contract documents. 3. MATERIALS 3.1 Polyethylene: ASTM Designation: D-3350 with a cell classification of 335434E D or E (with inner wall of light color). In addition, the liner shall be manufactured of polyethylene resins classified as Type III, Class C, Category 5, Grade P34, as tabulated in specifications in the older ASTM Designation, D-1248. This material shall also conform to the design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE3408. 3.2 Dimensions: The pipe shall be (SDR 17, IPS) per ASTM F714 of the nominal diameter as shown on the plans and specified in the proposal. 3.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible cracks, holes, foreign materials, blisters, or other deleterious faults. All materials shall be of the highest quality and highest performance. It shall be the product of a manufacturer actively engaged in research, development, and the manufacturer of said materials. 3.4 Submittals: The contractors shall submit documentation showing that personnel has five (5) years of Pipe Bursting experience with a list of a minimum 150,000 LF installed by the company. Information for each supervisor and the company must CPTY-WIDE WASTEWATER COLLECTION SYSTEM ID:TQ PROGRAM FY16 City Project No. E16255 T-027618 Page 1 of 4 JULY 2016 WASTEWATER LINE REHABILITATION/PIPEBURSTING include, but not be limited to, date of work, location, pipe information (i.e. length, diameter, depth of installation, pipe material, etc.), project owner information, (i.e., name, address, telephone number, and contact person). 4. CONSTRUCTION METHODS 4.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the butt -fusion method and performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. The Contractor shall make arrangements to have a technical representative of the pipe manufacturer present for the start-up of the butt -fusion jointing and training of the contractor's personnel, or arrangements shall be made for the pipe manufacturer's representative to remain on the job until all jointing has been completed. When requested by the Engineer, samples of butt -fusion joints shall be fiunished by the contractor for laboratory testing. The test of such samples shall clearly demonstrate joint integrity, strength, etc. 4.2 Insertion Pits: The location and number of insertion pits shall be determined by the contractor to maximize insertion lengths and keep the number of excavations to a minimum. The insertion pit size shall be the minimum necessary to perform insertion operations. Locations of insertion pits shall be acceptable to the Engineer. Removal of obstructions and point repairs shall be done as necessary. This work shall be done in accordance with Excavation and Backfill for Utilities and Sewers T- 022020 of the Standard Specifications. 4.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe bursting equipment in accordance with the manufacturer's procedures. The machine shall be specifically designed and manufactured for the pipe insertion process. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices, and other equipment, required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the pipe manufacturer. Under no circumstances shall the pipe be stressed beyond 50% of its tensile strength at yield, that being 22,600 ib. For an 8" SDR 17 pipe. Provide a suitable pull measuring device connected to the winch or pulling system. Upon commencement, insertion shall be continuous without interruption, if possible. Terminal sections of pipe that are joined within the insertion pit shall be connected with a 1/4" thick neoprene gasket and a stainless steel band clamp having a minimum of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed 1/2". CPTY-WIDE WASTEWATER COLLECTION SYSTEM ID:TQ PROGRAM FY16 City Project No. E16255 T-027618 Page 2 of 4 JULY 2016 WASTEWATER LINE REHABIL TATION/PIPEBURSTING The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than 4 hours, for relaxation prior to any reconnection of service lines, sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall be allowed to provide for this occurrence. 4.4 Service Connections: All service connections shall be identified, excavated, and disconnected prior to pipe bursting. After the new main has been pulled into place, allowed to recover, and secured to the manhole walls, each service shall be reconnected to the new main. Services shall be connected by the use of an approved pre -fabricated saddle. The pre -fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. Drill hole in main shall be flush with the inside diameter of the saddle. Service connections shall be made in accordance with the Service Connection Details found in the Wastewater Standard Details within the plans. Continuous service shall be maintained. Additional payment will be made for each service re -connection for pipe bursting new lines, as shown in the proposal. 4.5 Annulus Sealing: The relaxed pipe shall be cut 4" inside of manholes and any annular space sealed. The annular space may be sealed with a mechanical device, chemical seal, or quick -setting concrete. The method chosen shall be approved by the Engineer prior to construction. The sealant shall extend at least 8 -inches past the outside of the manhole wall. The sealant shall form a smooth transition above the liner projection into the manhole. The sealant shall be applied 3" beyond the annulus on the inside wall of the manhole. The complete joint shall be uniform and water- tight. 4.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material from the invert to a minimum of 12" above the pipe. The balance of the insertion pit may be backfilled using approved material taken from the excavation except if under pavement. Follow standard details for insertion pit(s) under pavement. All backfilling shall be accomplished in such a manner as to achieve a 95% standard proctor density. 4.7 By -Pass Sewage: It shall be the responsibility of the Contractor to maintain continuous flow of sewage, during execution of work. This includes flow of all mains, laterals and services. Pumps and by-pass lines shall be of adequate capacity to handle all flows. Dumping of raw sewage on private or city property shall not be allowed. By-pass shall be made by pumping the sewage into the downstream manhole or adjacent system, or other methods as may be approved by the owner and the Engineer. "Control of Wastewater Flows" shall be measured and paid for separately as per technical specification T-027200 "Control of Wastewater Flows through Bypass Pumping". CPTY-WIDE WASTEWATER COLLECTION SYSTEM ID:TQ PROGRAM FY16 City Project No. E16255 T-027618 Page 3 of 4 JULY 2016 WASTEWATER LINE REHABIL TATION/PIPEBURSTING 5. DELIVERY, STORAGE AND HANDLING OF MATERIALS: The Contractor shall be responsible for all handing and security of the materials. 6. CLEANUP: The Contractor shall clean up the area around the work area and restore surface improvements to a like or better condition as existed prior to construction. All pavement shall be repaired as specified. All broken pipe and other unwanted material shall become property of the Contractor and hauled off and disposed by the Contractor. 7. TELEVISION INSPECTION: Television inspection of pipeline shall be performed by experienced personnel, in accordance with Technical Specification T-027611. Television inspection shall be per the following: Post Construction video tape of each sewer shall include voice description and stationing of each service indicated. Data and stationing shall be visually displayed on video. By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video. If any portion of the inspection tapes be deemed inadequate by the City, the Contractor shall re -tape that portion to the satisfaction of the City at no additional expense to the City. Tapes of all work shall be furnished to the City prior to acceptance of work. One copy shall become property of The City and retained by the City. 8. TESTING: After the proposed line has been completed, internally inspect with video camera and video tape as required. Tape shall be furnished to the City prior to acceptance of work. Manholes and services are to be tested as described elsewhere. 9. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Proposal, Wastewater Rehabilitation / Pipebursting will be measured by the linear foot for each size and depth range installed. Measurement shall include, but not be limited to, all materials, labor, equipment and incidentals required for (other than pavement repair) trenching, installing the new line, surface restoration, clean-up, and other work as may be required. Separate bid items have been included for Service Re -connections, Control of Wastewater Flows, Pre -CCTV, Post CCTV, Traffic Control and Point Repairs. CPrY-WIDE WASTEWATER COLLECTION SYSTEM ID:TQ PROGRAM FY16 City Project No. E16255 T-027618 Page 4 of 4 JULY 2016 WASTEWATER LINE REHABIL TATION/PIPEBURSTING TECHNICAL. SPECIFICATION T-027619 PRESSURE TESTING AND GROUTING OF SEWER JOINTS AND LATERAL CONNECTIONS 1. GENERAL 1.1 DESCRIPTION A. Provide all labor, materials, tools, equipment and incidentals as shown, specified, and required for testing sewer pipe joints by applying a positive air pressure to the joints, monitoring and recording the pressure in the void. The intent of joint & connection testing is to identify those sewer joints, lateral connections and laterals that are not watertight and that can be successfully sealed by packer injection grouting. This document can be utilized for the following applications: 1. Test all joints in a mainline segment 2. Test all service lateral connections from the sewer main to a predetermined distance up the sewer lateral. 3. Test all joints within a predetermined distance in laterals directly connected to manholes. B. Provide all labor, materials, tools, equipment, and incidentals as shown, specified, and required to grout pipeline joints, joints in laterals connected to manholes and lateral connections to the mains using the packer injection method. 1. Packer injection grouting is used to reduce the infiltration within the pipeline, seal annular space between liners and host pipes at lateral connections, seal pipe joints that have failed the joint test criteria, provide external pipe support, but not a structural rehabilitation, by stabilizing soils outside the pipe and prevent further loss of pipe bedding into the pipe. 2. Packer injection grouting shall be accomplished by pressure injection of chemical grout into the soils encompassing the exterior of pipe joint. Chemical grouts shall be designed to be injected into the soil surrounding the pipe, which stabilizes the soil and forms a permanent impermeable seal called a grout/soil ring, and into the annular space between liners and host pipes. Adequate volumes of grout must be injected to form an effective seal. Adequate amounts of grout are based generally upon pipe size and field conditions. This application will be through structurally sound joints and lateral connections through T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 1 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS penetrations from within the pipe by using the packer method in tandem with a closed circuit television (CCTV) inspection system. 1.2 REQUIREMENTS A. Contract requires work in active sewers. CONTRACTOR shall follow all federal, state and local requirements for safety in confined spaces and uniform traffic controls. B. Additional safety considerations including safely handling, mixing, and transporting of chemical grouts should be provided by the grout manufacturer/supplier, and should include safe operating practices and procedures, appropriate personal protective equipment (PPE) for the various grouting operations, and proper storage, transportation, mixing, and disposal of grouts, additives, and their associated containers. C. Require completion of grout handling and mixing training certification from the grout manufacturer/supplier for personnel working with chemical grouts and additives. 1.3 RELATED SECTIONS A. 025802 — Temporary Traffic Controls Used During Construction B. 027200 — Control of Wastewater Flows C. 027611— Cleaning and Televised Inspection of Wastewater Lines 1.4 QUALIFICATIONS A. Materials: Chemical sealant shall have document service of successful performance in similar usage, with a minimum of 10,000 joints grouted. 1.5 SUBMITTALS A. The CONTRACTOR shall provide a minimum 48-hour advance written notice of proposed testing schedules and testing procedures for review and concurrence of the ENGINEER. B. Equipment operating procedures and systems. C. Chemical Grout information: 1. Description of chemical grout materials to be used per sections 2.3. 2. Description of proposed additives to be used per sections 2.4. 3. Manufacturers recommended procedures for storing, mixing, testing and handling of chemical grouts. T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 2 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS 4. MSDS sheets for all materials to be used. D. Identify the manufactures & models of the packers to be utilized on the project. E. Upon completion of each pipe segment, submit to ENGINEER a report showing the following data for each joint and/or lateral connection tested, grouted or attempted to be grouted as required by PACP. 1. Identification of the sewer pipe section tested by assigned sewer ID (if available) and length. 2. Type of pipe material, diameter & depth of pipe to the surface at manholes. 3. Length of pipe sections between joints. 4. Test pressure used and duration of test. 5. Pass/fail results for each joint/connection tested. 6. Location stationing of each joint/connection tested and location of any joints/connections not tested with an explanation for not testing. 7. Volume of grout material used on each joint or connection. 8. Gel set time used (cup test results from tanks) 9. Grout mix record of the batches mixed including amount of grout and catalyst, additives, temperature of the grout solution in tanks. 10. Operator conducting testing and sealing shall be noted on the reports. 11. Video recordings a. Video recording shall include testing and sealing operations for each joint/lateral (including inflation and deflation over the joint/lateral) displaying the final air test of joints or laterals. b. Additional final recording, if specified, shall include inspection of the pipe or lateral after all grouting work is complete. 1.6 REFERENCE STANDARDS TO BE USED A. National Association of Sewer Service Companies (NASSCO) prepared Pipeline Assessment and Certification Program (PACP), TV inspection form and sewer condition codes B. ASTM F2304 Standard Practice for Rehabilitation of Sewers using Chemical Grouting (latest revision) C. ASTM F2454 Standard Practice for Sealing Lateral Connections and lines from the Mainline Sewer Systems by Lateral Packer Method, Using Chemical Grouting (latest revision) T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 3 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS 2, PRODUCTS 2.1 TESTING EQUIPMENT & GROUTING EQUIPMENT A. The basic equipment used for mainline pipe joints and for laterals connected to the mainline shall consist of a remotely operated color television camera capable of pan and tilt, joint testing device (referred to hereafter as a packer), and test monitoring equipment. The equipment shall be constructed in such a way as to provide means for introducing air under pressure into the void area created by the expanded ends of the packer against the host pipe and a means for continuously measuring, viewing and recording the actual static pressure of the test medium and grout within the void area only. The packer shall be of a size less than the diameter of the host pipe, with the cables at either end used to pull it through the line and may be constructed in such a manner as to allow a restricted amount of sewage to flow at all times. Packer shall be expanded by air pressure. Packers shall be of low void space construction with void volume given by the packer manufacturer. B. The device for testing lateral connections shall consist of inflatable mainline end elements and a lateral grouting plug that creates a void area extending beyond the main connection. Whenever possible, use a lateral grouting plug sized to match the diameter of the lateral being grouted with an effective sealing length of at least 4 feet. Where the lateral is capped, utilize alternate lateral grouting plug or equipment sized appropriately for the capped lateral. C. In cases were the lateral transitions from 6" to 4" in diameter, use a 4" lateral grouting plug. However, it is possible that due to physical restrictions the lateral plug may not launch and thus the service may not be able to be grouted. D. Void pressure data shall be transmitted from the void area to the monitoring equipment or video picture of a pressure gauge mounted on the packer and connected to the void area. All test monitoring shall be above ground and in a location to allow for simultaneous and continuous observation of the televising monitor and test monitoring equipment. T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 4 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS E. Grouting equipment shall consist of the packer, appropriate pumping and hosing systems capable of supplying an uninterrupted flow of sealing materials to completely fill the voids. Grout pumping system shall be sized to deliver a mixed volume of grout at a minimum of 3 gpm and 30 gallons of uninterrupted flow within 10 minutes. F. Volume of mixed grout pumped must be capable of being measured and recorded for each grouted joint/connection. Generally, the equipment shall be capable of performing the specified operations in sewers where flows do not exceed 25 percent of pipe diameter unless permitted by ENGINEER. G. Connection and lateral service sealing shall be accomplished using the lateral grouting plugs and push packers specified above. Provide back-up bladders for each packer on-site at all times during grouting procedures. H. Equipment for cleaning lateral blockages shall be readily available while any lateral grouting work is being performed. 2.2 GROUTS - GENERAL A. All grout materials must have the following characteristics: 1. While being injected, the grout must be able to react /perform in the presence of water (groundwater). 2. The ability to increase grout mix viscosity, density and gel strength by increased concentration of constituents or the use of approved additives. 3. The cured grout must withstand submergence in water without degradation. 4. The resultant grout formation must be homogeneous and prevent the passage of water (infiltration) through the pipe joint. 5. The grout must not be biodegradable. 6. The cured grout should be chemically stable and resistant to organics found in sewage. 7. Residual grout shall be easily removable from the sewer line to prevent blockage of the sewage flow. B. Handle, mix, and store grout in accordance with the manufacturer's recommendations. The materials shall be delivered to the site in unopened original manufacturer's containers. 2.3 CHEMICAL GROUTS T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 5 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS A. Water based chemical grouts shall have the following characteristics: 1. A minimum of 10% acrylamide base material by weight in the total grout mix. A higher concentration of acrylamide base material is recommended to increase strength or offset dilution during injection. 2. The ability to tolerate some dilution and react in moving water during inj ection. 3. A viscosity of approximately 2 centipoise, which can be increased with approved additives. 4. A controllable reaction time from 10 seconds to 1 hour. 5. A reaction (curing) that produces a homogenous, chemically stable, non- biodegradable, firm, flexible gel. 6. The ability to increase mix viscosity, density and gel strength by increased concentrations of the mix constituents or by the use of approved additives. 7. Product Manufacturer: a. Avanti AV -100, Avanti AV -118; or equal. B. Acrylate base grout shall have the following characteristics: 1. A minimum of 10% acrylate base material by weight in the total grout mix. 2. The ability to tolerate some dilution and react in moving water during inj ection. 3. A viscosity of approximately 1-3 centipoise, which can be increased with approved additives. 4. A controllable reaction time from 10 seconds to 1 hour. 5. A reaction (curing) that produces a homogenous, chemically stable, non- biodegradable, firm, flexible gel. 6. The ability to increase mix viscosity, density and gel strength by the use of approved additives. 7. Product Manufacturer: a. DeNeef AC -400, DeNeef Gelacryl SR, Avanti AV -160; or equal. 2.4 ADDITIVES A. At the CONTRACTOR'S discretion and according to field conditions, additives may be selected and used within the manufacturers recommended quantities. B. Strengthening Agents T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 6 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS 1. For joint grouting, a latex or "diatomaceous earth" additive may be added to increase compressive and tensile strength. The quantity of strengthening agent additive shall be as recommended by the manufacturer and approved by ENGINEER. Product Manufacturer: a. Avanti AV -257 Icoset, DeNeef Reinforcing Agent; or equal. C. Root Inhibitor 1. When roots are present, for joint and lateral connection joint grouting, a root deterrent chemical shall be added to control root re -growth. The quantity of inhibitor shall be as recommended by the manufacturer and approved by ENGINEER. 2. Product Manufacturer: a. Avanti AC -50W; or equal. D. Dye - A manufacturer approved water soluble dye without trace metals may be added to the grout tank(s) for visual confirmation. E. Gel Time Modifier - A gel time extending agent may be used in accordance with the manufacturer's recommendations to extend gel time as necessary. F. Freeze/Thaw - In those lines where the grouting material may be exposed to a freeze- thaw cycle, ethylene glycol or other ENGINEER approved additive shall be used to prevent chemical grout cracking once set. G. When using non soluble additives the grout tanks must have mechanical mixing devices to keep the additives in suspension and maintain a uniform solution of grout and additive. 3. EXECUTION 3.1 CONTROL TESTS A. Packer Tests - Demonstrate the acceptable performance of air test. 1. To insure the accuracy, integrity and performance capabilities of the testing equipment, a demonstration test will be performed in an above- ground 8" nominal diameter test cylinder suitable to contain the full length of the packer and sustain the void test pressure. The test cylinder shall be equipped with a void release valve to exercise a controlled release of pressurized air from the void area to test the packer under T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 7 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS both sound and leaking conditions. The test cylinder shall also be equipped with a local pressure gauge (0-25 psi) within the void space. a. With the void release valve sealed, inflate the packer and air test void at 7-10 psi. The observed void pressure at the test cylinder pressure gauge must be within +1.0 psi of the reading in the control center/studio void pressure gauge and follow both up and down pressure changes (allowing time for pressure equalization). b. If above test is passed, crack the release valve to simulate a very small leak. The cylinder shall be equipped with a void release valve to exercise a controlled release of the test media with the associated pressure drop to be equally displayed +1.0 psi of the cylinder gauge and test monitoring equipment. 2. After entering each pipeline segment with the test equipment, but prior to the commencement of joint testing, position the packer on a section of sound sewer pipe between pipe joints, and perform a test as specified. The equipment shall hold a 7-10 psi test pressure for a period of 15 seconds with a pressure drop of less than 1 psi. In the event of a failed test, repair any defective equipment and re -test to verify proper operation of all equipment at no additional compensation. Should it be found that the surface or porosity conditions of the barrel of the sewer pipe cannot meet the joint test requirements, then the performance testing shall be waived or modified as determined by the ENGINEER. 3. If air testing cannot be performed successfully, repair or otherwise modify air test equipment and repeat the tests. This test may be required at any other time during the performance of joint testing work if the ENGINEER suspects the testing equipment is not functioning properly. B. Pump Tests - At the beginning of the contract, prior to application of grout, perform a pump test to determine if proper ratios are being pumped from the grout component tanks at the proper rates and to measure pump rates. Use separate containers to capture the discharges from each of the grout component hoses, to simulate the actual volumes of each component through the interconnect hoses, hose reel and length of grout hose and confirm accuracy of grout pump totalizer. Take corrective action if ratios or rates are not within manufacturer's recommended standards. C. Grout Tests - Perform and record a grout gel test in the presence of the ENGINEER by recording the grout tank solution temperature, catalyst tank solution temperature, ambient air temperature in truck, and gel time of the sample whenever the following conditions occur: T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 8 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS 1. At the beginning of each day; the material in the hoses shall be recycled to the tanks and a sample shall be taken. 2. When new batches of grout are mixed. 3. Whenever the temperature in the tanks or ambient temperature have changed by more than +1- 10°F from the previous gel test. 3.2 PIPE PREPARATION A. Prior to the application of the chemical grouting materials, the CONTRACTOR shall thoroughly clean the sewer designated to receive the chemical grouting. Cleaning shall constitute removal of all loose debris & solids which inhibit proper seating of the packer. B. The OWNER shall have cleared the designated sewer line(s) of obstructions such as dropped joints, protruding lateral connections, and broken pipe / crushed pipe which will prevent the use of the grouting equipment. If the CCTV inspection reveals a condition for which an applicable pay item has not been included on the Schedule of Prices, the CONTRACTOR shall inform the ENGINEER. The ENGINEER may choose to make a point repair or will direct the CONTRACTOR to abandon the section of pipe scheduled for test & seal. 3.3 ROOTS AND LOOSE DEBRIS IN LATERAL CONNECTIONS A. During mainline sewer cleaning or joint testing, document all lateral connections containing roots, mineral deposits or obstructive conditions that are either (a) greater than fine roots or (b) of a nature to prevent testing and sealing of connection. For each such connection, submit a screen shot image clearly showing the extent of roots or obstructive condition to the ENGINEER. Submit images in electronic format, labeled and organized in a manner to easily retrieve the image for the lateral connection in question. The list of lateral connections with roots shall include upstream and downstream manhole numbers and stationing. ENGINEER will review the list of lateral connections containing roots and obstructions and direct CONTRACTOR as to which laterals are to be (a) cleaned and grouted, (b) grouted without cleaning — in which case such lateral connection would be excluded from warranty testing, or (c) removed from the scope of work — in which case no payment for such lateral will be made. 3.4 GROUT PREPARATION A. Follow the manufacturer's recommendations for the mixing and safety procedures. B. Adjust gel time as necessary to compensate for changes in temperature in T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 9 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS grout component tanks or hoses. The addition of dilution water to extend gel times is not acceptable unless resulting base grout tank only material exceeds 20% by weight for solution grouts. C. During the grouting process, the Grouting Technician shall monitor the grout component tanks to make sure that proper ratios are being pumped. If unequal levels are noted in the tanks, repeat the pump test as described above and correct any defective equipment. D. Gel times shall be calculated using the following formula unless CONTRACTOR experience andlor field conditions dictate otherwise. Any alterations of the gel time formula shall be approved by the ENGINEER. Volume of Pipe/Packer Void Space (gal) 60 sec Gel Time = + 20 sec(±5 sec) Pumping Rate (gpm) 1 min E. Packer/Pipe void shall be defined as the volume between the inflated packer and the inside pipe wall when the packer is inflated per manufacturer recommendations. For example: an 8" pipe with a packer void space of 0.3 gallons and a 3 gpm pumping rate would provide Gel Time = 0.3 (gm) 10 sec) n + 20 sec = 26 sec(±5sec) 3 (gpm) 3.5 TESTING AND GROUTING DEFECTS A. Testing and grouting will not be required on pipe exhibiting the following conditions or characteristics: 1. Longitudinally cracked, fractured or broken pipe. 2. Sections of the pipe with structural defects between joints. 3. Any sections of pipe or joints that are in such poor structural condition that in the judgment of ENGINEER or CONTRACTOR, significant structural damage of the pipe would occur as a result of the pressure test. B. Any structurally undamaged joint that structurally fails (breaks) during testing and grouting that are documented on video to have been done under normal pressure conditions shall be the OWNER's responsibility and cost to repair. C. Grout all circumferential cracks and fractures or other defects as specified or as directed by ENGINEER. Do not test or grout any other pipe defects T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 10 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS unless so specified or shown, or directed by ENGINEER to do so. Any structurally failed pipe or joint that is grouted at the ENGINEER's direction that filrther fails/breaks during testing and grouting that are documented on video to have been done under normal pressure conditions shall be the OWNER's responsibility and cost to repair. Promptly repair any other sewer damage resulting from the CONTRACTOR's operations at no additional compensation. 3.6 JOINT TESTING PROCEDURE FOR MAINLINE SEWER A. Joint testing pressure shall be equal to 0.5 psi per vertical foot of pipe depth plus 2 psi; however, test pressure shall not exceed 10 psi without the approval of the ENGINEER. B. Individually test each sewer pipe joint at the above-specified pressure (and retest after sealing) in accordance with the following procedure: 1. Air Test Procedure a. The packer shall be positioned within the pipe in such a manner as to straddle the joint to be tested. b. The packer ends shall be expanded so as to isolate the joint from the remainder of the pipe and create a void area between the packer and the pipe joint. The ends of the testing device shall be expanded against the pipe as per manufacturer's recommendations. If all attempts to isolate the joint fail, pump grout in an attempt to seal the leak around the packer end elements. The CONTRACTOR shall be paid the unit price for grout to seal the packer unless the ENGINEER determines that the sewer was inadequately cleaned or the packer is not performing properly, but will not be paid the unit price for joint grouting for this activity. c. After the void pressure is observed to be equal to or greater than the required test pressure, the air flow shall be stopped. If the void pressure decays by more than 1.0 psi within 15 seconds, the joint will have failed the test and shall be sealed. C. Upon completing the testing of each individual joint, the packer shall be deflated with the void pressure meter continuing to display void pressure. Should the void pressure meter fail to drop to 0.0 +1- 0.5 psi, clean the test equipment of residual grout material or make the necessary equipment repairs to provide for an accurate void pressure reading. 3.7 LATERAL CONNECTION TESTING PROCEDURE T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 11 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS A. Lateral connection joint testing pressure shall be equal to 0.5 psi per vertical foot of pipe depth plus 2 psi; however, test pressure shall not exceed 10 psi without approval of the ENGINEER. B. Air testing lateral connections shall be accomplished by isolating the area to be tested with the lateral connection packer and by applying positive pressure into the isolated void area. A pan and tilt camera shall be used to position the lateral packer for laterals directly connected to the mainline sewer. The lateral bladder shall be inverted from the mainline assembly into the lateral pipe and inflated. The mainline elements shall then be inflated to isolate the lateral connection and the portion of the lateral to be tested. A sensing unit shall monitor the pressure of the packer void and will accurately transmit a continuous readout of the void pressure to the control panel at the grouting truck or to a pressure gauge on the packer recorded by the CCTV camera. C. The test procedure will consist of applying a controlled air pressure into each isolated void area. Air shall then be slowly introduced into the void area until a pressure equal to or greater than the required test pressure, but in no cases greater than 2 psi above the required test pressure, is observed on the pressure monitoring equipment. Once the designated pressure in the isolated void is displayed on the meter of the control panel, the application of air pressure will be stopped and a 15 second waiting period will commence. The void pressure will be observed during this period. If the void pressure drop is greater than 2.0 psi within 15 seconds, the lateral shall be considered to have failed the air test and shall be grouted and retested. D. After completing the air test for each individual lateral specified herein, deflate the lateral packer, with the void pressure meter continuing to display void pressure. If the void pressure does not drop to 0.0 +1- 0.5 psi, the equipment shall be adjusted to provide a zero void pressure reading at the monitor. 3.8 GROUTING GENERAL A. Grout all joint and lateral connections that failed the pressure test by the injection method. This shall be accomplished by forcing grout through a system of pumps and hoses into and through the joints of the sewer from the packer within the sewer pipe. Remove excess grout from pipe and laterals. Excess grout shall be defined as a thickness of grout that given its location, size and geometry, could cause a blockage. Flush or push forward to the next downstream manhole, rernove from the sewer system, and properly dispose of excess grout. 3.9 PIPE JOINT SEALING BY PACKER INJECTION GROUTING FOR T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 12 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS MAINLINE SEWERS A. Position the mainline packer over the joint or defect to be sealed by means of a CCTV camera in the line. Position the push/pull packer over the joint or defect to be sealed by a means of visual observation, marked push rod, or where a cleanout is available, through a CCTV camera in the lateral. For push packers, start work at the most distant point to be grouted. Take an accurate measurement of the location of the defect to be sealed using a portion of the packer as a point of reference for positioning the injection area of packer over the defect. Pneumatically expand the packer sleeves such that they seal against the inside periphery of the pipe to form a void area at the joint now completely isolated from the remainder of the pipe line. B. Pump grout materials, in stages if needed, into this isolated area to refusal until and the void or surrounding soil has been filled or solidified with the goal of applying 0.25 to 0.5 gallons of grout per inch -diameter per pipe joint. Refusal is when the packer void pressure during grout pumping instantaneously rises or "spikes" by 4 to 5 psi or more above the normal void pressure experienced during grout pumping operation. Refusal may also be revealed when pumping void pressure exceeds the holding pressure of the packer end elements as evidenced by "blow-by" past the packer sealing end elements. Refusal shall mean, when the joint will not accept any more grout because it has flowed throughout the void, through any joint failure and into the surrounding soil; gelled or filled the available void space; and formed a cohesive seal stopping further grout flow, then the joint will have then been sealed. Record the amount of grout pumped on the sealing log. If sealing is not achieved refer to para.3.9.D. C. Upon completion of the injection, deflate the packer to break away from the ring of gel formed by the packer void. The packer should then be re -inflated and the joint retested at a pressure equal to the initial test pressure. If the joint fails this air test, repeat the grouting procedure at no additional cost to the OWNER, except for the additional grout used. Repeat this sequence of air testing, grouting and subsequent air testing until either the joint is sealed or it is determined that the grout consumption is too high (see section 3.9.D). The final determination to stop subsequent attempts to seal a joint will be made jointly between the ENGINEER and the CONTRACTOR. Should the void pressure meter not read zero +0.5 psi, clean the equipment of residual grout or make the necessary equipment repairs/adjustments to produce accurate void pressure readings. D. If mainline joints require more than 0.5 gallon of grout per inch -diameter per pipe joint, modify grouting procedure to perform stage grouting by pumping additional grout in up to 4 gallon increments, waiting 1 gel set cycle time or 1 full minute, whichever is greater between stages. Maximum number of stages shall not exceed two stages of 4 gallons each unless T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 13 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS approved by ENGINEER. 3.10 LATERAL CONNECTION SEALING FROM THE MAINLINE BY PACKER INJECTION GROUTING A. Lateral connection sealing begins if the lateral connection does not pass the air test, shows evidence of leakage, has been successfully cleaned to remove roots, or where CONTRACTOR has been directed. The lateral packer shall remain in position during the pressure test, thus maintaining the isolated void. Pressure inject grout through the lateral packer into the annular space between the lateral grouting plug and the lateral pipe. B. When pumping grout, operate the pumps until the mixed grout has flowed through any joint failure, through any annular space, and into the surrounding soil; gelled or filled the available void space; formed a cohesive seal stopping further grout flow; and minimum of 8 psi back pressure is achieved while pumping. As grout pumping continues the void pressure will slowly rise to a range of about 2 to 4 psi, continue pumping until a point where there is a sudden increase in the void pressure. This increase from 2 to 4 psi to over 8 to 10 psi takes place in a matter of a few seconds. If the grout pumped exceeds 1 gallon per foot of lateral bladder plus 3 gallons, it will be suspected that there are significant voids on the outside of the pipe or that the packer is not properly sealed. Check that the packer is sealed properly. If it is, modify grouting procedure to stage grouting by pumping additional grout equivalent to 1 gallon plus 0.25 gallon per foot of lateral bladder, waiting 1 full minute, and retesting. The maximum number of stages shall not exceed two stages unless authorized by ENGINEER. C. Upon completion of the lateral connection sealing procedure, deflate the lateral bladder, re -inflate and air test the lateral connection a second time to confirm the sealing of the connection in accordance with the air testing procedure. If the lateral connection fails this air test, repeat the grouting procedure at 110 additional cost to the OWNER, except for the additional grout used. Air tests after grouting laterals containing roots is not required. D. Confirm lateral flow after sealing of each lateral connection. If a grout blockage exists, the CONTRACTOR shall immediately clear the lateral at no additional cost to the OWNER. Blockages in the lateral that are not the result of grouting operations shall not be the responsibility of the CONTRACTOR. E. After grouting lateral connections (with the appropriate size lateral bladder), a thin residual grout film may be present inside the lateral wall. The amount of residual grout film present is dependent on the lateral bladder used, geometry of the lateral and positioning of the packer. This thin layer of T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 14 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS cured grout is normal and will eventually peel off the sidewall of the pipe. The residual chemical grout film is not "sandwiched" between two structures and will eventually peel off the sidewall of the pipe. This residual chemical grout film is not considered excess grout. Removal of excess residual grout is required and is considered subsidiary to lateral connection grouting line items. 3.11 JOINT SEALING VERIFICATION A. Record grouting of joints in conjunction with the testing of joints. Record the void pressure drop continuously on video and in writing immediately before sealing, and immediately after grouting. After the packer is deflated and moved, record on video the visual inspection of the joint. B. Use of standardized test and seal data sheets and PACP data codes is highly recommended. 3.12 DISPOSAL A. Collect and properly dispose of cleaning materials used in the cleaning of the grouting equipment. 3.13 POST -CONSTRUCTION INSPECTION A. After grouting is complete, all pipe sections shall be final inspected by means of a color CCTV system according to specification T-027611. 3.14 QUALITY CONTROL A. Conduct warranty joint air testing 011 all of the joints and lateral connections successfully sealed in 10% of the sewer pipe segments or a minimum of two sewer line segments, whichever is greater, approximately 11 months after substantial completion. ENGINEER will select the pipe segments to be warranty tested. CONTRACTOR will be provided with a 60 -day notice of the warranty testing. Conduct all warranty tests in the presence of the ENGINEER. 1. If more than 10% of the warranty tested joints or lateral connections fail, warranty test an additional 15% of the pipe segments or two additional sewer line segments, whichever is greater. If more than 10% of the second group of warranty tested joints or lateral connections fail, warranty test 100% of the joints or lateral connections sealed in the remaining untested pipe segments at no additional compensation. 2. Grout and/or retest all joints and lateral connections failing warranty testing at no additional compensation. T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 15 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS 3. Joints that received more than 4 gallons of grout per inch -diameter of pipe joint are exempt from the warranty testing. NOTE: No additional payment will be made for warranty testing/sealing 4. MEASUREMENT AND PAYMENT A. Testing of Pipe Joints in Mainline Sewers 1. Measurement: The unit for this Item will be per joint based on the number of joints tested. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of testing pipe joints as specified and shown, including warranty testing. Visually leaking joints, whether tested or not, shall be paid under this Item. Payment for testing joints following chemical sealing is included under Packer Injection Grouting Item. Payment for Pr e and Post Construction CCTV Inspection is under separate item. B. Packer Injection Grouting of Pipe Joints in Mainline Sewers 1. Measurement: The unit for this Item will be per joint based on the number of joints chemically sealed. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials (except grout), equipment, tools, and incidentals for all aspects of chemically sealing and immediate re -testing of pipe joints as specified. Payment for chemical grout is under separate item. Payment for Pre and Post Construction CCTV Inspection is under separate item. C. Testing of Lateral Connections in Mainline Sewers 1. Measurement: The unit for this Item will be per each based on the number of lateral connections directly connected to the mainline sewer that are pressure tested. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of testing lateral connection as specified and shown, including warranty testing. Payment for Post Construction CCTV Inspection is under separate item. D. Packer Injection Grouting of Lateral Connections in Mainline Sewers 1. Measurement: The unit for this Item will be per each based on the number of lateral connections directly connected to the mainline sewer that are grouted. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials (except grout), equipment, tools, and incidentals for all aspects T-027619 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 16 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS of packer injection grouting of lateral connections as specified and shown. Payment for chemical grout is under separate item. E. Chemical Grout 1. Measurement: The unit for this Item will be the number of gallons of grout used for sealing mainline sewer pipe joints and lateral connections. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials, equipment, tools, and incidentals not included in testing and grouting items required for all aspects of sealing mainline sewer pipe joints, and connections. **END OF SECTION** T-027619 CITY --WIDE WASTEWATER COLLECTION SYSTEM Page 17 of 17 JULY 2016 ID/IQ PROGRAM FY 16 PRESSURE TESTING AND GROUTING OF SEWER City Project No. E16255 JOINTS AND LATERAL CONNECTIONS TECHNICAL SPECIFICATION SECTION T-027620 POINT REPAIRS AND OBSTRUCTION REMOVALS 1.0 DESCRIPTION 1. Repair of wastewater lines by replacing short lengths of failed pipe with new pipe. 2. Repair of service lines located within the utility easement or street right-of-way, by replacing short lengths of failed pipe with new pipe. 3. Obstruction removal by remote device or excavation. 1.1 MATERIALS 1. Material of wastewater pipe and lateral: A. Materials for wastewater pipe and laterals shall conform to the specifications. If point repair is located at a service connection, use a full-bodied fitting for the service connection. No field fabrication of fittings allowed. 2. Jointing Material: A. Use flexible adapters secured with V2 inch stainless steel bands, as manufactured by Fernco, or Engineer approved equal. B. Use flexible adapter (non-shear/rubber type) as manufactured by Mission ARC Series or Engineer approved equal. 1.3 CONSTRUCTION 1. Point Repair: A. Locate and replace small lengths of one or more pipe sections where isolated line failure has occurred due to settlement, corrosion, crushing, or separation of joints. B. The Engineer may identify potential locations for point repair, but the Contractor is responsible for verifying locations. C. Determine the location of point repairs by video inspection of the line section in which the failure is located. The Engineer will authorize the Contractor to make point repairs. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-027620 Page 1 of 5 JULY 2016 POINT REPAIRS AND OBSTRUCTION REMOVALS D. The Engineer will authorize each point repair after failure points are located. Do not make point repairs without prior authorization of the Engineer. Perform point repairs only on those portions of service lines which are located in an easement or right-of-way; perform no repairs to service lines on private property. E. Replace carrier pipe for point repairs unless otherwise directed by Engineer. 2. Obstruction Removal: Remove obstructions by one of the following methods: A. Obstruction removal by remote device: 1. Protruding taps: Service lines that protrude more than one inch into the sewer. 2. Other obstructions: Hanging gaskets, fixed debris, stabilized sand, hardened mineral deposits, roots, rust scale, tuberculation, etc. B. Obstruction removal by excavation: Obstructions encountered during liner insertion that are removed by digging and exposing the pipe. 3. Submittals: A. Submit product data for each pipe product, fitting and jointing material. 4. Sequencing: A. Before rehabilitating a sewer line section between adjacent manholes, complete point repair and obstruction removal on that section. B. Clean line and perform post -installation video inspection for each point repair on sewer lines not scheduled for rehabilitation. C. Post -installation video inspection of service line point repairs is not required. 5. Protection: A. Provide barricades, warning lights and signs for excavations created by point repairs. Comply with Section T-025802 — Temporary Traffic Controls Used During Construction. B. Do not allow soil, sand, debris or runoff to enter sewer system. 6. Diversion Pumping: A. Install and operate diversion pumping equipment as required to maintain sewage flow and to prevent backup or overflow. Comply with Section T-027200 — Control of Wastewater Flows through Bypass Pumping. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-027620 Page 2 of 5 JULY 2016 POINT REPAIRS AND OBSTRUCTION REMOVALS 7. Excavation: A. Excavate and backfill trenches in accordance with the plans and specifications. B. Perform work in accordance with OSHA standards. Comply with Section T- 022030 — Trench Safety. C. Remove and lawfully dispose of excess excavated material and debris from the work site daily. 8. Typical Sequence of Point Repair: A. Perform pre -installation video inspection, if required, to verify location of sewer line point repairs. Perform service testing between manholes to verify location of service line point repairs. B. After the location of a point repair, excavate the required length for the point repair. C. Prior to replacing pipe, determine condition of the existing line on both sides of the point repair by lamping the line at least 10 feet in each direction. Determine whether additional lengths of line (beyond "minimum length" criteria) need replacement. Report need for additional replacement to Engineer and obtain authorization before proceeding. D. Remove the damaged pipe and replace with new pipe, shaping the bottom of the trench and placing the required pipe bedding so that the grade of the replaced pipe matches the grade of the existing line. Establish proper grade for the pipe being replaced using methods acceptable to the Engineer. E. Connect the new pipe to existing pipe using flexible adapters. If joints cannot be made watertight using flexible adapters, place waterstop gaskets on each joint and encase in a reinforced concrete collar. Reconnect affected service connections or stacks using full-bodied fittings. No field fabrication of fittings allowed. F. Encase exposed pipe in cement stabilized sand. G. Perform a post -installation video inspection as specified. Point repairs that show offset joints, non-uniform grade, incorrect alignment, excessive deflection or similar conditions are considered defective work. Replace pipe and bedding as required to correct defective work at no additional cost. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-027620 Page 3 of 5 JULY 2016 POINT REPAIRS AND OBSTRUCTION REMOVALS 9. Obstruction Removal: A. Remote Device: Remove obstructions identified on video of a wastewater line segment which could cause a non-uniform liner pipe installation or obstruction of the liner during installation. Obtain authorization from the Engineer for obstruction removal with a remote device before proceeding. B. Use a power -driven cutting device (robotic cutter) to remove protruding taps. Cut protruding taps so that protrusions are no greater than �l4 inch. If a protruding tap cannot be removed by the cutting device, then a point repair may be performed. Obtain authorization from the Engineer before proceeding. C. To remove other obstructions, use a remote device. Pull or drive the device from manhole to manhole up to a continuous length of 500 feet using a solid steel mandrel, porcupine, root saw, bucket, robotic cutter or similar device to remove the obstruction. Select a device that is adequately sized to remove the obstruction. D. Excavation: Use excavation as the method of obstruction removal when installation of the liner in the wastewater line is in progress. If during the liner insertion operation, a collapsed sewer, off -set joint or other obstruction is encountered which prevents or blocks the passage or insertion of the liner, notify the Engineer for authorization to excavate. E. Excavate at the point where there is an obstruction. Use a trench safety system as required. F. Break out the existing wastewater pipe (carrier pipe) as directed by the Engineer. Remove only that amount of material which is causing the obstruction. Remove the minimum amount of carrier pipe. G. Under such conditions, replacement of the carrier pipe is not required. Do not disturb the existing sewer bedding dosing excavation. However, if embedment is disturbed during the obstruction removal procedure, place cement -stabilized sand or crushed stone beneath the liner. No Separate pay item. H. When the liner is completely in place, encase it with crushed stone or cement - stabilized sand. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-027620 Page 4 of 5 JULY 2016 POINT REPAIRS AND OBSTRUCTION REMOVALS 1.4 MEASUREMENT AND PAYMENT 1. Unit Prices: A. Point Repair: 1. Measurement for sewer line point repair is on a unit price basis for each repair performed. Minimum length of pipe to be replaced for each repair, determined by depth of sewer line measured from natural ground to flow line at point of repair. 2. 15 feet minimum length. 50 foot maximum length. 3. Measurement for sewer line extra length point repair is on a linear foot basis in excess of minimum replacement length specified above. 4. Payment for service lateral replacement is 011 a linear foot basis with a 1OLF minimum as per technical specification T-027606 Service Lateral Replacement. No separate payment will be made for service line reconnections at a point repair. 5. The cost of the following items of work are included in the unit prices for point repairs, and all associated work: (a) Excavation, embedment and backfill. (b) Hauling away and lawful disposal of excess excavated materials and debris. (c) Pipe, pipe fittings, adapters and concrete collars. (d) Restoration of site improvements, including sodding. (e) All other necessary work to complete. 6. Separate bid items have been included for service lateral replacement, control of wastewater flows, Pre -CCTV, Post CCTV, Traffic Control and dewatering. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-027620 Page 5 of 5 JULY 2016 POINT REPAIRS AND OBSTRUCTION REMOVALS TECHNICAL SPECIFICATION T-028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for fertilizing, planting seeds and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. The fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12- 12-12 (% of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. See drawings for mixture. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Sideoats Grama (premier) Bennudagrass (Hulled) Bermudagrass (Unhulled) K. R. Bluestem Buffalograss Annual Ryegrass Leptochloa Dubia Bouteloua Curtipendula Cynodon Dactylon Cynodon Dactylon Andropogon Ischaeum Pennisetum Ciliare Lolium Multiflonun CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-028020 Page 1 of 4 1.4 0.6 7.0 1.2 5.0 1.4 7.4 1.2 4.2 5.0 0.6 30.0 1.5 20.0 JULY 2016 SEEDING Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1 Mixture - B: Recommended for sandy soil planted between December 1 thru May 1 Mixture - C: Recommended for all soils planted between May 2 thru November 30 2.3 MULCH: Mulch shall be either the straw type, wood cellulose fiber type, asphaltic emulsion type or asphaltic emulsion over wood cellulose fiber type, whichever is indicated on the drawings. Straw Type - Straw mulch shall be of straw from stalks of domestic grain, bermudagrass or cotton hulls or other approved by Engineer. Asphaltic Emulsion Type or Asphalt Emulsion Over Wood Cellulose Fiber Type - Shall conform to ASTM specification D 977, Grade SS -1 mixed with water (60% asphalt 40% water). Wood Cellulose Fiber Type - Wood cellulose fiber shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds, and other approved additives, the fibers in the material will become uniformly suspended to forms a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator, and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation and that will discharge straw mulch material thru a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near T-028020 CITY-WIDE WASTEWATER COLLECTION SYSTEM Page 2 of 4 JULY 2016 IDIIQ PROGRAM FY16 SEEDING City Project No. E16255 the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments shall be done as indicated on the drawings and as specified below. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 1b/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry. The mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at a rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled sick harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer, and straw mulch shall be placed as described in straw mulch seeding with the two exceptions. An asphalt - water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. Mechanical anchoring by disking will not be required. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-028020 Page 3 of 4 JULY 2016 SEEDING Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. As asphalt -water emulsion shall be applied at a rate of 1,500 to 1,800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seeds, fertilizer, water and other approved materials are added. Application shall be 1500 lb/acre on flats, 2000 lb/acre on 3:1 slopes, and 2500 lb/acre on 2:1 or greater. 1001b. of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor will water, repair and reseed areas as required for a period of 45 days. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seedings have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. GUARANTEE: The Contractor shall assure 95% of the seeded area has established growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square foot. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Seeding will be measured by the square yard for areas approved for seeding by the inspector or engineer. This item shall include but not be limited to: tilling soil, fertilizing, planting, watering and maintaining vegetation. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-028020 Page 4 of 4 JULY 2016 SEEDING TECHNICAL SPECIFICATION T-028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 lblacre (7.23 lb per 100 s.y). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Water: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or .25 feet, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or .08 feet. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at source. Sod and soil shall be kept moist at all times during sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts which may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS: Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole; the top of the sod shall not be more than 2 inch below finished grade. Soil shall be firm against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. CITY-WIDE WASTEWATER COT.T F.CTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-028040 Page 1 of 2 JULY 2016 SODDING Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, sloped may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed, or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 -foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on plans. Any section not true to lines and cross sections shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Sodding shall be measured by the square yard taken in a horizontal plane. Measurement of the Mulch Sodding shall be by the cubic yard of mulch delivered to place of planting. These items shall include but not be limited to: excavation, transporting, storing, and placing of sod; application of fertilizer and water. CITY-WIDE WASTEWATER COT.T F.CTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-028040 Page 2 of 2 JULY 2016 SODDING TECHNICAL SPECIFICATION T-028200 MAIL BOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mail boxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mail boxes, the Contractor shall maintain access to these mail boxes throughout the course of construction. Due to the existing location of mail boxes, the Contractor shall, in some cases, be required to move the boxes to temporary locations. Upon completion of construction, the Contractor shall be required to erect the moved mail boxes to a permanent location. It is the intent of this item to provide the residents with mail box facilities at least equal to or better than those existing prior to construction. In all cases, the temporary and permanent locations of all moved mail boxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT All work required for relocation of mail boxes shall be measured per each. Payment shall be for each mailbox removed, relocated, and reinstalled and shall include all labor, materials, equipment, etc. required to complete the work. CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 T-028200 Page 1 of 1 JULY 2016 MAIL BOX RELOCATION TECHNICAL SECTION T-028250 WOOD FENCES AND GATES 1. GENERAL 1.01 SUMMARY A. Section Includes: 1. Removal and replacement (restoration) of wood fencing and gates affected by the utility improvements as shown in the plans. 1.02 SUBMITTALS A. Submit the following supporting data: 1. Product Data and manufacturer's written instructions for care, installation and maintenance. B. Shop Drawings: 1. Show Dimensions, fencing layout, finish, weight and size of members, methods of fastening, and installation details of fence and gates. Provide coordination drawings where inserts or sleeves are required. 1.03 DEFINITIONS A. Removal and replacement is the reconstruction of wood fencing to rights-of-way, easements, public property, and private property that are affected or altered by construction operations, with improvements restored to condition which is equal to, or better than, that which existed prior to construction operations. 2. PRODUCTS 2.01 WOOD FENCES AND GA 1'ES A. Wood Materials: Southern Yellow Pine (Treated with ACQ) or cedar (refer to detail). 1. Fence (Slats) Boards and Trim: Surfaced One Side, Two Edges (S1S2E); Standard Grade and Better; size and location as indicated on Drawings. 2. Horizontal Supports: Rough Sawn; Custom Knotty Grade; size and location as indicated on Drawings. 3. Posts: Rough Sawn; No. 2 Grade and Better; size and location as indicated 011 Drawings. 4. Finish: The intent of this specification is that the Contractor matches the type, finish and color of the existing fence to be removed as much as possible with the replacement fence. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028250 Page 1 of 4 JULY 2016 WOOD FENCES AND GATES B. Fasteners: 1. Nails: a. Flat head aluminum with ring or spiral -threaded shank and bhmt point. b. Length sufficient to penetrate into support framing a minimum of 1-1/2 inch. 2. Bolts and Washers: Hot -dip galvanized in accordance with ASTM A153, unless noted otherwise. 3. Concrete Anchors: a. Avendra, LLC Preferred Manufacturers: 1) None b. Approved Manufacturers: 1) "Red -Head"; ITW RamsetlRedhead (800-899-7890) 2) "Wej-It"; United Inds. Metals Group (800-952-5063) 3) Approved substitution c. Galvanized machine screws or bolts with standard expansion shield. 4. Adjustable (Wood) Post Base: a. Avendra, LLC Preferred Manufacturers: 1) None b. Approved Manufacturers: 1) "AB Series"; Simpson Strong -Tie Company, Inc. (800-999-5099) 2) Approved substitution c. Galvanized steel slotted plate and spacer C. Gate Hardware: 1. Avendra, LLC Preferred Manufacturers: a. None 2. Approved Manufacturers: a. Stanley Hardware (800-337-4393) 3. Wood Gates: a. Hinges: #SC908BP, 1-1/2 pair per leaf. b. Slide Bolt: #SP1271, Slide Bolt, 1 each. c. Cane Bolt: #CD1009, 1 per leaf. D. Concrete shall be Class B in accordance with Technical Specification Section T- 030020. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028250 Page 2 of 4 JULY 2016 WOOD FENCES AND GATES 3. EXECUTION 3.01 EXAMINATION A. Construction Site Photographs — Document the conditions of public and private property and/or improvements on and adjacent to construction site with construction photographs. Make photographs of all areas where construction operations will be conducted and which may be effected by construction operations. 3.02 INSTALLATION A. Remove or relocate existing fencing, if required, for construction operations. Maintain integrity of private property owners fencing if needed for protection of children, pets or property. Notify property owner at least 48 hours prior to removing fencing and coordinate security needs and property access. B. Replace fencing removed or damaged to equal or better than what existed prior to construction, including concrete footings and mow strips. Provide new wood posts, top and bottom railings and panels as detailed in this specification. Contractor shall match original height, color, and type of fence that was removed as much as possible. C. Construct fence plumb, square, level and anchored securely with smooth miters and field cuts after joining. Provide adequate support for anchoring. D. Install gates plumb, level, and secure for full opening without interference. Adjust hardware for smooth operation. E. Set posts in concrete footings as shown 011 Drawings. F. Remove and properly dispose of damaged or demolished fencing materials. G. Corner, brace, anchor, end, and gate posts shall be set in concrete bases (refer to detail). The top of the base shall be slightly above the ground surface, trowel finished, and sloped to drain. Holes of full depth and size for the concrete bases for posts shall be provided even if blasting of rock or other obstructions is necessary. All line posts may be either driven or set in dug holes to a penetration of 3 feet. All post setting shall be done carefully and to true alignment. Dirt removed for placing posts, anchor bars, flanges, etc., shall be replaced, tamped, and leveled. When posts are driven, care shall be exercised to prevent marring or buckling of the posts. Damaged posts shall be replaced at the contractor's expense. No extra compensation will be made for rock excavation. Rock excavation shall not be grounds for extension of time. 4. MEASUREMENT & PAYMENT 4.01 "Removal and Replacement of Wood Fence" shall be measured by the linear foot. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. END OF SECTION CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028250 Page 3 of 4 JULY 2016 WOOD FENCES AND GATES LWOW. WOJEE PINE PEW Weil Eel'IC—CSL WWWO RR Me R=O, 11C- COI CM POEN MAID ow j pIAfr 4040, NOTES: ALL DOG EARED PICKETS SHALL BE NO. 2 NO HOLE AC4 TREATED SOUTHERN YELLOW PINE PICKETS CR CEDAR (MATCH EXIST) OR BETTER. ALL MAILING SHALL BE HOT DIP GALVANIZED. CONCRETE SHALL BE 2500 PSI CITY-WIDE WASTEWATER COLLECTION SYSTEM IDIIQ PROGRAM FY16 City Project No. E16255 WOOD FENCE DETAIL SCALE: NTS T-028250 Page 4 of 4 PRIVACY FENCE TYPES JULY 2016 WOOD FENCES AND GATES SECTION T-028310 CHAIN LINK FENCES AND GATES 1. GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUNIlVIARY A. This Section includes the following: 1. Galvanized steel chain link fence and gates. 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. 1. Product data in the form of manufacturer's technical data, specifications, and installation instructions for fence and gate posts, fabric, gates, and accessories. Shop drawings showing location of fence, gates, each post, and details of post installation, extension arms, gate swing, hardware, and accessories. 1.4 QUALITY ASSURANCE A. Single -Source Responsibility: Obtain chain link fences and gates as complete units, including necessary erection accessories, fittings, and fastenings from a single source or manufacturer. 2. PRODUCT 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028310 Page 1 of 8 JULY 2016 CHAIN LINK FENCES AND GATES B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Galvanized Steel Fencing and Fabric: a. Allied Tube and Conduit Corp. b. American Chain Link Fence Company c. American Tube Company d. Anchor Fence, Inc. e. Capitol Wire and Fence Co., Inc. f. Century Tube Corp. g. Cyclone Fence Div./USX Corp. h. Engineer -approved equal. 2.2 FABRIC A. Selvage: Fabric 72 inches high and over with 2 - or 2-1/8" mesh shall be knuckled at one selvage and twisted at the other; all mesh 60 inches high and under shall be knuckled at both selvages. B. Steel Fabric: Comply with Chain Link Fence Manufacturers Institute (CLFMI) Product Manual. Furnish one-piece fabric widths for fencing up to 12 feet high. Wire size includes zinc or aluminum coating. 1. Size: 2 -inch mesh, 9 -gage 0.148 -inch diameter) wire. 2. Galvanized Steel Finish: ASTM A 392, Class 2, with not less than 2.0 oz. zinc per sq. ft. of uncoated wire surface on wire coated before weaving or not less than 2.0 oz. zinc per sq. ft. of uncoated wire surface on wire of fabric coated after weaving as determined from the average of two or more samples and not less than 1.8 oz. zinc per sq. ft. of uncoated wire surface for any individual sample. 2.3 FRAMING A. Strength requirements for posts and rails conforming to ASTM F 669. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028310 Page 2 of 8 JULY 2016 CHAIN LINK FENCES AND GATES B. Pipe shall be straight, true to section, material, and sizes specified, and shall conform to the following weights per foot: Outside Diameter Type Type NPS in (OD) in I II inches inches Steel Steel 1 1.315 1.68 1.35 1-1/4 1.660 2.27 1.84 1-1/2 1.900 2.72 2.28 2 2.375 3.65 3.12 2-1/2 2.875 5.79 4.64 3 3.500 7.58 5.71 3-1/2 4.000 9.11 6.56 4 4.500 10.79 6 6.625 18.97 8 8.625 28.55 C. Steel Framework, General: Posts, rails, braces, and gate frames. 1. Type I Pipe: Hot -dipped galvanized steel pipe conforming to ASTM F 1083, plain ends, standard weight (schedule 40) with not less than 1.8 oz. zinc per sq. ft. of surface area coated. 2. Type II Pipe: Manufactured from steel conforming to ASTM A 569 or A 446, grade D, cold formed, electric welded with minimum yield strength of 50,000 psi and triple coated with minimum 0.9 oz. zinc per sq. ft. after welding, a chromate conversion coating and a clear polymer overcoat. Corrosion protection on inside surfaces shall protect the metal from corrosion when subjected to the salt spray test of ASTM B 117 for 300 hours with the end point of 5 percent Red Rust. 3. C Section: Rolled form steel shapes conforming to ASTM F 669, group II produced from steel conforming to A 446, grade D or ASTM A 570, grade 45, cold formed, hot -dip galvanized with minimum 2.0 oz. zinc per square foot of surface area conforming to ASTM A 123 or ASTM A 525; or 5 percent aluminum- mischmetal coated with minimum 1.0 oz. coating per sq. ft. of surface area each side conforming to ASTM A 875. 4. H Section: Hot -rolled steel H-shaped with minimum yield strength of 5,000 psi conforming to ASTM F 669, group III and hot -dipped galvanized with minimum 2.0 oz. zinc per square foot of surface area conforming to ASTM A 123. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028310 Page 3 of 8 JULY 2016 CHAIN LINK FENCES AND GATES 5. Square Tubing: Fabricated from steel conforming to ASTM A 500, grade B and hot -dipped galvanized with minimum 2.0 oz. zinc per square foot of surface area conforming to ASTM A 123. D. End, corner, and pull posts for following fabric heights: 1. Up to 6 feet: 2.375 -inch OD Type I or II steel pipe, 2 -inch square galvanized steel tubing weighing 2.60 lb. per lin. ft., or 3.5 -inch by 3.5 -inch roll -formed sections weighing 4.851b. per lin. ft. 2. Over 6 feet: 2.875 -inch OD Type I or II steel pipe, 2.50 -inch- square steel tubing weighing 5.10 lbs. per lin. ft., or 3.5 -inch by 3.5 -inch roll -formed sections weighing 4.85 lbs. per lin. ft. E. Line or intermediate posts for following fabric heights: 1. Up to 6 feet: 1.40 -inch OD Type I or II steel pipe, 1.875 -inch by 1.625 -inch C section weighing 2.28 Ib. per lin. ft., or 2.25- inch x 1.70 -inch galvanized steel H section weighing 3.26 Ib. per lin. ft. 2. Over 6 feet: 2.875 -inch OD Type I or II steel pipe, 2.25 -inch by 1.70 -inch C section weighing 2.70 lbs. per lin. ft., or 2.25 -inch by 1.70 -inch galvanized steel H section weighing 3.26 Ib. per lin. ft. F. Gate Posts: Furnish posts for supporting single gate leaf, or one leaf of a double gate installation, for nominal gate widths as follows: 1. Up to 6 feet: 2.875 -inch OD Type I or II steel pipe, 2.50 -inch square galvanized steel tubing weighing 5.10 lbs. per lin. ft., or 3.5 -inch x 3.5 -inch roll -formed sections weighing 4.85 lbs. per lin. ft. 2. Over 6 feet to 13 feet: 4.00 -inch OD Type I or II steel pipe. 3. Over 13 feet to 18 feet: 6.625 -inch OD Type I steel pipe. 4. Over 18 feet: 8.625 -inch OD Type I steel pipe. G. Top Rail: Manufacturer's longest lengths, with expansion -type couplings, approximately 6 inches long, for each joint. Provide means for attaching top rail securely to each gate corner, pull, and end post. H. Concrete shall be Class B in accordance with Technical Specification Section T-030020. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028310 Page 4 of 8 JULY 2016 CHAIN LINK FENCES AND GATES 2.4 FITTINGS AND ACCESSORIES A. Material: Comply with ASTM F 626. Mill -finished aluminum or galvanized iron or steel, to suit manufacturer's standards. 1. Zinc Coating: Unless specified otherwise, galvanize steel fence fittings and accessories in accordance with ASTM A 153, with zinc weights per Table I. B. Tension Wire: 0.177 -inch -diameter metallic -coated steel marcelled tension wire conforming to ASTM A 824 with finish to match fabric. 1. Type II Zinc Coated in following class: a. Class 3, with a minimum coating weight of 2.0 oz. per sq. ft. of uncoated wire surface. C. Tension Wire: 6 -gage (0.192 -inch diameter) mill -finished aluminum wires, ASTM B 211, alloy 6061-T94 with 50,000 psi minimum tensile strength. D. Tie Wires: 12 -gage (0.106 -inch diameter) galvanized steel with a minimum of 0.80 oz. per sq. ft. of zinc coating of surface area in accordance with ASTM A 641, Class 3 or 9 -gage (0.106 -inch -diameter) aluminum wire alloy 1100-H14 or equal, to match fabric core material. E. Post Brace Assembly: Manufacturer's standard adjustable brace at end and gate posts and at both sides of corner and pull posts, with horizontal brace located at midheight of fabric. Use same material as top rail for brace, and truss to line posts with 318 -inch- diameter rod and adjustable tightener. Provide manufacturers standard galvanized steel or cast iron or cast aluminum cap for each end. F. Bottom and Center Rail: Same material as top rail. Provide manufacturer's standard galvanized steel or cast iron or cast aluminum cap for each end. G. Post and Line Caps: Provide weathertight closure cap for each post. Provide line post caps with loop to receive tension wire or top rail. H. Tension or Stretcher Bars: Hot -dip galvanized steel with minimum length 2 inches less than full height of fabric, minimum cross-section of 3/16 inch by 3/4 inch and minimum 1.2 oz. zinc coating per sq. ft. of surface area. Provide one bar for each gate and end post, and two for each corner and pull post, except where fabric is integrally woven into post. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028310 Page 5 of 8 JULY 2016 CHAIN LINK FENCES AND GATES I. Tension and Brace Bands: Minimum 3/4 -inch -wide hot -dip galvanized steel with minimum 1.2 oz. zinc coating per sq. ft. of surface area. 1. Tension Bands: Minimum 14 gage (0.074 inch) thick. 2. Tension and Brace Bands: Minimum 12 gage (0.105 inch) thick. 2.5 GATES A. Fabrication: Fabricate perimeter frames of gates from metal and finish to match fence framework. Assemble gate frames by welding. Provide horizontal and vertical members to ensure proper gate operation and attachment of fabric, hardware, and accessories. Space frame members maximum of 8 feet apart unless otherwise indicated. 1. Provide same fabric as for fence unless otherwise indicated. Install fabric with tension bars and bands at vertical edges and at top and bottom edges. 2. Install diagonal cross -bracing consisting of 3/8 -inch -diameter adjustable -length truss rods on gates to ensure frame rigidity without sag or twist. 3. Security gates shall have a self closing mechanism. B. Swing Gates: Comply with ASTM F 900. 1. Steel: a. Up to 6 feet High and 8 feet Wide: Fabricate perimeter frames of minimum 1.660 -inch OD Type I or II steel pipe or 1.50 -inch square galvanized steel tubing weighing 1.90 lb per sq ft. b. Over to 6 feet High and 8 Feet Wide: Fabricate perimeter frames of minimum 1.90 -inch OD Type I or II steel pipe or 2.00 -inch square galvanized steel tubing weighing 2.60 Ib per sq ft. 3. EXECUTION 3.1 INSTALLATION A. General: Install fence in compliance with ASTM F 567. Do not begin installation and erection before final grading is completed, unless otherwise permitted. 1. Apply fabric to outside of framework. Match existing location. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028310 Page 6 of 8 JULY 2016 CHAIN LINK FENCES AND GATES B. Excavation: Drill or hand -excavate (using post -hole digger) holes for posts to diameters and spacings indicated, in firm, undisturbed or compacted soil. 1. Unless otherwise indicated, excavate hole depths approximately 3 inches lower than post bottom, with bottom of posts set not less than 36 inches below finish grade surface. Setting Posts: Center and align posts in holes 3 inches above bottom of excavation. Space maximum 10 feet o.c., unless otherwise indicated. 1. Protect portion of posts above ground from concrete splatter. Place concrete around posts and vibrate or tamp for consolidation. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. a. Unless otherwise indicated, extend concrete footings 2 inches above grade and trowel to a crown to shed water. 2. Corner, brace, anchor, end, and gate posts shall be set in concrete bases. The top of the base shall be slightly above the ground surface, trowel finished, and sloped to drain. Holes of full depth and size for the concrete bases for posts shall be provided even if blasting of rock or other obstructions is necessary. All line posts may be either driven or set in dug holes to a penetration of 3 feet. All post setting shall be done carefully and to true alignment. Dirt removed for placing posts, anchor bars, flanges, etc., shall be replaced, tamped, and leveled. When posts are driven, care shall be exercised to prevent marring or buckling of the posts. Damaged posts shall be replaced at the contractor's expense. No extra compensation will be made for rock excavation. Rock excavation shall not be ground for extension of time. D. Top Rails: Run rail continuously through line post caps, bending to radius for curved runs and at other posts terminating into rail end attached to posts or post caps fabricated to receive rail. Provide expansion couplings as recommended by fencing manufacturer. E. Center Rails: Provide center rails where indicated. Install in one piece between posts and flush with post on fabric side, using rail ends and special offset fittings where necessary. F. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension. G. Bottom Tension Wire: Install tension wire within 6 inches of bottom of fabric before stretching fabiic and tie to each post with not less than same gage and type of wire. Pull wire taut, without sags. Fasten fabric to tension wire with 11 -gage hog rings of same material and finish as fabric wire, spaced maximum 24 inches o.c. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-028310 Page 7 of 8 JULY 2016 CHAIN LINK FENCES AND GATES H. Top Tension Wire: Install tension wire through post cap loops before stretching fabric and tie to each post cap with not less than same gage and type of wire. Pull wire taut, without sags. Fasten fabric to tension wire with 11 -gage hog rings of same material and finish as fabric wire, spaced maximum 24 inches o.c. I. Fabric: Leave approximately 2 inches between finish grade and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Install fabric on security side of fence, and anchor to framework so that fabric remains in tension after pulling force is released. J. Tension or Stretcher Bars: Thread through or clamp to fabric 4 inches o.c., and secure to end, corner, pull, and gate posts with tension bands spaced not over 15 inches o.c. K. Tie Wires: Use U-shaped wire of proper length to secure fabric firmly to posts and rails with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to persons or clothing. 1. Maximum Spacing: Tie fabric to line posts 12 inches o.c. and to rails and braces 24 inches o.c. L. Fasteners: Install nuts for tension bands and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. M. Gates: Install gates plumb, level, and secure for full opening without interference. Install ground -set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. 4. MEASUREMENT AND PAYMENT Chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts excluding gates. Gates will be measured as each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the proposal unless otherwise specified. Payment shall be full compensation for famishing and installing all materials, and all work required to construct the fence. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 END OF SECTION T-028310 Page 8 of 8 JULY 2016 CHAIN LINK FENCES AND GATES TECHNICAL SPECIFICATION T-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 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: C 150, 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 - Test Method Tex - 310 -D). For concrete piling, the above limit on specific surface area is waived for Type 11 cement only. The Contractor shall fiu-nish 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 tensile 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 stricture 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. T-030020 Page 1 of 13 CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 JULY 2016 PORTLAND CEMENT CONCRETE (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 than 1000 parts 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 "Standard Method of Test for Quality of Water to be used in Concrete" (AASH(/ Method T-26), 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 of weight of laminated and/or friable particles when tested in accordance with Test Method Tex -413.A. It shall have a wear of not more than 40 percent when tested in accordance with 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 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, 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. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 2 of 13 JULY 2016 PORTLAND CEMENT CONCRETE 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. S 1 2 in. 0 0 to 10 15 to 50 60 to 80 95 to 100 2 (467)* 1-112 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 8 318 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (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 Aggreaate 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 (Test Method Tex -408-A), it shall not show a color a 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 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 Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combinations of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 3 of 13 JULY 2016 PORTLAND CEMENT CONCRETE Table 2 Fine Aggregate Gradation Chart 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 (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 Class A and C and E Concrete, 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 given consistency. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 4of13 JULY 2016 PORTLAND CEMENT CONCRETE 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 oto 5 Oto 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 (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 Class A and C and E Concrete, 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 given consistency. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 4of13 JULY 2016 PORTLAND CEMENT CONCRETE (a) Retarding and Water Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C 494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maxirnuni of 4 hours, at a specified dosage rate, at a temperature of 900 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 met the requirements of ASTM Designation: C 260 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 stock piles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stock piles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 5 of 13 JULY 2016 PORTLAND CEMENT CONCRETE 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 requirement 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. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer however, this will not relieve him of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all the proposed ingredients prior to the placing of 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 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 CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 6 of 13 JULY 2016 PORTLAND CEMENT CONCRETE 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 aggregate. 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 fiu-nish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as 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 1-1/2 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 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 difference 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. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 7 of 13 JULY 2016 PORTLAND CEMENT CONCRETE TABLE 3 Shun v Requirements Concrete Designation Desired Shu11p Max. Slump Structural Concrete (1) Thin -Walled Sections 4 5 (9" or less) (2) Slabs, Caps, Columns, 3 4 Piers, Wall Sections 9", etc. Underwater or Seal Concrete 5 6 Riprap, Curb, Gutter and 2.5 4 Other Miscellaneous Concrete NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QLT 4LITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water cement ration, 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 will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimen will be tested in accordance with Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified on the plans. 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 of cylinders, representing tests for removal of forms and/or falsework shall be awed 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 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 CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 8 of 13 JULY 2016 PORTLAND CEMENT CONCRETE results from trial batches. If the required seven day strength is not secured with the cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class of Concrete Sx. Cement per C.Y. Min. Comp Strength (fc) 28 Day psi Min. Beam Strength 7 Day psi Max. Water Cement Ratio Coarse Aggr. 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, pier 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, 460 psi. min. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer 9. M ►+11 G CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in specifications, 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 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 stock piles. Aggregate stock piles 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 (a) 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 under way 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 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. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 9 of 13 JULY 2016 PORTLAND CEMENT CONCRETE 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 by 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 specifications items and concrete not meeting the slump, workability and consistency requirements of the governing specification item shall not be placed in the structure or pavement. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 10 of 13 JULY 2016 PORTLAND CEMENT CONCRETE 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 agitator or a truck mixer operating at 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) Tnick 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 revisions. (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. Wom blades shall be repaired or replaced with new in CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 11 of 13 JULY 2016 PORTLAND CEMENT CONCRETE (b) 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. 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 Mixer: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately growing 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 ipm 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 "Part 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 tnick 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. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 12 of 13 JULY 2016 PORTLAND CEMENT CONCRETE This mixing time shall start when all cement, aggregates and initial water have entered the drum. 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 nor more than 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 FINISIIING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with the specification, Section 038000 "Concrete Structures". 13. MEASUREMENT & PAYMENT Portland Cement Concrete shall not be measured or paid for separately. It shall be considered subsidiary to the various structures for which cement is required. CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/IQ PROGRAM FY16 City Project No. E16255 T-030020 Page 13 of 13 JULY 2016 PORTLAND CEMENT CONCRETE Appendix A - Sample Site Location Maps so fA San Patricia County Corpus Christi Bay Allison Service Area DELIVERY ORDER NO. # CITY - WIDE COLLECTION SYSTEM REPLACEMENT & REHAB ID/IQ PROCUREMENT CITY PROJECT # SITE LOCATIONS NOT TO SCALE August2, 2016 KEY NOTES: 1.-MH4598 2.-MH4599 3.-MH4606 4.-MH4607 REMOVE & REPL ± 200 LF 8" WASTEW ER (6' - 10' DE 456 LF 559 LF STEEL NOTES: t PROPOSED SITE IS LOCATED IN THE GREENWOOD WWTP SERVICE AREA. 2. CONTRACTOR SHALL NOTIFY RESIDENTS PRIOR TO CONSTRUCTION. 3. FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL NOTIFY ENGINEER OF ANY POTENTIAL CONFLICTS WITH ENCROACHING UTILITIES WHICH COULD BE DAMAGED DURING POINT REPAIR WORK. REMOVE & REPLACE ± 124 LF 30" WASTEWATER LINE (>18' DEPTH) POINT REPAIR ± 50 LF 30" WASTEWATER LINE (>18' DEPTH) DELIVERY ORDER NO. # CITY- WIDE COLLECTION SYSTEM REPLACEMENT & REHAB ID/IQ PROCUREMENT CITY PROJECT # SITE #1 - 302 MCBRIDE LN. s SCALE :1 in = 100 ft August 1, 2016 6 VCP MESTINA w Go 0 6 VCP SAM RANK IN 357 LF 6V P LIPAN ± 360 LF REHAB 8" WASTEWATER LINE (UPSIZE EXISTING 6" TO 8") PIPE BURSTING 6 V (0' - 6' DEPTH) ± 197 LF REHAB 8" WASTEWATER [UPSIZE EXISTING 6" TO 8 PIPE BURSTING HO (0' - 6' DEPTH) �;. ± 82 LF REHAB 8" WASTEWATER LINE (UPSIZE EXISTING 6" TO 8") 0 PIPE BURSTING w (0' - 6' DEPTH) 2 ,VCP U NtNt • NOTES: 1. PROPOSED SITE IS LOCATED IN THE BROADWAY SERVICE AREA 2. CONTRACTOR SHALL NOTIFY RESIDENTS PRIOR TO CONSTRUCTION. 3. FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL NOTIFY ENGINEER OF ANY POTENTIAL CONFLICTS WITH ENCROACHING UTILITIES WHICH COULD BE DAMAGED DURING PIPE BURSTING WORK LEOPARD 6 CIF U KEY NOTES: 1. - MH 13728 2. - MH 13729 FRP REHAB 4' DIA WW MH (± 5' 7" DEPTH) 3. - MH 13730 FRP REHAB 4' DIA WW MH (± 6' 1" DEPTH) MESTINA 10 P sSETT V - OMANCHE 0 0 7 CO • 0 DELIVERY ORDER NO. # CITY - WIDE COLLECTION SYSTEM PIPE BURST ID/IQ CITY PROJECT # SITE #2 -ALAMEDA ST. (CALDWELL ST. & LIPAN ST.) s SCALE :1 in = 200 ft May 16, 2016 fj1-41 MH -8829 REMOVE AND REPLACE (±15.5' DEPTH) NEW MANHOLE CONNECTION TO NORTH EAST TO BE 18". CONNECT TO EXISTING 12" CIPP WITH ENGINEER APPROVED ECCENTRIC REDUCER. MH -8828 (±16.0' DEPTH) 001,01/c, ST MH -17684 / (±16.1' DEPTH) j 1418 LF ±150 LF INSTALL NEW 8" WASTEWATER LINE EXACT LOCATION TO BE FIELD VERIFIED BY CONTRACTOR & ENGINEER MATCH EXISTING FLOW LINE U/S SLOPE= 0.5% FLOW LINE D =20.7 FEET MH -8800 (±4.6' DEPTH) REMOVE D REPLACE (±10. EPTH) RIM= .39' F =21.53' ±290 LF ABANDON 8" WASTEWATER LINE (GROUT FILL) 09 4 CP -900 CONTROL POINT INFORMATION CP -900 NORTHING= 171 61662.23 EASTING= 1335414.03 DESCRIPTION= CP PARK ELEVATION= 31.81 290 LF MH -8814 NOTES: 1. PROPOSED SITE IS LOCATED IN THE GREEENWOOD WWTP SERVICE AREA. 2. BYPASS PUMPING & FORCE MAIN USE NOT ANTICIPATED. USE PLUGS/FLOW THRU PLUGS AND MONITOR UPSTREAM/DOWNSTREAM MANHOLES. SHOULD CONTRACTOR DETERMINE THE NEED, SUBMIT BYPASS PUMPING PLAN TO ENGINEER FOR APPROVAL. 3. I X X)F1 = ADJACENT OR INTERSECTING LINE CLEAN & CCTV INSPECTION REQUIRED. 4. CONTRACTOR SHALL NOTIFY RESIDENTS PRIOR TO CONSTRUCTION. 5. FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL NOTIFY ENGINEER OF POTENTIAL CONFLICTS WITH ENCROACHING UTILITIES WHICH COULD BE DAMAGED DURING PIPE BURSTING WORK. 6. THE TOPOGRAPHIC SURVEY FOR THIS PROJECT WAS PERFORMED BY LNV, INC. ON 01-06-16 AND IS BASED ON NAD83/NAVD88 TEXAS STATE PLANE SnIITN 7nHF I 1 DELIVERY ORDER NO. LNV-# JANUARY 11, 2❑16 CITY-WIDE COLLECTION SYSTEM REPLACEMENT & REHAB ID/IQ PROCUREMENT CITY PROJECT SITE#3 — CUIPER / CHRISTIE KEY NOTES: 1. - MH 3277 POLYMER REHAB 4' DIA. WW MH (± 14' 1" DEPTH) 2.-MH3294 POINT REPAIR ± 30 LF 8" VCP WASTEWATER LINE (14' - 18' DEPTH) 373 LF 39 LF NOTES: 1. PROPOSED SITE IS LOCATED IN THE GREENWOOD WWTP SERVICE AREA. 2. CONTRACTOR SHALL NOTIFY RESIDENTS PRIOR TO CONSTRUCTION. 3. FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL NOTIFY ENGINEER OF ANY POTENTIAL CONFLICTS WITH ENCROACHING UTILITIES WHICH COULD BE DAMAGED DURING POINT REPAIR OR PIPE BURSTING WORK. FRj0 oa a a., a i 364 LF 42. co 8 PVC DELIVERY ORDER NO. # CITY - WIDE COLLECTION SYSTEM PIPE BURST ID/ICI CITY PROJECT # SITE #4 - RIO GRANDE DR. s SCALE :1 in = 100 ft June 1, 2016 t/4 I ria Q�r/ •z *41 I a MH 8184�`Z" 4164 C,A �/(.4 4klq FrT WASTEWATER LINE - 18' DEPTH) PROX. 113 LF UPSTREAM OF MH 8188 NOTES: t PROPOSED SITE IS LOCATED IN THE OSO WWTP SERVICE AREA. 2- CONTRACTOR SHALL NOTIFY RESIDENTS PRIOR TO CONSTRUCTION. 3.FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL NOTIFY ENGINEER OF ANY POTENTIAL CONFLICTS WITH ENCROACHING UTILITIES WHICH COULD BE DAMAGED DURING POINT REPAIR WORK - DELIVERY ORDER NO. COCC - # CITY - WIDE COLLECTION SYSTEM REPLACEMENT & REHAB ID/IQ PROCUREMENT CITY PROJECT # SITE #5 - MELISA LN. AND TREYWAY LN. s SCALE :1 in = 200 ft May 25, 2016 KEY NOTES: 1. - POINT REPAIR INSTALL 2 -12" 45° BENDS 2. - POINT REPAIR INSTALL 4 -12" 45° BENDS 3. - POINT REPAIR INSTALL 2 - 12" 45° BENDS 24 PVC FM 36 VCP 12 PVC FM 12 PVC FM MH 15172 �� 36 VCP 3V 18 VCP TAIL A WOOLDRIDGE _.._..J NOTES: t PROPOSED SITE IS LOCATED IN THE OSO WWTP SERVICE AREA. 2. FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL NOTIFY ENGINEER OF ANY POTENTIAL CONFLICTS WITH ENCROACHING UTILITIES WHICH COULD BE DAMAGED DURING POINT REPAIR WORK. SEE DETAIL A 16 PVC FM 18 VC DELIVERY ORDER NO. COCC - # CITY - WIDE COLLECTION SYSTEM REPLACEMENT & REHAB ID/IQ PROCUREMENT CITY PROJECT # SITE #6 - WOOLDRIDGE RD. SCALE :1 in = 30 ft May 25, 2016 ±366 LF REHAB 8" WASTEWATER LINE (CU RED -IN -PLACE -PI PE) (0' - 6' DEPTH) MH -8t, ±18.4' DEPTH /\ MH -17699 FRP REHAB 4' DIA WASTEWATER MH (±4' DEPT MH -9312 1±17.5' DEPTH ±186 LF REHAB 8" WASTEWATER LINE (CURED -IN -PLACE -PIPE) (0' - 6` DEPTH) MANHOLE EWATER MH TH) NATE EXACT TION WITH GI NEER AND NSPECTOR NOTES: 1. PROPOSED SITE IS LOCATED IN THE OSO WWTP SERVICE AREA. 7 - 2. BYPASS PUMPING & FORCE MAIN USE NOT ANTICIPATED. USE PLUGS/FLOW THRU PLUGS AND MONITOR UPSTREAM/DOWNSTREAM MANHOLES. SHOULD CONTRACTOR DETERMINE THE NEED, SUBMIT BYPASS PUMPING PLAN TO ENGINEER FOR APPROVAL 3. XXX LF =ADJACENT OR INTERSECTING UNE CLEAN & CCTV INSPE ION REQUIRED. 4. CONTRACTOR SHALL NOTIFY RESIDENTS PRIOR TO CONSTRUCTION. 5. FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL NOTIFY ENGINEER OF POTENTIAL CONFLICTS WITH ENCROACHING UTILITIES WHICH COULD BE DAMAGED DURING PIPE BURSTING WORK. DELIVERY ORDER NO. # OCTOBER 22, 2014 CITY-WIDE COLLECTION SYSTEM REPLACEMENT& REHAB ID/IQ PROCUREMENT CITY PROJECT # SITE #7 -HOUSTON ST & KOSTORYZ RD MH -551 TYPE B REHAB 4' DIA. WASTEWATER MH (6.6' DEPTH) HOLIDAY INN SERVICE RE -CONNECTION [8", REMOVE & REPLACE 150 LF AREA OF EXIST. PIPE DAMAGED BY THIRD PARTY BORED CONSTRUCTION ±340 LF REMOVE & REPLACE 8" WASTEWATER LINE (0'-6' DEPTH) MH -552 TYPE B REHAB 4' DIA. WASTEWATER MH (4.7' DEPTH) l 1. PROPOSED SITE IS LOCATED IN THE WHITECAP SERVICE AREA. 2. BYPASS PUMPING & FORCE /ANN USE NOT ANTICIPATED. USE PLUGS/FLOW TNRU PLUGS AND MONITOR UPSTREAM, DOWNSTREAM MANHOLES. SHOULD CONTRACTOR DETERMINE THE NEED, SUBMfT BYPASS PUMPING PLAN TO ENGINEER FOR ARPROVAL. 3. CONTRACTOR SHALL NOTIFY RESIDENTS PRIOR TO CONSTRUCTION. 4. FOLLOWING TEXAS ONE CALL FIELD LOCATIONS, CONTRACTOR SHALL HOOEY ENGINEER OF POTENTIAL CONFLICTS WITH ENCROACHING MIMES WHICH COULD BE DAMAGED DURING REMOVE & REPLACE WORK. 5. CCTV OF THIS SEGMENT OF PIPE IS AVAILABLE FOR REVIEW. DELIVERY ORDER NO. # CITY-WIDE COLLECTION SYSTEM REPLACEMENT & REHAB ID/IQ PROCUREMENT CITY PROJECT # SITE #8-150© BLK OF WINDWARD DR. MAY 15, 2013 N SCALE: 1 "=200' SA11 PATRIGO COUNTY CALL BEFORE YOU DIG! 41 WON NOME !BMOC POMPOM KOIto 0•G 77 THE LONE STAR NOTIF1C.1T1ON COMPANY AT i—RUO-889-8.354 CORPUS CHRISTI BAY SHEET HOEK saCCT arab. • Lp YYaYeKee�tryxney:ee wASTENATER SIRIVWEc AREA 1 - ALLISON eau MILLI LEGE. CM Or COM11 CORM) Cb a. wu1*4TNIerax c•:•w. cn.r n0 ccwu . w . Tr▪ PrTC MOM Pr.., on Of CC•PUI .11•11 CAC um. owe+. O,uwoo Dna, O M Or CfOrrua Corm vorookr off or cos. .11113 MOW sup cr apr OF' CMG. oru1of3w Mar 11(11-1. 45 111*1* NM SWAM POr 155.1-1. 15411115 4151514 e03-1 KM -14 mur wan( msw, 1x(6-1• rrrrs IAM -14 e5+! mum., 0*5 MOONMEN Ia[:6-1. tSb. 4151®14 MONO NM. -.a kA IrwnaV MONO 4[415-1. 1-4111. CM w cc�.rc cpm P0441541 wfNPSNOOK CO •w, GT▪ O nOf COrn. i15 comm 4-x1 r.Mi Pnuran 111313... 2 - BROADWAY 3. GREENWOOD 4 . 0SG 5 - LAGUIIA 6 • WHITECAP LOCATION MAP CITY-WIDE WASTEWATER COLLECTION SYSTEM ID/1Q PROGRAM FY16 PROJECT NUMBER E16255 114111 r 39 Kam oIIwA xi SAN 567 GENERAL ABBREVIATIONS TYPICAL LEGEND/SYM$OL.5 • w rwsoe A eeseel Wasevre ✓ eln TOT, 202.221 V1,411 natr NOM" "TOT area P ▪ OUT, W2•2 r.4.124,gr PM MOM 21 Tp To Po TO ▪ 21.2 RP roe voao nag Dwara rs �1 ETOT x mm TO IT ion«nroma en the .nal MN FP nave vatlavntea ea ems smear Melee. [urea naeaV. We. meagre &Mara PO. R W wee Prm«▪ xe tea Pfem - • - �'. flet w\ INT laze reo .Nn. et NOT are! are - wn Aiwa eianamee KA gn le en T OJT TOT •CT TI 9 anems. eager ®us enoe Q •rwniea w -t P. e .a 113. T TOW PEW • ®iroi PO• rt ES MT" 1102 ▪ Feana lancer TESTING SCHEDULE DETAIL/SECTION ID SYSTE fie 1liotr? en NO UryM/.A PO ITTI2 TIT ee,r„ara^.e e.27=x n1212,"• O rt MI OM IM MA WM tt man • Sal. VMS ace V • .quer I GeV duga.e,. tnn-.-Puw: ea I IC a.dn. cc ✓ rn.a awvobe PT ePioee Peer.. 2.1 amaeilebi TM.. al Ve gyp. n Ne1 eau arm ore v .e 1. ae•E and MO nit aC DPW MVOS 11.t *err To anneal dia.. Mem aK N w KAM Pr Paan ,et leer .aaa 2. imeelata CORM la maaale •111 MR. ea..aw + i i+nr vr�r i Piu . wee°:". Mae x O ABBREVIATIONS & LE:;FNC WLi 2 n ipmP� p5rw.t xr GENERAL NOTES 1 h I F aR 4 * . 4: R : IN 6 w la x i« r1 ! pA'n1G AND ;TREEr _ . .. . rr ., w r.n r .. or n r .c mvcr r on anlgri Pala. 6. ata.. n•i as ntiida DT oir Piarara wa We.�. ear.. M ova n«.+ .rr in a r ...TB 649, sass+.vn an Iona u a. TRAFAC GJNTt t tlf Pic .a rc .a. a °' ...a a mo r... aid T. �,o.... sv�r asfOrrinn ..e Ara P t Teae¢ _TABLE PAVEMENT REPAIR PAY LIMITS redearet ck CITY OF CORPUSCIT CHRISTI TEXAS UTILITIES DEPARTMENT 1h➢ertmenl el 0114.sring Semite A PIPE ERASING Tit aaT . Anainotte Ann et MAS ,"° qR. 'i . Mat no .rw,..�"'° n • w.s� ovm a x.o. rm rr ...„.„...r m€ r.. urn[ .r wM nma,. Pala. Sal. iniax a at no ion a ��em..s ,�e"S n"°'L" ""°"' oial W. .v+w mr ..r r m Lana re 16,11 an Mwnuna X�.fwl+a, .... .R.[ma. na .w..., w� .o,,,..r ,. .we In. -as or .re.. mi o-[ 44 •nc woo gem. 'it 0.9 w.e r - ro:wa[xe n n[ u..wt• . •...x .ivem .•. r r...wm, or . .ar.w mx ».M were ,erw.r,nrs Anson .c.n, er.•m w. n.r .rFvr. w.rn aw.w ra. faxen .ar.,m .•.r c-�..,...�..,. ,,, �n.,� ��., �. -,rs >...� u n..-. ro. nA Pat. A� ar---. .[—.a.... .u., .+r. 9 AL al a arrac. an TA P0669.69 .7 •S -AL. rst :Imo. ax x[ wr. ral ...tit.sr'LW rt o... `Mr Pavia art al TA nanna it la m Rosa a.m. vow sna. nx maww rt p em -cr.3.-0.0.1.wy: atarxa« .... Iowa srur anur� ..a. n a nrrfn x f< fes.. Z a+.. waovn, m .. .on�mr a...rr. 1ef " an 0,1 mwr.+m:,-,=4 w 2.-..e .411 L •1 :" ♦,' 9YPASS PU.uPIU >a.r ...e,n ...e RR TO Tata a. I a f And.gwm murcmrrT., a Pd n min a¢ or m ay.a9.. uax 71 W e..�i +L+ii9mi .Daae...AL Wme s 1NA1a. ..rmvmc me a .aria, idiaia A aa•I wIza xamm m rnpmrw®m .vac ;.ur =s ha Flambe a .1.10491 i'� .uwc ro nw n •06Mas air Ara w.va 'n. at s a .wxin Ea ...: acti ma mamma. .5 wars . masa.®nc PS_IRUlr1 woMa men. in am ov.." To nla. .i Ma. c sora aaa 11.46.4 •La lo ass o in a e.t. .........1,411.1. .w m ws o El TAKEMOW PONT REPAR$ ..rr mar. .. p rar uwa f f w.r Ii4.a. 1 SERSCE TABLE C LATERAL REPEACELIEMT .mx f Its mwvM�cw�c�m of WILE 0 MAWOLE WDRK iWATEN COLLECTION SESTlM PASSO •M FY16 CENERAI_ NOTES '^P _ • u A ae w . a.[ a. w0RNI1f9 TRC TA9{E . caw er x , i . an_ re. we r ...- , w ia... _rn oe rr.. ,...r - . -r r.• cmw.• -[ .w i.0 uu,xmuw .n fE inal AT v'xru. r.an,ar.e rm x ur+L. x. e m ry i µ µw.r..,� pw,. s. pa wmnw mw..n .a .] w YA2r . [f v.• Amax .,.,. + >e >K AL ilaal a I.e,.'�`.avx rwv .o, w `.y ea a TA LRE . 4ihr aniou a •� •ra.m a asboas 16.121 .x elemxfftle i [.. n."..121.1'1 v int i % i IPB1 . G iLzEril, ;"m C a . ®�N• ®BEI=RM i-W•ra: • �z w .[ ...., .. �... ae, ., ar.�, ..,. - a acre 3 .r 39 SAN 567 Iarrmatel fere759_ 1Ip . Np ' W �V'H„,1 1 . i a eOil EXAMPLE Egg ' BYPASS PUMPING FLAK FORM Tan: adrdh4 P jrct75Eeo a'8r.1w4 Mrr.yprr Cg&cNen ty3Ymon PY i6 P -a.: =P43 I Gni,---. Ca+Iranpr. /IBC9arrltmAm: WC Seruica .area LIR SdCieo Noes... AV.& SviI Pen drTUE /eraIIIIA f:.tla arm [psPNtien D. LTtne AdQ6/15 Op l p� AB 9mm1JrcSim klea NYywwJ; ::.-ip=rArroWPMk Flom•-SAa 9 uMac 1 19 Srm:n 1' t D:Rrh ^!}[* 'Ole �i$ _ I .L :3e W f gajn1 tiAmber IMI ana r• =^NQ UP ,Wn 5 4r3 ❑ k`.Alle e' ; i r`^wina :. rn fL freeEoard" 1-.1 .doar L Byrar Temenstnfrim. MaNild& Lenad. j n r,. .ra Fp CITY OF CORP CHRISTI FE A TEXAS UTILITIES - DEPARTMENT Depert...I of Eryinearing Services ' Yr w Pmnp Geralp9n: EvE-P ring c^.mvr. all...1.,r.,n.ca1aln_ Auks Akdpxl: �'odu'[r, '�ri•Trtms a'Cs7racn �nFle R'x — — ne-lw MT. r flla ery@ ? Lat4L?J.. E1 ky) Film ... + Irma & c silt' p i ONS OEMS Irma arlrm4�aCGP4�rBInr BOB OEM 35o 7'm9dF+rPiaRP l'No TWA Myr —i aa�omr �.i r,. mere G r+1ar sr p[ ] MAreL, nm3m W eepeet2 R'/ LI CbnnCW[ Pomme_luM1}Ce-arinS Amu PA= CPI homePrIA Name' Jame; �f'ppr(L, jMperil[tefrtt[ Mow )61dly1375 Nana: DavrdJmrai, peon.. Plies& 36f-8174]4 1 / genvy en.• ?snmr-0Nem& Tarin SWIM Truer Xeir.4taw FLen&Sta',ly3-r5. l -_ Nn& grLc Prrr(, 77> &rrC Pima Sindair.eydy Tame o�a� aad-— A�Ipakl Neirk: W3feC�rL 3YPa'rP�W�P k an3ie�patidarrdwMQ'6A PTdlaitoredat ¢[it5n&r .2 �.WIGE WASTEWATER COLLECTION SYSTIM IWO PROGRAM FY1S BYPASS PUMPING PLAN EXAMPLE (FORM & SCHEMATIC) I III MOM cnauara YES POw El ❑ Sehmuo.Mw,+np PmIdInIdM&dpermed MWrPm4MiT�NWkL of twin AnaierlN leM ewMan .darlilapflpn arrrrar aglwMa: pdprram Webl�WpgQAeerlwnrb3 ® ❑ Wa s.Ir-. lr&kNeetIfly &N'veEISMbS.I4im ae her MOM rSrkYaed til a PreAe eaNpdcA & LtidMly Omffi Pm.'h Pomp v....a Rm. PL.- 0,44•0.41' ® 0 C'mea.�rbNmeNluu'kith Syppkr Or*mfru Ww:ilmr lid erlNnp en pm, kSnkl. ® Q iimwmap., udar WAS,&u=ima Len nufe kr pink BM :Eaape me in Am arae[dorm. ❑ CenaartrL amlmW.no vrn Ilemeen &K. el. M PemwRt !Mil ?mond kr, Rmie..ed by — I 111 11 GPmaNOIK ReynrarnWlvr DorWeNetrager EspraeeYilNf NM ma 4 x 34 e&A'1➢ NNW NB SAN567 ' /�. BYPASS PUMPING PLAN BYPASS PUMPING PLOP j � �EYMIPLE {5CHEMMrilCj (FORM] 1 t 0E%AMPLC MMrSEEM 1`417 l�r/I :::le. 'Mr +ncrrcr lll.Qi IAu1A61.s.r4 Tod Fut mmu•A r• ..«-n 4.41 ,r Wa .z orw 1 RCSOENf1AL COLLECTOR ROAM R WOr11ERCN. '.3R.M3 0.1 M b N. Law q• 1W u•R nrt (01.7'...r/Oke M u a 44.44 a # v 0.-.i eZ1 i•i v.Al an.a. 7 n+4• '.. v in 10. I.44 .4.) 4kr . 0. 4 ' Jr s...w.1 1014 i e.. fa_.r 44.41.4.. ro.. a. •s....., 1404 fen v 4141. rws v., n. r...+ .4 12-1r Arra •`•r tl =Al iwo4 V - 2..4 •3.4.. Wu.re •Ma 11..4 J mig•»a La 404 - ....•..u.. Lara nr- w jj r. # a 1.. MGM .r. ...... a. 44 .:� i• M. F- 44.E .� , aar 14.1• r T.M•• hMY T..1 R .44. SI 9106 01110 1.114 11E1601 010.0111 '0PONEIIC4. SCENFAIO NO.1 01i WSIEWATER UNE POINT REPAIR Mk i e 9 RANA E0[1+1 ARNE OaLL 914 90€12) HwmHEOE. 5C NARI0 AM 1 I M u 1h^"vamw AM. 00• •'° u saW E.t.a, an.a. 7 .... we v Ia+ew+.mWl i 4.. a 2 OEM •.M.. Lar. 42x1 be v 1•r•rr4+.YI+i 4J UM 1e•1 al) 04144 N4 v wn a TM9. VW* YAr. tl ne.. .•e - .rti 4.NA..114 1m LAM J f. Pm. b-• 4420 jj 4141 R. # x 1a„r°r"hwaA�w•r1..rr..wrn- F- 44.E .� , E -r:....A...MM. ...r • P.A.M. Pr - art Oen os n nA lam .lax 4 w s.••1 .1�. 40[1112.1 HYPUiHEI0A2 SCENARIO N0.2 [���I030. WASTEWATER UNE AMC *210 i.°p (44sry aux y• 455.524 sir 5 A 39 PINE OMAN 1Q SAN 567 Car lfIIlFib7c5 �IA 1 I an.a. 7 J AN.ENAL/CA1LCrON ROAR &may tl 31, 10 J f. L� jj 10 00 .,•c •m.q .. F- 44.E ..".,, .m. . mum nr�r�evmi _ Lama ern HYPUiHEI0A2 SCENARIO N0.2 [���I030. WASTEWATER UNE AMC *210 i.°p (44sry aux y• 455.524 sir 5 A 39 PINE OMAN 1Q SAN 567 Car lfIIlFib7c5 �IA J ItIVOMETICAL =R4A.0 q1:0 1.:11110. .....n. .... ...1115......Ndi WI LS 111...1. c X..., 4.-1=a5a• ....1, ..,• .1.11 '. ' ,,,r,•••_1:, -...r. L.• 411••••••.ftwnpq ial.......1•]. ...V I. Nmi.•.. 4. 11•IN .o v. r ,T. t:,...,..,-- — c•-• .N.14 111,0 .25 4/ '.,,..,...-_•,..... 7:77.^ L. CF. .....b Wall II. Ur •••••• r.• 1.... Dm. 4, ,V-14 .... tivn *II um 4.1, Pm cen. - 12.11......•14. Or gr -v L.,..) rap INA LI MI cqv - rm. •rt:er Ir. Lis- ir qr.3 MM. WIDE. V ,F i..., ..., • F 1.1.....Inc.... fle--01- ...I. NUN I r ed. ern r 6 n ........r......... rn• n...... gr......1 ..., _ , C. Francs • 11 M. ......1•• 1r.• .0 -.• 0.4, 'non a r... • 1. Pi 1.....1- t"...1 I... 1... Orr .00 ••,,,, . , ••••}Nir Hd. I . Why*. Fp.* ...• .1•1. Om. V n 1 N • ....a* ..11 MP itne 114...0 • , ir... ern, r • 111..L.Nim ... rrf ••••. 05.• Yaw.) .... F F. .4.,I..•=1.• 4.1 IN:S• 2 FA 1.1. ..r.II.... 1+6. - It 1.111 •11. V .4,.' 1....:: :rd.= S N.m 54••• • ,Nr R.. Ia. 0 •F•31? 2 .,‘,. .....• • ....pc cr.. Ow .3 bon •• , •,...a. • 11....... s taa, a. r..... tr m v 1......4 a mm.0 •••• F.., 11..., N FY Ne.. • ......... N.= WI li, ...I. 4.1.1 PA. ad A. 1,••••. ila. Admith malsop F 11.91 011TPOTW SCENARIO F).3 a' FIFE 9311FIST WASIEINTER LFIE-REAR EASE.FERT Fake Yews' FFFF SZ[ FICRI4 K.* Inniar {nu NI WSW imerasrl" MI 1.11 14N111 • 1.1.111E11CAL =OM q0.41 WI . .14...,........ C1.• la- t-colroo . woos. Prow* ..,• .1.11 -,= 1 Lr 4 ,,,r,•••_1:, -...r. L.• 411••••••.ftwnpq ial.......1•]. ...V I. Nmi.•.. 4. . ... , ... 0. 'NM FM. ......... C.,,,,..• 1..) Wall II. Ur •••••• r.• 1.... Dm. 4, ,V-14 .... tivn *II um 4.1, Pm cen. - 12.11......•14. Or gr -v L.,..) rap INA LI MI cqv - rm. •rt:er Ir. Lis- ir qr.3 ' . a n la. err... r.am r•-• ••0•1 ram a• r ed. ern r 6 n ........r......... rn• n...... gr......1 NNW • a Li MN ...aka, trir - .1 1.* FYN! N. NOM 4. krr .• r.,....... It. e eel I MN 9p4 • 1.114 Cm. Q.P q alem.1.1i nag HYPOTHETICAL SCEWIFO .40.4 018" CIPP WASTEWATER LIFE-COLLECTOR/AFTERRI. 5,..& 1,2F4F ONLY 501 SFEEM Snle I,.. IP, sin Sinr£1,) 620:67=1' Lft F, gur 6 .1 39 ram gang la SAN 567 issgair HYPOTHETICAL SCLHARID MOS C6 tg" PIPE BURST WASTEWATER LRIE—CO LLECTRR/ARTERIRR .'.,i -,sr • IF5. Std s7 6% 1 m%V AiETIC.. 5135x5140 IC50 m.Pintnul. MEWLED 1.4.3 M M. en w xs:..is.ur.." . Yia o:�,:• I Sw+ w.v 3.; .77.12.3-1 COUELicR Row HSPtTIETICAL STERMoo %0.7 .... or. urt xACA.AMy...4[ rrt... O; r ..n u • % 7a.. ierl mal sur •:••••• Ir..n ream are ar u. Dy a.1. um . Par M._ e..,.r.....N...r.. A..AS xxa n yip Ira no rwem . P. liar •••••.•. W .Mame.....ac gra. w wwv y V - c....... to'1 W•1212. 2 A r +N N .....0 via — !Naar ^• HYPOTHETICAL SCENARIO HOT REHAB WASTEWATER MANHOLE 6.22/E1- WLL SSoE WenE1 iwasseiw H.PDIHETAEAI SCENMID WM •1 pre W.um.rcx rrt... MP raw .~ art .mall .. 4 -mrm 21.xm. r.w rti..MA' mal sur •:••••• Ir..n ream are ar A..... 1........... 1.421 r x......... w.. um . Par M._ e..,.r.....N...r.. A..AS IA Ccia awl e. w y 4.-. • IE 1] awn. Kara aur lam-rammara oars eara LS.A. AA. '•naTR"mr" uc aa a er R w HYPOTHETICAL SCENARIO WOO 0.21. CLEAN !s CCTV WASTEWATER ulff swim 21.1. WTE s[Ea glicSard 1 f 9 1 dx U 4 SITIET8 a 39 Wee 84•••c no. SAN 557 B�a.�F1R9AA HMSO —1— .4310—.4.—F31111 — -- taA69t1 SO.,I .119a T P� u . ..w,aff.�1p sr. GTA eAum meistmt rt.a w i� 0R1,k 1lONaD ia[ pm MANHOLE REY]MIFCM€IR5 AdEltt Het MOB ...or* its ..i3wi3 .6 IY PN itGlnalE dlefeleE tY 6112111321.1.49: 2 6ws1 ' new uo9.46.972 1�i APB 1 Or Putt fn,wa,f W MP v soma r rr.nnr .2 r aane6� fr x l 0440'7.11 I' J? — 1/1111111111111 fr 'y° nom. le me 0. creem m •l S. Lt.2 TAM for ] PO .21 a613 .s. a. �" �: .: a�+Be w,w s .rtr nw[p .2 >3S !f 11 h ,' yy frts 11. Tat 111.21199 CF MOM ;rmlen 6216 fie' 216.E xi'taws . %lana wuc MP Mmu 1a r sum Pt 16t .,p .1191111 em 1 r� ewwOe N.A.. Am wae. ,� ewren9s[ SWAM lour A macs Cavw9ama, =KM AT. r.- +, , � . w- NAC tv a91.t,,Y AID AO a.e a� I3.OWm, [Mr r� u % PEa9e oTr 1. ii* II=''" ., nvnac w}ie-,�a5p?eP nm Pe WI e 11 n"�.M r�,r i+• Y+ *AMC*/ _ 91 11 a ��'Ir TN wi�rwn 4 1 ' ., �./ MI16gIL r11Da � 19a ?' PeOPT PEP .. P a F a GWS 9 �t POI 421 eJ %�. r- r ....«.. ii ---dm r nM r r MANHOLECITY OF lNSTALLA TION CORPUS CHRISTI ������1111111 TEXAS CITY 6►' CORPUS CHRIST! = = VRLITIES WASTEWATER STANDARD DETAILS `.''.. DEPARTMENT r R 4 Daportnvni of Enptruu+np Srrvina OR S9. 1.14110421/.436117211 1St 1.11.4116.1. i 1 1 ilti , , P.S.YO AT .416.11E411,•1•4•41.31•16:1 - 1.2146.1. tY x4116 .1.1 0031 �11;e '%Y,.G4'Ir en > e1 • f eea1P FIBERGLASS MANHOLE CONCRETE • CUMCO MANHOLE — 1� .6111 w..a o weN eiNnsic eNCLC *AM irr To "s I. MPe,lete� °i,' i wa.f i cove , OMP ON emuatq t L gyp_ w9 v rK a1J 04O9 CNNa61 446 ..639.P use „ - WASTEWATER MANHOLE (BOTTOM) PIPE SEAL DETAIL la MN ,e KO q 2.16 .a Coe 11 . TOSS. MANHOLE PROTECTION GENERAL WASTEWATER CONSTRUCTION NOTES: ICULTIVATED/SPECIAL) IN UNPAVED AREAS "� t. .a 1 1r am Cr TK .a« w MOW mo e e ie m swa Te me cranes*, mARANDAmmem 32 Unr21126 me rem me re1,4e IC PPM t r cult- • i. Ifma11D ue onveAT wa, Tlir19103414.62.. 13 RILrvux PMC TS Of rc OE MK wM.+,lq[r s.a [Ia t/ xl_ b,15 i*.r! �, 90616.149.14 9 1Yfa 3933.62 w Ne 94911121. J. nveini ems* rat Mac.* ....... Ave..I TPC sumac. *191.16111.1 Doc . Ruffle coos. Amp ANT AtAce6 in NE 2141416101. Nene. Yr q I--- 9oA'dd9 .eoc arra pe r,mmuC sTo °'°c�wm "�.merwe F• . _ ranw' NPRINOPPOC is . • •__:•:_� 6 '1.m POMO.. MP PPE 1.13. MOT. • -:•'. f we606 3364. K COPED. SAID NM 0011.02 WPM ' tO"P6`i '�"` . M. yi 1 ..alP.F.E:: 3IxananY 116, 31.111.431.3 TA 4.1493311O APE.91 WM O.21361. Eotpere tom 4Mw.. M.S. a eauw �^^ 9. MUM PM K91°1T BE K 131, K '�"'...e to . °N MANHOLE PROTECTION r. 91.C.SE 6.6E261131. FORCE MAIN DISCHARGE MANHOLE DETAIL 1121a+ = .au.us 9ortcw wo aMft+ 21,61 +.a K 1.112l"• MOM= (RESIDENTIAL) •� IN ..*T. f�O�u UNPAVED AREAS SNIT—B— MA1° BMW "e 4 SAN 567 1m m tau NOT 19 M. err rim= I0.11BL_ Pi.. Nee OM a OPYR F. 922.2 ar.....,.. nr FARA RAE. AA. VA A WARM =WY IRMA% t RAE A ADANA PAWL Er n.c.. AAR MAKE FEATS. TR 9.12.1. MA wmr.6 1r< [wvrr CP,. ire loZaaffa M - eI*Co... r.'rtAx s`�Mer *pa. - vxC pr COMw S. NE Poor.cloar 3...1 oiE EM-SE.041finallaa .111/71 .0. PM NV Kik. marr" _._ 6116..rOSKEr *1 . Eakt �_. diZe µf y Pe S rtu 7. FR, MEMMow; X w. �� AAA f1.e vert CF rnw +1 Weelre YVXML • ' AAA FORA 9. IA WRAF SERE Neamu EAT UK, Fen curt MIK I [TEAM ee#JT. . • [A* inrw+�va W FC Oder. er eanuami) ±�•' `fi L._j I eNX uyr a me.rtt v.0 raw � Ma i IY. IML §PAY W Wxw�wU; ; „_... r f='• aaap.t, rawer¢ - ,_ -_ e�:em-� - r• gni 1 n 1 COMM. IIS..I a+e I • REHAs1LITAT+ON OF EX1STINC—, c17r a€ MANHOLES & MANHOLE RING rCORPUS C1 T! AND COVER DETAILS TEXAS CITY OF CORPUS CHRISTI - UTlLIi1£S WASTEWATER STANDARD DETAILS DEPARTMENT x x 4 PspMlnw.l a/ Enyinwing °wmc•s EATER KAN "° i t m.._._-..Eror: CM e® mu. .aeon mea mr ,.re Fa CR 3.011 ROCS CORM w r-v perm or w ... a Air pu e. R cxwca 3- 10 MAME MC .1m COAQ .:•i „ M Arm TA a. DAM mxce,c RAM m na — FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL .6110 PO. nor TO War CO w, wart Mac 11,udesc 171 Va. am. wanes wows mop e. Om FLAI RN TS AID AO OEMS AIM bee 6. a nn a' c WAR crux Orta ARE EWER 1. 4. Au w 1.o wror �o�uo.Kwew: "em. 91.92.97.1. SAIRAS /a"�n:sria ""..r wee ',w R PLAN VIEW 1 "°" •. COVEMR 1 A / 1 / / / \ 3 w.v .n-w ernrre—��ea.c �F nun promo ...-.arm. na want AMA r-�1w anae moue MAP r-' . .-a, Ryan. room-, Smem. IS. R-1930-7.2 r. 1_ LA 9iRERI Al AMA IA «sr..0 .95 ri 922090..0 K. to " 016 ier, .vow .wiom SECTION DF RING & COVER RING& COVER APPROVED LIST A aFP 1 mr�s+1L_ CPERETNE. 9M rc - APPROVED ARYk GMOLL PER MGM. r. MK ,w...rt G. MIL f .xerkwerp e-a� SNORT .�.iiWn n.w .nawn �� WM. nri m r - A W Mnc1NI11.1 eek MK p w •rtr "MiO e Y Age mea 4 �' t Pi ■t. ii onci° .w d rH.ny r t �>y k.rsl. r. -r .w oe 1��•t F• �. e+ s n 1. ID� aria x++r �te�erygvyfrra GLL ISPRO.P ., m. n MleO'+l'O rFe W[ eE ° Ime ° f sraraYn r. a tett ' it MO.i tm aw w:� - PE MS TM w. n wines ev, M k r sexmu ,e rrne t I:11:4:k. is marc^° NM 49 caw „ -n.+em LOME "aci ten -G4 :.•:• 1. M., TOM r. G. erotic 1. s. ss, sEnnw,oc FRONT °V"""'. v-�a rso.a uebrww m.ceer VIEW fOO� SIDE NEW 7 AIR RELEASE VALVE, BOLLARD, AND CITY OF SERVICE CONNECTION DETAILS CORPUS CHRISTI TEXAS CITY OF CORPUS CHRISTI rm UTILITIES WASTEWATER STANDARD DETAILS DEPARTMENT a ora Depert., , I of €,.2:...4,39 Earldom; LEGE IV .1.11 .01P.Ol arc ....XT .� PL. EVEL G.. Ire PPG NO BOLLARD DETAIL DEEP CUT SERVICE CONNECTION AIR RELEASE VALVE AND MANHOLE OPT m ewr .m Po WOE OM m ears SERVICE CONNECTION NOTES: h.,., ., Z a . r o°is moo G TO TYE ..>,.c . IrI. '=ma e4114GOOE Lof o..`�""'g1ran '• r TM.. n.n s ..crux m'�r r"' a POO/OP L. me LG.7-1# e.. son. WEI,Pr.TEE Re,rMm.. O ..e —• h, . - w.Lar, 0 + / 0 u,• n' a nr,.nemm c A� `-�ss�C D vw•.�,56.€; ALANLEAN -OUT BOOT SITTRWE EE `°' w aiN AM TO PG. ROT Of HOLE fl,ZA Ploe. doh �. ! ......-4 .r w.. 6_,.,q� ee.a euw s e ‘111.111.- �.� a� 0�� Vie`= 2-1/4. MOW. 11� tis N A3h1� o ■ I�..� �S� P1R�FiaR *ammo m r .x J�r�1 I W. "" "a "'....-Fr' • SECTION A -A SECTION B -S SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER c� r� TYPICAL CAST IRON CLEAN-OUT BOOT ,a TO SD. 11.15 - kew..m k o� a w .wr m urr KR m 6 :m rqucr /rage NOWANPF la, a• r ric ttriall.S. IN Ad MS 1. ow ocoogos ori. Oa. o. snwaIDs srnSPACER eorr LMa.P •.f ,• *,.-w4 : 04. NW M. car w w oo co_ 'w n wJ l!R TYx n[ TN,GMx6i p Etl4 . INT• MONO PPE '�► `'moi. { �: CO IIT EWA l0.1 !R n'0.. x•.. • •n.. m¢ n. ra+[nmpE �N,C V oow ''�-� n.PPan .10 MI R•ie x RMrLnr •one .unm.T POW INO,�AO ... F e 11. or .. 'x 4" TO ICV CASING DETAILm,•'6L a s"v1".0 'y.. - EB P^`��'+s COMM . F: ( atm auto CC� rE.•m snn OR 7!. : .ROM arc � .au w E_= or.rE� s .,eanx .r r E• "n.agar= a ca war ec LOS rat rec STABAMM : �o v w s° a° \ UTE.. ..ac HE a ey, . oswn ww 12' TO 36 CASING DETAIL NO NONZ s \�,rao. enanr va.....• 6 / oimy or CORPUS CNRISA TEXAS ria VDUTIES DEPARTMENT Deparfinenl of &.ninxriny Services �� Ilia as nvu , NO g, W0* ,.s, . PPE ow _ v*rx cn ,m grave toner • , r _._-,n;1. a ONE TRENCH BACKFILL AND Ica of E. CASING DETAIL FOR WASTEWATER LINES PAVEMENT REPAIR .e+mv0E mirex.," GENERAL NOTES FOR BACKFILL r2** ILEUM ANQ LalruL a.cernE (Baca PIPE -4 12" Aaovt_erii 18BLF 1 ijlAE BACKRUL (GREATER 11111/1 12" MOVE MEI PAVEMENT REPNR/BACKFfLL/ GENERAL. NOTES/CASING OETAfLS CITY DF CORPUS CHRISTI WASTEWATER STANDARD DETAILS UNPAVED AREAS PAVED AREAS CASING NOTES: �..�.. ..M,.. -�A ..E axEt wTuea. MEwatt , ; . AO TO OE PPM 115 A` Out• " car, a aroma Pw. mm'"ca "oa laNTRa q " P "` +- WO WO. LOOK ECG. n.owms SA.. BE . worm 00 n DEO ..c CA ,.M. OW OR ,Ob Oa.. ER •M.OTO ro o w O. x i.1uu® - u a.•anm P. POT -0. sa.,c Lae Mare macre" at r••v®m u. s..r comma Dream OW PE coma• M.N.le aeras err/ca Ms oP nen, MAP P•L 5. CA vac .c ROW um utISTOC re: .' uo PAW rc..a•..r ac erawao eras re cr. w•e gyp. now lamer •nE Me aalRrns OR .anus Eo.,,. ,. P...®6 .O' ,Y;, A:.,OiP05195 in 5 MOWN 5w. 5.4 seamf, A," `x,"n. NE v.A_ "P.M NOT or. PPc a; - A! EON DO m.xm ma IN �.,e sPmw. TM ..Y E Erb _ - _TENTER g no OF. - �=cc. 11 - x+PEr. a.2.. 2 nib ib SU,0. on No .P.=,aR. _ o• 'SrvY OP -Co . m0 1PAO. lir me - , MOON N Silt - g m P.a, On) - Ron.m a ".,, macO R w v� 56 midC.100 .."°`"+, . O we c.�c .Aexn.c rem Mo. u,:..wa x A COMM •u sro..Ba enam. fq�l., . LW NWVEIm 10 O. a.. P 1.11. • OTE a.o TM. N *00*FONACOO ° exv0A P BE 10M °OLCT r .ma MN atMON ocw.,vn WO EM]..r. VW w51. 21C s -,E. a mfr.= mml OP1°"lew CCL ce are as TO wwn. sw. a +mn areum .w..'Olial ±�s muaa•s *=waca WOK P0..wT TEN .:a . _, ., Tw , _ or 1.101. ,.Kn P. m. •.c Of moss•. xosn c Te TO. {ET-TOo�'P P.,.... `JT el AMID °°'w°'° SAN 567 trE a. ..mentlmmx. NM, it Indrumn MID 1o1 map1191141 ...I Ix my Fme No m•M KB* suMmen ram Mouemom mi mmr MM. MN CORBEL RECINSTRIXTIPH DETAIL if oC3 i1 CORBEL RECONSTRUCTION DETNL MOW MOW la SAN 557 rarr�rlCa5755 Table 1H.2. Meaning N eLyraHail an Rypiml AppliraHon Diagram. 12:1 wwwww wewwweww. ow: Op, ulamn • lwar, dm y a r• `; tiger 0 OLNx sin aa.�.i a®.xpq'— — —11 LIQ, 31acer *her ▪ , ® T.wl n.MNan�xr ® irm'3dnhrM g rcciy 4x ulace T hlv epi. a11119/eft, Advance warring Sign 81N0.0 w.a lxvw°w 6114 13. re • 7111. GH -d. MI.glnp Tape Laaa,hs>b SpaeI e o11 C lumens Wee 6.0,c1Clerrallc fie Om. Low 110 NAIr 1 le 11,1.1,+1,aiw aarnlrew 1• rwwa..w 111,11 OFROM CONTROL PLAN — LEGE0O s :ms 4 ro:e• 'Tte. AM.p ate wd r 0ner = .�eaey,la.. Trw N.p�a0 S ono; Bo er apex Sivpim MARX coxm0L .i.TAA3 ARE Iry .cmHMNCE yarll 'RW .0111114. uv UANOSY MAIL wxraac ormE3 NOLO) Al. Typical Application 6 /� TRAFFIC LORINX. PUN — A J SHOULDER WORIL WITH MANOR ONCROACHHEM sum Typie 114We:1410010 TRAFFIC CONTROL PLAN —8 LANE CLOSURE ON 2—LANE Reap USING FUGGERS SCALE t slm14d39 _ MOWcirc Nn SAN 567 cm moo Kant Typical App le*Ilon 11 c��,y]� TRAFFIC CONTROL PIAN - C �/ LANE CLOSURE ON LOH',CLONE 2 -LANE ROAD SCAM 1Yrd. TypICal Application 15 'RAMC CONTROL PLAN - 0 0WORK IN CENTER CF LOW 143LIAJE ROAD w•r w naso 'coining STMMS! IR.MTC OoNIROL CRAB ME H AttOROwCE won Rooks IAN✓w4 cw NFOISJ MINE 5001RpL OEVSLS NOM TRAFFIC CONTROL PLN{ - E LAME CLOSURE ON MINOR STREET 051 m 3 3 4 t t t 01-1 WIT rra qm iRAMC CONTROL PLAN - F LANE CLOSURE ON HEAR 9OE OF AJTERSECTIDN r - -• n ryNT Mo.. TETT ETA TIET VT. AMR LAM MOST NRR KAT t t � TLgeAl AppIEeNEen 22 ,�. TyyktlA T' SOENSARm MUTES cawma DEeM.S ME w A tPROAARE Nan TWA AAAAwl cR M$POAM *Mutt Lamm. pEOCES (ALROD) ,-L 0^ LM'PL FFC CONTROL AN - c o ,MO tT LANE CLOSURE DN FAR SIDE OF INTERSECTION SOTS NE TRAFFIC CONTROL PUN - H LEFT LANE CLOSURE DK FAR SIDE DF INTERSECTION NOTE NM 1 O 4 � Ka 0 !1.1 3 = s v gamr6039 AXRO MARG b. SAN 567 [AT mai FELIZA TA]Rai Appllatrilen TA TRAFFIC CONTROL PLAN - I HALF MAO C.I.OSURE ON PM SIDE OF INTERSECTION HT3 srmomp MEM CPAs& MAAS AFC N:CORDANCE rpm Rea ou lAprom TRAATIc corona OEMS (kmTUT) TRAFFIC CONTROL PtN - J 1411111PLE LAW CLOSURE AT INTERSECTION NAAR RIS 0 TRAFFIC CONTROL PLAN - CLOSURE IN CENTER OF INTERSECTION wax IR. LI1 0 0 .r7 a 39 man amon SAN 567 grus5 TRAFFIC CONTROL PUN - L CLOSURE AT SIDE oP INTTERSECTiON KALE OS eTRAFFIC CONEROL PLOW - N 4 INTERIOR LANE CLOSURE ON AWLTNARE STREET roAFFIC CONTROL P1µ - N e1 $ ENPORARY RESIVE✓'IRAL STREET CLOSURE STANOum TRAMC CONTROL PUNA ME N NCCO.O.CE ..RM TOAs WMML ON VoMAW VOA t. WHTTh . [AWES {MMTCO] FaX*0 [OW FA ' SAN 567 MOIO ALUM 6016 ...mown Km., v�vv� TYPICAL E. CURB A GUTTER DETAIL m azar WI MT 4^ CURBS GUTTER DETAIL B` REVERSE CURE S GUTTER DETAIL CAP SEAL DETAIL NEW CONC. TO NEW CONC. CAP SEAL DETAIL NEW CONC. TO EXIST. CONC. CURB AHD GUTTER TIE.IN DATML SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK knr in Gen0 0.10 SURFACE S SIDEWALK SLOPE SERIND CURB NEW TO EXISTING SIDEWALK TIE-IN DETAIL fua xr+f N 0.0n1501.00' 6 • oaam w wucrr TYPE IV HEADER CURE DETAIL 00, TO —10 EEL pNgt 12,e1/ CV rIGLAGGGIG PLAN SECTION A -A 5' VALLEY GETTER DETAIL INIE a.".E 'ns - �,�� rs. Kr nen PLAN SIDEWALK DRAIN SECTION E4 Eumx_ cm,zirmvr.s a .l•' Gc+697 o•+gov WM. :t ortrtw.t t..ca- w 1. c«, cwa u 4- - ` X 1 MINN sial eO ld nwreV rwre Req — �reraisMrxw x•s isnervel 4 124 S y 1 IMO / l f >Rtrocc WHIMI XI dillmem 11012 1001 r _±war r -e moor . (Yer_aecue e ORM • ORM 01 011•0100 Ore, lk FIAN riff 1774, TIED SZDE7011-ff ox 10 RAI wf eau mffVf 41,111• 00,10 MO. WA a cowl OPPRIL _,a— PLAN AEILIk7YLYWITH arrifChED iMEN ILw' WS ID r.v SLIMVARVaDowCRETE n WADY Ee Salad T (n) WENm CR.) Avenel IV dmodamd PT-) ORNEVRT i+7 ORIVERVY fruNorcr61 INIMILKIROh Re MVO foloo MCI MX SKOV pI00. ra4• R Mkt V1000 aXit MOO r r• MAN, WrRO. COM 01 MEM MOR INe MR OR FS u• or axe VarteMOM aVvel NM ee `0= 1•. rak w'••ewer Maw re anran r.Enn +�[ mer TIE a mscaar m EE oErrn•wo m ME veIRR W M ON D301 ON ONIONS 9 WO 20 d 39 SAN 567 for nam srraass NY aha Te r., SECTION uov wer r79Ev imannsur •Pr TO IOU r-41..> 1 r.r 0..0 •.a • SECTION 4110 1.1 • ecan ni ldti PU.N DRIVEWAYin./777Eff irPo.• 3/1•u`W Mlpn Pe.•m SECTION w x aj af... ,,,,e, wwrevtR Pr Fns 11. •� 7 Y125,11110M211VME4DIBITBLABEIJTET.e®E MD. `,awns! maws1 coria Dira2 cerTO AaA71Al rPAT i7SMS47771SOIi ETAIA -2 was Kraft Moms SAN 567 em neon /EI 6255 wear..—ten, m 1.4237.41 - - - - -.......1114 _ 1 m E 11 3 WI s 14.an 1E 7,- 4411 fr 1.1 0I ...,.103 177sr l iwmmmr n'Il sl=Jwr MIEN' (1105elbd OBI641aVMMPEWr 3 PR 1 • w�... .1.x ..s iV r-11.5 1177./EfAori2Rnek-Sedfr R ..1..xx, ely J r 7,5ES a/ a (Ala,/ DAN11511611r STANDARD DRIVEWAY DIMENSION w1 MEI OdMEN � s!1seMEMI� Arnm mi Uri Mr= mrimm mom mem MI= mom esr.w„mr Awale re wee .1,. .ro. LEGEND (TREE TYFE) CNOT u4rn4 44444 1119 sv220 39 FaCee ewmar • SAN 567 v r main g 18296 BARRICADE AND CONSTRUCTION 16C] STANDARD SHEETS GENERAL NOTES: ti T. Berrien.. ono EIS-auto*Fon 510n4arn 5nee-e IBC .[serol fro 101.00.0 199 ippl .,0ea for pi aroma -it of ,00-0ry },ridn> e rt'01 W 00 r1411, teruc1101 .ay.10nt nrrK:ngor, 01* 19011.1 n lb.. .4• 109 lnfomaricn .04.10.0 fn t•r • 910.. me0* p• or .ego 01c4 rro11r0Nm11-. . 00.0 In eh. 'TVA.. 61:09901 on 40110,0 trpflle 0091,01 peignoir 11499001/1• 2, Rhe 0104104,1[1' 010 0,,100 of r1,1 4,0161 ps.lr.l PICn ITCA1 re 11.. rele00nefb1l:ty of the fnoireer, 5. the C411r40t.r may WAWA OWN. to *0. TCP that are CV. 90*O 1,01:7 499 4 Ileenaet coor.oIonol clothe., for 40010,01. T100 Uyl,Oer 0404 00,11.0, 1141 0.0 e•n1 C.erfr.0tar Prooa..0 ar.Ages, A. era Contractor i4 rococo-gib/a far lrun111.g arta rnlntoinln9 •rte 1,00114 00111901 devisee ee ono. 1n 1n ober. the Cootr,ctar morn r 491000. 00 11. 0rO.ra.. Of. 01071. of 0n, o ala..Irfs.? ere 0440 019 of Ow Enpineel_ 5 (400errio coign .TOne en110, Ong eN e,e,ra tr0N10, .n 0(411010. legit The 1ro0110ph*e S.111t ortterf0 0000,104 rn mon as the Arno -loon A.ao01oF1,*. pf State Norway one Tren0ppMplpn Off Murals IAA511T01, 'A Po -cloy on 6001e9140 Dea901 of N141.ryg oto 51reet1,- the 1,100 •040109099 0e0f90n 409901 • r 094011.0.-l!-90 ;ugogionr, G. OWI 903c110,. 0109, the Erp1ne0rf.1 may ami- 111e *en ROAD %PAX, 1h1FF1O 1100, MOTE. end .rhrr corm., .0404,0 011ns 6f the sinning 001114 C+ 9.0110onT r0 the 4910 01.04 900.0, continua. 00 tels mewl ifs. If The 00101.11 volrar Ta n0e01ete0 fir.,, the 00n001ctar *119111 r Ire 0010•0tOry trtm1ry 01916 06 &herr on 10.10 [,gots, Igo OCP sheen or es dirxten by the Ervinno, tree BEGIN 10.401ONE KAT s MILES elan 0011 40 00060.0 rp 9.0 .00rap-1.1, work 204 Waren... 1. I.. Engine.- may 1.0,,11. 4994(1 .Ir 400101,0 01140. 9n rte. 0.0104 sl.. 0, - engin. n,gFre0ye Ware ge030n .lam r' 11 goof* 000 tragi*. 1010+01 1u.trf, the 41011110, 8. 31 401FAw11 4, 040001uptea 1n 00grOfen.]o. Win the detail, fen.] 1n Th. Wan./ 31On Anions for Tape," 1ot....019105 Sion defog ca nornoon ' M 0. MOM 009001 snail 01 in 00 010 4r• the Er4$neer eM 1 1100.1,10 0 1001 90 Tey 000,0-11, before [114 alga IC .. ufecflr000 L Ina t.n0orary traffic control devices 1,01.1 In the I11y.trottons of The, EC .09141. 0•e er0,p1.e, A. ,x,100,4, 'roc Engl... .111 Oefvmin0 1Fs 000, 9000,0109. 90419-:1 0011,01 110,100, 10 he wed. 90. Re eno.9 01 8'[121. the WET 1ARNIN4 SIGNE 5TA1E LAW *ion, STAT ALERT 'ALA O. TEXT LATEF free 5109 petrel 020-194: 490 The IBM ZONE TRAFFIC FINES 2UNRLE • oitn .1000 anal I no CLA the TRAFFIC FIe15 RUBLE argon elll01 , rot10 relelfrod an Proie0r0e conelefing 0. 1.14 OF Poi le .....114, aye, pi Yr 0a 1409094tq 01161ng .0041 :.. rs.cle AD0 l44, 4111 WEER/ ALL. NOCK NEXT X MITES. C4Nlfp9ili0 one ENT P9a9 11OR4 4110. 114.11 tie t roe et .r near Ilia CU 1FNIt.. i1. Evaep, for ..994.&1 re.Nire9 Fry [Rte .E, ,raffle central Oerlos, enauld 4. In wore Duty write Nur* 10 =toadfy In LWOW.. aro 1e114140 0140 erlate. 12. Nee €nglneer Oda the 9101.1 0eoi.l099 on fro 00904109 of all traffic central 0101411. I2, Iroellve equl0snra torn venial., 1n01141n0.0reare' r.a ite .oh1t1e. 000? paring] par9 pay Fren trove! 1001. They r e910Is e. 01040 TO 110 010ht-of-,Toy 1Ire ea 011efble, 9r 4409.0 4171170 0 barrier r 0owarol 1, or as 000r*1e0 499 rho Er191nerr, TOPPER SAFETY APPAREL NOTES: 1. orrice,. o1 foot ono aro 4ep0Te4 to ,off le or in an 1149[ an 0pJrp?0n, .1,0fn the r1419 F-1Tay eh011 rear 01991-, .1Ii city safety00091.1 noetf00 me re0,leeTs n, pf ISEA 'Merlsr Notronol 5,0100-0 tar 1•1100.41.1brll*, Ap19re1, • 0f egoro010n9 revlesenl, 010 1004100 m 0451 fp9-01/00 .1.90094 eerfo-nonce err C 014 E . 3 01W, export`.• Clea. 3 00reente 4401:0 bei centInere0 for hlpn crofflo 90111.0 worn roe. 9r 01091 TIN. wolf. ogiE IPLOD ,10 TP roa MVO no snag_ -STAY, ALERT TALK OR TEXT LATER T 4, Vis*- . 4- �. cl•L '.11.0• , iLi- w 3,0 ,r..1,., 1.In• eons,, err 100.1. 0E0. 00 1.01.1 1610 .11.0111t.w 0 0*' oi, al. I w 0-001.1r T I IMITI Too a 4.4,8,1 Iro11y S1GN DETAIL IG2O-1041 oncy ore -4•,0119-09 0,40,0}1 10-011 e0 1 -too. 11n0 .err 0.011 1,014 4 Con•r01 0er1cee *Tat. 1dR9LPc efe&r ltee pr 1 °9100 0100ucts one 9001, a c0( 4.0 nay 20 10410 . on -1 ,o or rte Jeff ae4reoc plum, 4.10,1 or by b.fu-tint: Tenon Deparlme9r1 Of trm.tort.ta. 7,-erek, Ooerott*. 01.1.14. - TE Pare 15.21 410.1111 TYE COCWE015 BELCH Cep eE MEND CNC -TINE 10 00011041 NOW 20.1E 1000015 ECPR4d, CE41350 T FST emir= 9EgoOTNEN1A* MATEO1AL BPECIFIE41 lgN5 CMS! IA14EA*A. •Ro09[Ep LIST Heli m.o. DESIGN ILWANT • LEE `WNHATS V.I. *0(9101- 3T0n01tO .11;0111 110.1 015(04 100 TE011 19000* TEXAS 100040L ON 1010FOIY 4400111 =TIM .441105 6014.01 1B0PF IC E*11106 C1. 11*902RD SHEETS ET 1 CF 12 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BCC11-14 Eo Z O 6 u 0 eg n9 a s 1)LOT STANDARD DRAWING BC(1)-74 +•1°. 111 9EEvp 39 bps teed. 4R SAN 567 fin Altos MEM bye er ieca 2222 .ta111.2.121 r n ernrarer x Wllw. I• n Is eleir yam! "": P . ! r 0161 Ir arr. le Ire liong T-II4TET+SECT Tot biLbal 15-111-0 C5.1 LIMITS AT-IWF2I222TIWI 1. T.. us 3412 22 lee rrme eer.rer . Fr . Ire, .o a be rue ehri err i• 3. If orgrirecron ...v. rod al e 4- ieFrilese beg Cerengrger 1.11 a. ex 6.111.12111 gar .I.rf /len 6..61. I.. 1 Belli NAY Fee gen riggas w•ghre 931101 10'10222 ieri reer.32.1.11ti -41242 We 411.25• Fr. -+,1r ya sus. ooe 4X +r. a N 012!.4 atlr.x es re alar. rrs 12 72011211 L02411045 TITMIII C5.1 4144115 ars, Wee 41121.1 12,478 p ;1-4!210 E02 It72 150,14111412 AT •IE O!,J 1 . wpeXX 52�E2 i Si RP file 112.1\wr 2144 LLCM' 60 LEN 410223 011 104 sr1 F r 4' 2 , 1M / ew .I.al OP, .evemY{12•ICgp12le 221,2122! rale 22 .lsw 3n 412! or mum aye nge'4 ..rntl trlrer1 nvl w .1 r err... greyer 0142. W w 347,1O.1, 12 Weer w ..en rem, lel ger 2a r er .bore a,r 451-3▪ 4w 531220E 66i7/1 11221110 FOA T2O3 6E01111122 32201770.24 W THE 25io 2,34125 IMAM r lr Oa °N, 11109.rs LIADX 4422[ A 2r �1s1erier Ire 1244 AIEAi 31 XX I>•1I ,API ®IFF 42141/1. 2712721[1140 14212441 +1017 ME 1110 5222110 SErr 5242I40 e4.mer 9 221M 40' X041224 2322411104 44 r [1•,, 4m XI a 'r .Ir el u^ C425 C•15, 42. Cw. 54. x. W .e•• 1h. 3, C.A. os. 408. 446 3, w• F .r e1 1 .r So.411 ig 11ple.., '4 120 160 240 5 320 400 55 soca 65 r TO 105 1 Mae • re keg t or en 'b. lar. al inifir• Irene U111,14 111122u oro M ...Iffre, la.a.2 L.. a .1. al.. b. erig ore le (bre. liar. nen. Or roggr 0E M. ,Ions 04..1. Frn....rw ale glee! MD, 1.telaa lag ern 11•11....21m, - 6234X. •1A• 234X. gl221. r1rm... 2.l.e 2w feel w tee.— ml.�F,. r s1 rs uee re ler lemflrete re air. ger, 21 *P�wr2.32 rnrtrr rw1eu mrs rare. 2 111 11111 pop! . 2�In1.1.1,2 w— 42 111 6a,0n2eumfq delLT 8+114 1II • -"4=—"'x°X -n N [.2103.!0 mall ewemlr2 w 242- 410111141144 r e 1u ra4 sae4X 2410- W'v' 40!00.. rPa. 1 es.! 1122124 4.1110 ./gigi 27 fen .SWAT 202 12 w2r.2�•°we'e:21..!02 ler uv0re1 4 Ilr G41M . ® w 2elx roe 22303 , 0114-2121 e.�0 I gr�'�11e�2 fix" ger, re1v'M EYi•1 16 .ewre e1M.wr. .2210 AAo011.4,2„1•.I.erq.lVie.41444244 221. ;e.e . .4lrr 1 1.2.0. Ir4a b..aa, 02..000. ra,.eee.,12442140 BARRICADE AND CoNs7RUCT1f1N PROJECT UNIT BC C2)-121 I- 1 Iy1 �6 O v T)DOT STANDARD DRAWING 6c(2)-14 511.17 24 el 39 _ - memo fp SAN 567 04 �Irsr fri 6255 2; ... Ir aI 'I., rets Y .... k\k. h• .11d' S CO m E P1. R ». 6 1.... - TYPICAL APPLICATION OF WORK IONE SPEED LIMIT SIGNS Nrk som 100.E 1101ta Mall be rep.lelerr, *11191 Idled In 29.0,9...111. 112 far WWI i1R100 Speed 2....- m9 *1101111 e1 109 10301 Trp4pFrtertr2r Eoadnlut or ci Clty, Orellgrl 0 .rye.1enin to:armrptp 0119 61µ1f6 Reduced speeds be in the a R I5i{E i1i934 a ' a° ," ,'„ Ws Win fen 01111111 wase +Woo should only posted vicinity cu of work activity and notthroughout the entire project. 1.00115 u Iator Work zone epee(' s! Regulatory ¢19 IRS -s r I he -sec. d or covered du.- in p per 109 rryeR trey ore not needed. ylens�;� moo to _ a eel Kin ter akin i""" 1p,1rw Linin ;Nlls _ - h b . �1 ...inn a1ar II` e4 ,Men �., GUIDANCE LONG/INTERMEDIATE I. Y 7Q m1 FOR USEI TERM 1l RORR ZONE LI WOO 3m SPEED J..- an LIMITS GENERAL fit fiat so 64 ?II 4,2g.,rCORD 1 NOTES SPEED �Q a a rLhRc e1: EC7 tttl 141 >• d E tiolT 60 ems, e-1 G Ileot 706© e g CRY OF a CORPUS CHRISTI TEXAS Er E UTILITIES ••••-•"-- DEPARTMENT Oepwlmeni d gngineeKng Services 11111 /2w of e0'W mm mod 1I1nit road a Uswsd to tro Miami et 1. Ream later/ SO robe awe 1%1 to Moat he .ate 1111 for 111111914 of cmalrectlen 10e teed flc 1101,01 0111 men 05092999091110.11, a lost 1.111, Pollcee 1111 09.09 11+1111 11 of Wlor I,WPtmry Wool me prow* 10 Me met x104 ra.adir!Ool ionto 10e gemalr'a1 le 9. O.ps1 afk 1111. 09000 1'11.1 e1' anal! 6 1110.. when µ2.o 11 lel lwerpl0. o<ery P+ w 011110 m a09m•.1 oe 0 1 ry.r RlnlRna �� ee.nl0p Potent Len.'rnter..0l.te Tem lark Ione Spore Lind e1p2, .0.1,040404E o. MaeritteE SPeet pav .ids vel 11 rueirwea roe oro 41.101 on a0 ttaml ext ma wanly f.eltea 10.10., mold oe pea(.* mI. 14.1X., A rie141. le ielan x19 cal ivily .1 9eaan, I0 11'11 direction e[ ,11111. Rork aetivltr spm 0111 0. aliim a1 a *top in is roORNy +111 "Mire* o eaaad 09.0 Or mtte1101 M *0101.0 neee}3e1a for wax 909 lm'WOlow s, Maw.. wf5 it 011E to 2t 1101. mala Ig.cel 10,9111090 Oorppee aa0..t0ti wren35 35.= 000 1*.' .9. 1 0.S to edea a1 .0,...,1ar 1m el rnomoy garage. Ni..far411. Atr1 e''e 109 0.L to t 1111 i caner.011m &Imre S. Rem Van. µ1.o 111.14 .Ilry mel 1 ease a oa mama mi9 aralr 01 . Wits 119100*],. 0 Re. 10c aap0, ILp '9291 tl .9,11100' m 1..13].. ..l .1111.- am91}% fea I } le Co Mixer 6 Fear collet, .raotl Del minfoneom ef 11,1091100 moo v¢ 11crQt 00 0111 a aro et Mem ...atom; ., the met; ore. some 1'1411 411(0 11111 idr159M1le oro -WEED Mr' 112• tale. tlae nal tl. p.10 for Mould rail 1 1 0 1.N19. alt 0111 iaere¢ awe,* 1y 20 Ilm 9.02. i. 11-01, .i�. area 1ql p Ire norm ¢oa .1 I rot ea olio... .nnor Ca SNORT TERM M'WRl ZONE SPEED LIMITS aner.l�a tee roper •tdg11RG 01 CAIAI29 m 001{I. - Ia 1 O W - C 8I 1 It 0 C uu. 0. F ri 3 i O 3 II TXpOT STANDARD DRAWING DC(3)-14 i2014 1. of 5119 apt. apt .. 0e ...halo 101. 9, t2 11 0. 0r 0 t.eera toot ma Mlle 0-00=0 }.-eerie scam Irak. Ing 0 1.11. 'ECT 3 Ce 12 1mf010 ee11r91 wen 00(9,0 e- ealgrnan ere W.I. a npt 10 100 RE ploy rot 01,1(0 0. La arl00aa0r.n.1C. 0e'rlm,le� ark69(111ry la .1111111 10 fate M oleo •rowq a els .patopl 11 6 owe er .114.010 mm et 111091, 111 r nee oar m soy av�.+N 8191=., 4, Por1oble dvgewlc r 00010 .191 1.WE1. 51vt a.ra Perk Ion Spee- 1 fid soma el.u1¢ M Bo1/N m4 vrarel0 091111 0. Lov-pp.n (Irmo -u 10,111.0. .OI Men .ark eel+11111 fel. oteml4, 2111 melt .e}1a1}y 11 MR E. 09.11 Milner0100 1 r 0:11,1111 tai .199 coo a. ran.. e1' F4.1fea, 0 mee..1ar1 m den' 11 .w >-e ter 1.1191' em poly. H.. 5:m.r.9 Er Cow* m %I.�I. kr. Iey'Eaad 1.1.11.0 6 v.,- 111 r Me.9 a a... 10.- a1T melee!. 1a.00 tore mottle w;emi cr...m p(5 00 vk Oct, inn Sol Goa 1.1911. ,02 0.1,11'1 1 0911 op x 1'9= 019 r ral,0,4 epees soy ...lel 111 IeLT fall at. In me 1411, olefin memo els.pwwwn BARRICADE AND CONSTRDCT 10 HORN 1ONE SPEED LIMIT n idC (3) - 1 4 t rr A .7. N 33 011e.9.a1. 567 V r. .aa1- 1 In..V..."1,0 4 61_ Iea.5 1-01 1 111 .1. 1 USAN rmElr g 16255 0 ] , -�.I� • No ''N rbYSY. : 6'r •... h� •; �NL�� TYPICAL WMIAWi 4LEAIANCES POR LONG TERM ARP IMTPREOIaTE TE1M SIOrrS Y�6 1[R9L .01rf rw .� [rets- .Ipa 1n o 1.9.... ...lnn oatr _.r..r.e �. ". eeluw. irrp.T....r.r ...� 7'71"'"' i. Ix, d. �a .1 NX.11.e 4 1 r_ mer er a 61[.11 N +ti [.f.r. spry Kea. x M r.ex�.r4 rr. E R It: 11,10 _ • 11011[ .1 •aaB ,.ta L. :"e. ..=L'It1117 .,.,..44 n..•[.r.,�...$4.ow �.,. swiss .V R7n �7. ,P....r.sran 54.'" rrr'::::„w n31: POEM 7111 ,JI I �ronrs,irewrmnv rw+ 4[npl� . �... N n el ., err. . P. a 1..�a[ w........ we. In I.r..... T rve..nr1 N dm.. N rIH .......� .r4r nro n., x11. •r..l . d. 5. T..t 11r.r1 tAm ier m m m. r � •p'•M 1° rnw. xew.....al.1..nF'{•qK. I lie Ia. 1 . e r et... r_neo1. Ir.w rti.r_� .an rem Malrw• oeevr,r. asrt_. ,r. fm.einm�n �r.uners,vI�u"a.p.1..4 r.. ....x_r..,x....,.._.n. T 4. '.: ..�tn.....1...1...Irm.re1_� !..A ,� , �..we.MNrP1eerr....w.....r...IPo. .w1.�.14.11. I....... - • rM 4144...1 1.....r..l...x........11rn.....o ra. x .1..e .... Len. 1+.+01 .• In.•1 +v.. n.1 nee W. MI Kele . x r. �5 a� p 1e1. .1 leery am n,. I. a rane.�.w. v. wen.. Ker:_.. ,ns net. r .Ir..1_ nv. �w 1q I_ . ,e� w r,wrn e..p. 1 �. al�.. _ ,� �.� ankh CITY OF CORPUS CHRISTI TEXAS UTILITIES "^" DEPARTMENT nte.r mamt of c.q:....&:g Sonia. lr �6ry,t,yyr.ey YPp1,o N AMIE ATTAE11ENT 4*5 m'°. aA 516K Sli'PO50 •044Ptin 4 r M1 or ear.rpM i-0Si.K F l.. h`eo _ _ T. .• M.w rt �'� a 0Y M Y.a o..sx .mam a i N. aa. gal ,44411 .[m ,I a.. _ . n...r ,. 1:4'1"°'°"1 „, .411 in V a. �. ar.w •. 'e. 5..1.we:.r.w44 ..tar.. 1.r I. w at r �5 w .1.. O. n...... ...l.. ni nts �` B. ...-.... ...,..ap..1...n.,a.T.. n11.pl. 44ad. nen.. Ira 1.: t ors 000111.E o _ 5101R r 0A1 WI IM ir. ire ... a ..a.1 ._ .44444 ...:"'l. �. In . ti mna"�`"pnt ' n.""en p le Rel... ,.. rA \. rr,d� A ( d7Fa 01 al Ione.. Eat. 6lat i +rS...,-'.nim ...• Ker ...... n_ ...I. , xep1. w1.. n n..aa ..o.� . r9 ea.lmemir rsrlww nr.[ r.r.e .a siert. m 0 .[. ern I'so La Pro tia. �'� 4502112 � � 111.51 Dr aRTepf6 01ry011 Qt Ss01111. n m.reex a .IA .a...lrp H r I. 14 m nnow 4. a•..way.l. 1. vewrr.l .1 na en a 14. al rre.lk. er se.' err or.. ......... ree._ r.a[dp n..,.�n.,• P. • atrypRt. IL It.pIr lIWI Kell rat a .rw51ne , rr«mrw.. .m as etrelr [16431.44 nal1 m. u ..• 1. Ir...I MO Ctin111:rt we..v.. sew ti.- j111Ne v IMO q .1...x54 .[.pit nor.5v.441:.n 1.P., 9, 515 .ar.. 1 as...lrrenl.. I. .,., n an.. .•ri•, IrY MI....... or 16.11[rpais .'nee cs.�r iLe.m •"nel. x �'^I°^" .e. _�'...5..,.. Ps•.w,gt - ei .a 0.1 x w, Ker............- x 4.-. g u6 tl fm 11. V ¢ a °a w�w F O %.o # G13 TXDOT STANDAR© DRAWING BC(4)-14 011.6R.....1.e 1p.t.i. .. ._.I.n1e wile w el ie.... '. g� 44 ..rel r. . .11 wax. r.r.l.F r. NwrInilt I.. SIN 1. 0rry .l W. Xp1E e14Brlpo.la SrII 61N 7L erIC1151 10 T1'S.IIFlb 1l' poi%ire) a Q� r- ream n. a.l .I...n. a w�. wx .r.r� rls.m� u�N'tlar m'.ew'''•ra..•: 6�.i��inln. arws.M rn rrni a e..n.men n • Solente.ev. SATITI .r �1K •. .e,_ r 44 1 N... m 5ry Tel iv. 1. mal. non. xa ml.s mono. en...p. �..,.ne,e e- e...rn. .w ill .. 1 ....e,.e.. ...iv e...6 ' rig. I..1.I..:..�. mem ...... tH. K Mr... m w, nre1 �r'...ere a �. m...'my.nr O.......,.i..w.l1... .rp. .nn. .r. .14....r„r .x SIOP.SLO. PADDLC.5 r. s•.vtlri .4411 v. ,n r1..T .at.e ,.....I vary to �w..� *.45.11.4 om.1..':. en. . 44 a n- vied a n1..1..' w mn.pe.ml...11 e. 1. 1101.01.111.4 a 9.445 .I.. a.r-- COHTR5CTOR REW1Rp54110 FOP DOA 1111*. P 141410KT 51C IS 45 THIN THC PROJECT L1A11TS . er• ,f1,11 al 1•011E NMrom+rti [m .i r '..41.4,�gr... 1...recs.. In. .s .. y1. .....-.....5 r ..61nx.`� c.f. .n. z1 we .n.. a w Iwya.• . •41...16..... a.wolen 14.1.[1..1 .v in .P1. n 6td1.. •511.. emrl ra en a1p1 awelp 11 ..�.F w ...... .'.xr1_..r ..e 1, 11.1/11. .11 4. 4 .. °m+T1. ,. I.e.pyrb I.. n. sea kW _rr rn.. 1n.1., N.[6 ...len, 5.41.ON i+w:.n... ar•m 414.x[1, .qfs, In roe .r �:�nn...,,�lA.....SO T• .11.11... ,lm dn. .,n w. O. SHEET A OF 12 i- rwi..a.....e..i r.,5 m.._I.n. w. .ti.n1r .. w. e.11 �.14 awl 4.11445. . .1. 4.1.041 Oat flit tun rlr. .Tl1.n..o.e. n.44*59 .mrp.. 041, 1. ft., ti .m. r1 ..� .a 1.11.1141. I '{i- >FgrDp //• k .NnPtlIrleNwp 1.'nrx'r'1naP.wdwReF'�.��- N �,�, j�fUlj} `.s - ,e i111,�tIIn a, ., ,, ,;°vw„'�aW,'P',',;,�M`,b;" 1111,. r1.4.1114 on. a e.�a.. b �.®..BCf41 POT ewi m ..4..w ' •we 1..45 BART CARE AHO CQNSNOTESIGNS TFi1PORARr S1GN NOtES ( ) 1A �r,�w anr26w/"//..11 1tm AR16 Ne. SAN 567 k:. ,� I--= -.I ea Mi TI Lr111 .... rr.,a, t....11. r1.. • s K n ..I: � r� .. '.. ¢ .......�.�. ...+..- • .. a 14 a®.ee ,11.3.1 T,. I. new.. [..T1n . Menlo,leen r rat nail 1.. .pe.4o;, e..r e ' 1.n e. .n 1.1. .' oanrnax1#L4ii,E' �. .441. I.A.. .11 romp SKID MOUNTED WOOD SIGN SUPPORTS 4.1 i011C/1NT61tlCfllATE IENI STATIWART • PORTABLE SftW ItlUNTED SIWW SI.PPCRTSII 1 Lep Hi en wditivdo own., isNsrsr_x OACU SWABS REFILL IIg1NE vw ma ..i. rvswnir WW - GROUND tb(NTED SIGN SUPPORTS F :...r. 3.sT Y.. .s.. .nml. As Lis w n.:t«•ni...�1a�4.a... 1111. suers! N 11.01 . w..raAIL •111w. Ow- Nswsll ow .ftowt n.irp errs 19' 'r Iv. 12 rw It111411 M• I s M. 1 NI 1. C. i MOD POS STRIA! FOR SWAN WOWED SIGN SIPPCRTS SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGs! SUPPORTS WEDGE ANCHORS OTHER DESIGNS I 02,s1,2 Cs yfsl rco ORI n h1.4 WNW" UN Mc ro4141 Csi 1116 C . : wc.TINA fi AA NOT row tang", jelim Yee lw mnp iw day � v'�w..e i riiti.r Yii.. *br..ei .sias Mbr.,iwl" SNEET 7P/i3 �P.d...P�.,P...1.P L aminiculE AND CONSTRUCTION TYPICAL SIGN SUPPORT BCI5t-1I O r1 E WQ .iyy $x HC Q© *w27d 39 ,yam �u.w la SAN 567 urr P*ic /E16P55 I L. `4= 1.19 W 1", s. bT �1�M r +LRE relixW NI1EPR-a O NOIR Cs1W I nlrr 4153E Tm1F0 N mMrls RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DUFFING ROADWORK ACTIVITIES 1111, FOR ARC 1.x...0... 10.10[ r * St 11Th En8E11e.- my IMMroke other MOMS not se..1,1co1l Y cOxFe1 Tore. l r,.I.e Ria..,•,. 1.a 0000 • s aW.I. °��-� PhoSe is Condition Lists Phase 2= Possible Component Lists. ON. Na•ENt �I� R000JL0r'SIRarp Closure 1.130 01Mr 0 14101Pn Ll3. bCtI01Y ro Td13/EriaCr o0 TFover F.G1.1 ren y*.131 r[ $ I.1st 1131 NnTlce Lis} m+.v.+... 0.0 .... IA °r 0. Ie 0.0 oars, .0.M m arra.. rHxt- ,. ...fa lam .au. ram • o 11....a,+.r. [.IL , I[.xlra a 'Enes[L' to ,., a. FR([tµT CLOSED 4 ME FxpNr&0t ROAD 000E0 � 33*4*8 XXX Fr ROADWILE REPAIRS %%S% FT LE MIGHT FOM lc Oats 11012 AT Fa %XX% SPEED 05011 %x la TuE-FR1 x% Am. % PM Iw um icor [. 1!0 u1. r, no mrIl, Id e' � r.u14 be ~y°, � �. 0212.. CLROAR. OSED AT }1 XXX SIOU-00 %r0[ FT R%RXCCr LME XX. FT DE0O1w IF:XT NCO FS USE XXXXX IID EX it WORE RAILROAD CROSSIM 45x(00[1 SPEED %X VX APR %.• xx x wtx Au T. ' 0 "a 1i l+ 351,31 .1 �H'. m.+' v... 101 NW.cryl.'2,s MM me mass, ROAM RSO 04 FIA ESI[ IC/ORT [ll CLOSET .Mod Fd RICHT SR 10.110011S %%N% . FT 130.31., % t(1.1 x 33 131.E WEE E%1.r XYx USE 0*11 1-%0 MOM NEXT % 3RtF5 u1M1ARY, SEED 01 IFN SEETHE ~AV 1rn.0291 SR 0M. 1.0 Peln aq In te.. mewl+ in of xr !°rc „�NaaWIaA row moo 31 LIMES ELMER RICHT X LAKE OPEN IER0IID TRIUNE 0%04 FT 0.15T TRAFTIC 5033 FT ST03 0[ US %013 SOMFH 1,5E [-XX E TO 1 -XX Al PAST K %%X Ek1T *0115510 00130 %% 41.7 5Es1n5 3340? 1R 11. K 1.A, �.a p in:re „M e 01CT• S.Nt 3103• CENTER GOEES 0ATTIK LAI[ [1.0513136 4CAEE CRAM 13x1¢ FT WE LIVRESF %%%% FT 1R ss 1 u5 404 r PATCH TRuuS F11 x1XkxTlx TO %.s%%1•%x Rm. EXIT EXIT 3r 0-5LAK kX Fu !a W CITY OF CORPUS CNAISTI TEXAS urluTlfs DEPARTMENT DeporlmeM of Engineering Services .0,0002 11CT 01. na n°Ii011.10110. 0- wrlaallr ms. _ • ........ um . IDIOM XE LAK CLOSURES 33.11.[ 37 EXIT MONO %MICE X MICE ROUGH x%%x FT 01 MR MR SMOCKS DEFECT DEL Off u5 Too FM %111(% ... F.RV� Ip+ 1o<tE%wx 4111 13330.. asx i . 1.•ai 3 3 15..4 InwA ars 1. Me RARE, 11, NOV .11., Itlal IMO, M 0 „,ek 1111.0` 5 .- VO aanse 0214. 1.1 a..A1. OA, ow* 1rr, a 1F4R1WL CARES 0.45433 %1.i 143 405130 0 101.E KMDIa= RASP 58 %%%% WAND. NEXT 181 -Sun OE:YS 33* 5100 u 33 Y [d Yx MA i MOAN 140104 /F0 M 000 OM 1113 motor .a 0e Ir1 In .0AIIIA 1'IW rwe.4 W.+.yO d.xlr tit,, er 10 was .4.., m 1..33• ai r Imi+m"fine' 13 h..s. at aar mays r.rcem.n•am• mos ralr rpm 3a 1.00413% CUT axon MONT LII TO BE 0.05130 6334!F 01.11 FT u5 x111 ExLt % OE CE SPEED am FT Eno xou 04R VSE I CURE 10 1rtzT TK AAE X%. g '3 I1 e►m34, r1 r al.oa aT.H: 1.a11llyl :Jr2 lis it .III Incl 1.r 10 I01'4a 0212. ..1xu..a boil 5'02,202.10112 w'I b .AInMMs.d 4 AAM.• sd,. a wlw x AvlAmrcl rxe siNs'�a4. - W44 ARl041.[41 tlO5E0 •.3135 1.1.05130 IV_ -FRE TRAFFIC 010 3 LOES 45005 531.1 ry USE OTHER RBUTEt: RATER Fur mdE15 TGNICHT xx 40 i 43103100 0m wRr10 3 510[02 rmm 1mx rrllrl0la 01.05130 R 1..21100 ]rRIA1r.. Loi Loma0L M11.a1. 5E42MVO ONE [ .N 5s 3s1IIa,Ime.l*l33 11 a; '� p 8 YY Rp p 2 GID a I e '[� % i cs re. U Z 4 C O c 0 In O o ..-L.L. T,- -x411 C/C t.. . `r r. -.,....s t'RE. Tr � EdT *401.1131101 CulmEll{y sde]Iln airmuTl'1E5 _ L4t+-ia� wr[ xWC b + fra n.Rs . e 1, i aff, .0 eKiA1 R 14 al, a¢ dr°so,.,r 4 m t.'r �®® �'A�•-,�. r1 1 5, e.N..'t....4marre 1.10•00.1., en s, ear 0000 4 Y hr� i =1dY0ER.M�IC T� 115.3na...1� ®3•s m 3313 I.b app • ax Ira fn 11.1 rrt a.x rir.+d u 6 �4'�Si EIiL,:r e�h100. MPR I a aR4ll%WL .. ia, rrra a,n s n $ IM -.Elia w.• R mw e ^rww 02 v. .+r -e I. e . r a E :r v14� M n "' a 2 1re va�4[fo ..ea .0.1.1• ...I. As1e.r 11 ., a 1w as ren N- 1.0.4. .;" ; SHEET 8 OF IE - -x 3306 $11.1•5 RI1H[N 11•13 R.0.8. SHALL BE �IIIh1( fMAlIQ1RRlL OR ^",'1°e1' " w' r� 031301131E RI0510R OR SHILL NAPE 3 MINIMW OF F0IE1 131 .x...°r..4......X. 'ill !< „.•1 131054 1[ PLACED al ng 1. SLOE O Ii51REAM SLOE of THE KW, '/1¢ry 1343301130 TO 0413 0[RECT]PI 30, 0W. EXPRTO TO OstC ��® Of TRAFFIC, PEN EXPOSER TO Tin (FAT TRAFFIO, TVs, MOM OBERG BARRICADE AND CONSTRUCTED i ®Qa 5HOLLO OE 3310000 METH ONE 0001 AT 0A0R 1.y 1ME FOUR MINERS OF '00 OMIT, PORTABLE CHANGEABLE ,�SRcs Fu>_ E onsra- n3L 041311 Km 51u5 II[SSACE 511,71 IPCIA51 I gar126 M 39 Kraft 557 1.5ailitr1 ° 1. Ian NII uxrls roe Ory. r4.ra 1x Asti aia, a. Ipr.•IIxh1110I.tn,s4, 1. rat wmintai, as tad. IA Xrx •s as' '•133103 wc[ALE lora [IBIS• am.. E t Jf�wC� . s,a° • O10 TI ra.10201.9 rr111w 1 a1 r Tor Eva Fon Alm era • n,1. m.....1 tm O.Far, Ir BL 161 ! 4 r�c.nc� T rr..l370 1.0011.00,r p°u:w I. 1.y1 Ir- mf In '& 1""'a�GTrS�• 4P.4urr u" MIS., INN 101! 0%.re rr ea w a .nn pm.r N. rmc.Am.0 va a.x me .r+[.n. et IAN r. .I., n.. r en ea mama,. x ri4M •M,Irrnr, �. °.•IE felw. mr.rRlar rFJ 13%55 em„m • Inures. 141..., (Terumo gi-nuM.r realm w.n Ira Irl. 1301 .moos ,0133 m kr.., ry rr .a.. r cru 1 ... 1•n1 <+., r. I „a P j� 'r cu C C '7/1.`- RR\\. I. I... AMI ..I 1.u..-.-- re arras ie ie. lm�rrl rr MM rtl. ry.elrierNwp. e. u .r I.. W I�eI1 N _ W .w. are Preset L. . ebru L a., .er,I nr� v .`die.. .11 � e ....1. 1 i n e W1. sem` , � m r I.R . Awe T New 1p• wr 1• e«v°:« �r twin. .r...1.-.., .0........ m r° .r a wirwas rb. u ..Ion mei rte` b w nom l .., ., r N. ` i IpiL !.iliiN e • LON PNOF[LE A►� .wrasur .rr.r CONCRETE BRIIIIIER ILPCBS alp 11 e *ZIP Oa. Wm.. wolir ° C ren le 's`Iii h fel Irl 1110 owe. (a/l>CgETE TRAFFIC BAIRN IER [STBZ ••• S.. Din. •• • M. I. al a. eN. r' O. .a Ng falaiism alai 1. eoCII, i an Iry In I J c411. •loll el... 41 b • • Oq r:r [ .1i Cu9. 4r *mei,. er .�rrfr Ir..... • •.r . I 4� a �i� r ��e wI ..141 . im Mrlr Mrlrlr r.1e1. Re 1'ee el _ • • r E. .10111. .Im.aeo la.�.._ Ms Ili ..tr.r^ . P.1, 000101400g el. BOLPMILMel. YR. ie. vo- lr..rl.elr. nen a ....wk.- . EMI CRP= 411PoNII.t D:uwO eaullw ; C+T? OP CORPUS CHRISTI TEXAS UTILITIES DEPARTMENT Deportment of &pinaerinq *wnFeea Iw�i 1.1mil .••r ., 1411.......11 neIF. IM no MIR..`.m nvr wo`nerOn. all Pi.. wllr rr.ISlr. Ate rMr+n In DELINEATION OF EMI TRERl1ENT5 `Mr. - 1. 11 r.411 1.w.11. In.n..a P... EEO.. re fennel .•..rw..m d r,. CI.. c trot ',Itta N.rl m rue•. ..In color m..rn END 1REATNENTS FOR • • • r .' • 1......i. .114.r ar1.I.ri °' eu r'x.e. nap: I. 1 EIZE » rlr illn rle To tin ire r w pr ewew..N.. Inas.�I` krs 1 .r,r ne+I.* . yII M rnlr.o m Nrrer. tree a 11. nearI I. regi 1. erll...e w ren.,!• �• en. IN MOND mNES . In wr. wry„0,0 de L New .ie urn �1 ... .e twr..11rr. niTeti Ime.wrsly ass MI LI. . lar40 ORM �wwr Or . MOM i rt.. •un.n. �pl.lm..• er Fa ixrrap II..1r. .lrII ,.I,. V ry Ell.. p of a. m1 `i Ir e..eT .L V. MVII r%rl reAnit 712,1°A176 ..mlaa�r. from r.e. .r. 6MM¢ } BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS mjnon. .. p.IM•. I.E.°erTlr' ""401.• MO..`N ... II 14.0141r n.,e..a.. , e.+ rlwnw...wa I. or..I».. ... r RIMING I.lONTS op Irri�er 1.eo 40 a ..a.w ...Jr e.g.. mi.. •.... I. 1. WM. a•rm11rN N .. t!J sa Mil ore lMwewrn er a•e.n.Et,.1.1.1 ire.e'R' ,r• ha Iwr - M. 01.111., •r` 01 r[+r l Ilea ro �••r a y44 kA K+IRt v Mn rr.rl s L 16 m M.• .. en e.sgvwlw. I. are .,.e .11c rant..R. .1.4... 00 ale ewer 41na kN...pt.rM1.... mnr..rrs l..w r.1v»i1... nom waren Z N ig F W t< i 6G ;ll 3 e 9 e TX DDT STANDARD DRAWING BC(7)-11 1 IffidI[AIW1.5. rue rem a mr IL 11. »�`� ' Ih 11v+..wri f b r w..V �' 1151.111 m, ri u DICE 4 Wm , lo. . "...1.Iw1 �L� •r ., ml nr IL, a. P. b res . n r•r . . v in.E. •r 1..,.� r rr. . e.. . x. ICE °.. w.. 1 .. e,almle sea. r rlc°mn`e .N.'OR 'la. a 1.vn PRIMO LIG.+ S MATED oil hw5TJC mums L.. d.. a1 .q. 1 Trpm rrs a v rnwlIle R. .4 . 4.111 �v In rw main r Ir rmawa re. s. ..'NI 11.1 ark. b roe. wow.. „low.. FLASHING ARROW BOARDS i 009! •,.~ ” '� n ..V _ e». ssrIss 0'6 hash`• IMrW. se Iass al..�rwr u...-, sheer T 09 +a I mai t VW RIiM+MOP, ros I ee .vn A.`r a� a ,w �.......10...... yr roni e _ / Gpre..vms•.prlrw. "• INW{•1I]Ip1[o NiTEMYIua �plOtell REFLECTIONS MEWED l.1FUSTIC Mill( 15 N 51155TUOT.E FOR TYPE C [STEADY El/Ill TIMMINS i'Orlizi aw 4 r e ,,n o rer..ye e..• e ry 0.1,..• A. Ino arl eae e e T ler w..e a,„Ir... r„» .. EWER A. . 1...N .. r. ICEr .e+.,,4 r.r..eq e. rm. 4 .nw..e�1w r., er r.1.--rll� 4•wln. rw ••n en.e•aw `a` 5 ......1 ....e,.Iy.6,6PM . PM,larMrl..r.rl».alrn ..a..Ir....a....1.1.0.11 r1 ,, .r. w " 0... 6. ....1. rw.r. w Irn h.1 ..n1w u• soft .....v...e lrry muff... w w.•re44 0.1 I.. n I.I.. I... ....on 4,15I, ICE w ' 'm. ..6 rro"".r.":” r'e »; r. .• In mainw :'.mr �rw rl�`.••I0 wtw n�.e a ...a ..w.I, »wf, BARN [CAVE AND CONSTRUCT ICE ARROW PANEL REFLECTORS WARNING LIG41TS tl ATTENUATC BCi71-14 a 9E17 r 39 AGR. OHM IG SAN 567 m OA ea ...„ ;aae< onr.worro.. Nr us. am • r. n... . :.R �I)~ �Jr, :; ,x. r. -0`e: r roma. Ise .resew m.+ e, ped 4.1. •..s..., Ow. T. lne .1.... ••.4.4... «,r1.I a .... m. I. rim I. 1r ... ' a a car maw EF16255 I1 talc at • •' • r S1S ,-� r l t' +W.; 0.' �l\\+. DE1.FAR WITSe Ep L �� a'1 •• ...Fr .. mall w aw a N'Mn ryp4 T. aI ..... 1.M.11.....•• a.r..n. w. a.Iea •N3P �. a.+a aa -de, a1. ^ .n : Yr t �� „ 4; iaFL Y �� w a1 • nW R61 .•V.. .1 it 4.1 .,a.111nq YTi.1r161162. ,Iw. aDma.t [0! . .w• n era.• .a 1. .01,11...•• 6.} *a1. a ler. .ew I,.aY I.. mime..arlal 1.a•.*..wi.w 1 m rt .� WO OW.MI r.�. ara a ee..Y.ne WW1 MI a• rales..- 1 •.•rtN. ✓ S -.a k .e 41.. I ®If .3.n ......hare. a w ...r .1.r ,am .mal a wrrn ceentel es....• [eal,eµ Is, la. lro.rLe mini P..Im Lt6r• sminumm i Wv YOIaa •• f1ss• drolly .r a 50....30-. 11' .2,• . 1.' SI, �i 51 c raa, ea. as finial. •rY.'µ...an,e ee ea tt. dr. alts11 .0e.evY a- Mat.. 1..�10.1.O.10 II • .�i...e DD i�.Da.vry Lk ,e.ala,. a...Ia.l L.., y Bi.-,- .-1.i. P ll.. 11, 94 � Rhin .I 1, 0. reartra E •w la PXIIIPT b 1.1.- en siDeDere Nma. +m 1... W. 0 .0nua.a. I. al..- I P11npGE. AILM;PPm or Wetal arann be oMOT Daw�m IIUG,rnra k CEKI•DL KS REDJEREI(NTS 'ww .' e1.'. w . arm m. 13.1••• n .m •.. ,. Ira 3.e for N. r .. ��^0 • DlceraR DAM SIGNS, ENE'/1iE.6 MW YEPIICAL vaRELS /IOMTEb 9g N Cx? N H W 7 F. c3 i - w .0 4 III } IM - rti�fge111 1.,..m mw .Ic•136 OM PLASTIC DARE ?'K ,k o-. e•=•o� - a.er� . sm,w0. 0,1 I r. , .I....t.,• mid w� 31 !0 ��eki '•e..e 1 �Lrb.10.5 3• G.+a• eV Train vx 10w .Iw•.r,n m�re.o ••••inns l..i'rer.nn .11 Id a rl 031.1.11 .r a 1.•r Tao.. �a roq w vy 0.110"-. era 1301 ... a.a � Y 1y 'S4 Do ellen 3. . lm raaeanes KW .0.m,.a.l* Elba.•• b.., m. r A.. Me... I,1 Ii. ya.a,a ..3...-I. $ a.al i. l. .0 01or " mar a° ..d.myeryn mr .ra.r.e,e. RE iI1p1EELECr1 Yi: SIEEifRC ► w O..Ww. ....... c a.. n ed• 1.1.. ref e es ,11•11..0.3 a3n I. Mit 1ra .n1.3Nl ala..I 1. 1..�.. mi .11 Pirn,IY arRia MI rammw CRY•WIRE WASTEWATER COLLECTION SYSTEM IRAQ GROGRAM FYI& TXOOT STANDARD DRAWING 8C(8)-14 enrol P° arm.- , .IO, , I.. ,� I.v ,.. x,. I. u.a a1. k. wmla 0Incr141 1RDICA•tri RIIR1C* c[r[crAwE PEDESTRIAN eraREc9. is ! ler/al1. 1.11..... ire .x•.Irte• n m..�r..a Wad a aided ..a .µa11.1 wl1.y la R 1R.o.m.. rS-i.� It etl M.II�wSwac,'s,h • 417, Nm RALLRsa I.4 aft.1 lax ..M1 .1.11.10 1.1.1. at• 41.ncr.9. . •.... lar! ,. 1.1••• r mesal or .ryiGy�. _ efr6 -n ,a ran.a ..,�..m.Ia 't1. ea Ilm.11r.. ietEEi E or 1.2 IS a.�.r� as m e.,..�w .rran edge. 1.a. a,rr e ..1...I-: m� I.. 01. R m.1. • /�•°+'Im`r^e1. �.. . rs+aaacY Iae4l161. Ira...... c. e<..a,,. 2. Rem .I 1.n 1• ,.. oal..aeeei eNt..1 .- w I. r .1100 r a.b rt•.r 31.214.. 3. 6 11, `..et a �..,eII.P.,�.a x40 .'"` � '"""' ... , w.1. r.. �... r „ - .• .I_I� a1 „a .a eea.I.Ies a a.I...1I..� a... es �.....,.. �,.rwe .'...1 ••• r.r.a.a .104 .. • e.1... ...Id. v=x'.a',1'I�e a °:. d,.e a �.e.t.a..Ifor . . `.a.P.®........30,1 Iarx BARRI CAGE AND CONSTRUCT IO CRAIDELP1I G DEVICES BC (8)-14 i sem-r3da 39 MOM 4. 567 _ .10 Ir aliar areiIf.. trr c e1. . morft ..,� roll 3.1. • .r.r1�. ane ne .Ira ... . P .w =' '" 114. m •a moria .rte In,WOO Q:'�" _ . 1. 6�., aaM.A.. 1. �,- anan .. ..... F11..f IEI6111 .-01 0-11 hWe a°.0l 9 '`.4r�� 'I 77,' l�S •••••; ��•: 1 --1 ir M `-1 1. Trd ► tr-- l h� y a » n la 1.1 h a... al n.n: GENERAL MIMS a �wwlapl. N-N11r1 .rye I- N � rE +.� 4Ile e a. e ever ir re. . • rig 4.11 111 MR ` Onw.eee.1 1.11.. DRIVEABLE `n �oe.1°"" r..�..r ree1.1.08n. ie.:d ro�� .wogee aA.. Hell.... m.�ar 44 o,.r...e..•.er..44n44.1.3. w..rinvw 444.14 th Nr w .. o nwr 41.., m.. ore iv .44,.1111...+. ». .... rrr..r. m exert 4133 .*�.•.+r ..New .....4114 ex.. ie 344 AL..:...r• . V Z. r•' i jtp 4 �I .1114 Ir 41.11 rcli rraiw CHEVRONS fine Fare. neer, ......N r.r ma. h. n� �Im,r„wo�r ..rnr1 mx.. ..e .1»n �a • • 1. .. rrm a I. r. V. a. 343.4411®11. IV r r., I. IPP wlfrcm runlet Ppch la IALP t, tA441 Pt �• �� sv n a �..e Tmm`%Br ...Pt'P e� ,..e1" 44...'r... r.°..3n 4 1,9 ..l.. . m. �ror.... il.r 111111. 4C 263• 1PO. ri• LIS .144 s o• � reou• 1. - a.M onvaoa Szo• • +.a CITYWIDE WASTEWATER COLLECTION SYSTEM IOAO paoanax rriE TXDOT STANDARD DRAWING 90( 8)-14 ... R .+13.3.1 44, w .7:-.41"1:77. e. L..01.Lp1ALL C.NBQ121NG BMUS 1µy3 L .s 60a' en• Shu• * 440 W' .Yu' ppii.L9LE r nn.....�� i.. .a... VERTICAL PANE! 5 [•P31 11,era.. W.e.. Peri a r. epi.• a.., ire gre m....n.....r. r& n al TALO• *�. . 'Sip• 33' w- . . N1lwrwi•.0.na 3114 r..... w1 w .4. wi w 140 44114....1. .lol1.e�a.rmlxrwroiiu le M .. yew. ...are �r . wren L Y'..r.. I...... POW WO. etm w�me. mw...1 1... "r" ..3».44 fiw VAN , 1441...,..4 �v. w..,.."7:24:-, ..l -w 9uGGESTED IMPAIR 'SPACING OF u.ea...m •rrm or r.. onN. CHARNEL 111K DEVICES AND ALTER BALLASTED IrSTEYS USED AS BARB TRS MI MI WYI DESIRABLE TAPER LENGTHS * Anraa�.ir..a w n. N4r _ w.. 1. 44.1.144 w.n. r..o.. .-1014 m v..u.b`..w.T.v• mermen Set ET 9 OE x i� ...Roo err 4...r Ia.. .wrrsm. .r_ ... A• ...r..4.irfl.w.vYtl.r % e Lw yu..l...,, I. as me me41. ham.rW..'wle vnmrno n. °:`�., r. Ina...1�I . 1 1 .. r„e 4.31.,3. _ e n w ma war- remove fi.r ew� .M1..-�•s+.aF n. v..�.e..... BARRICADE AIC CONSTRUCTION _ +w. .....11..ielxllr1 1..R9a.rr� am' CHAN'HEL1If1M DEVICES �rr«. 3w no ...,,.1...,1.44 RB..0. ..Awl... .» m 3r��.rw44r44 r. t°.'.': m1 w ... 1�a>a ..,..n..: 47 14 S .3.r 39 SAN 567 6C X91 14 OPPOSING TRAFFIC LANE DIVIDERS IOTLDO 4 .LOP OR •AOER 4ASTED SVS7E16 USED LQNG1iW1NAL C Hm041.13 NC �V CCES P. 44.epi �r �'� rr I••. •+. I.•ri "1-.4, .� "' . a ON BARRIERS 3133 r1 .. s^` 10414 014/44441 1Ei6255 1414 3 eau 344315 r. a.. - 1 'art 114'11.0111"n 34 . ..r141" 14 mt., 3034114.. 1-..v. 4431 a r we,1a1.. ea. 1. '°' -4vlyi w 1 01.44°m1.R 1.44 moa tr..e arwq W ad re :44'4"0111.41. 30.W.. .,lpl.e r.1r�1 w �1.14(3.14341nr... 3.11r x ran. rr▪ 1W.... may 414 rpme. e 41444414 WOO. 6116. uo mranal slaw 61�l31. w.w W+ 4.1 14....441, .311133 1f3340aro 11.,al3 oarPa PM aer la. a 1..Ws wow 1441+ ▪ err 1.41p� _ m. 443.4. w 1.mrk aka.. man.. moo- ono a ▪ Also bir. arrroom.nuke Lee sexWow t4 a.. nm+.410 on,. eree.4al. la±1.4 r344.,�i� n ma ere. gal 11. wx n owmp"+d1m14.visip� 011144.- f� 4+41r 1. .c pa... Ing 43.. x14... M., is 0.1103. . • ,. � f;.. ram 1 „4�,..r *Wow now 1,420160.1.,14Ma.sap tea` :ma am▪ .* .1.1. mildmireffripennambledaat...-.. Cr RAI MIN mak alba wow !Wow. wo f .14.4+33.1433, 13. a II•ara p on I..r1M. WW1., II4e1413.113.. 10.94 44-4+16x3.133. ere14.d.I ohni1 I3. Be 434. m 0 .141 tamer?. m.lw1}_ A N.rar4. TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 4•.44, r =a. ram aro • :141"TYPICAL PANEL DETAILI FOR SKID OR POST TYPE BARRICADES ramp 0.01.43 11*11. o-.. PEa0EC /HE VIER i8o1V on Darla noOntr 4.1Wo roe mi /lurk.* aa 116 laelwb prMm WO/ ow ..444 r 3141wns4.41444. 4. 33.1. Poole Ix "141.6 x I.5x4145 puma. 441- masa Y..a 1 rv. 1x13411►. 4 401.3aynow. 1114 "P..s11. x € Wow .3131.3140. 44 or 44441314e41..44.3. In In p.m.. PUN Y1E4 TYPE S BARRICADE (POST AND SKID) TYPICAL APPLICATION • 3.0•364. ears 2. Parole coopleata• N•clna 3..am 1°lama m n. al. , era• Ilan Po ..1....443 4210.3 44.3• mai •area re• areaor .S111.perl Ada,. LEGEND 2.01n earn or wk. .. x Macao pato Pal war. a. o. �;:3tl I M..enr1 ..,1:4 W..3. e 33',...1pnn4;LL4 PLO/ PIER CULVERT 415E35110141 OTHER ISOLATE') JOWL 'R1TN5N 1HE PROJECT 4111115 4 CODS 14441/4/44 Wa41 Ira 2 ram 00Oa, a daero arm :1104 ••• 1• Er ar manr'r 1..:.4,.3• eiraa 4mtWlp I ° .I1. e ✓ I�Im ps..11ells palm. m. ll. Inhale TRAFFIC CONTROL FOR ANTERIAL STOCKPILES Orr -Pim 44.x3 L.Y 1,..4 431.. x43 ...11,"33. 331431 .1 4 112 le. 3-111* ow. 40.111 Ia.1 4.0114.1 .e1111r 94 ,3,. Irl131333 oho. �bl°•4.e.3.*333 are X13. r 144fr..,r14•ni133.14••3 4 44 2. .2••• .r ....lea 14rn er 1* .11.61.14. 3.1 14...1:... 43.. +.4x x13..1.xleank n.3.. 11,., Is roPo0 11 Yap ela 1. .x"xrlsr.3.+I.�',4 In .43311tH• woo., li: 3: e1PE � 4 1.31.3 0.101..1 4. wi0146° 14±414 03a. aarao 4 44331 at •1�1 440 h,. Mat WW1 Pd 0144%,.a., a -4 soar ar.Ie Iew.nreact. Ow-41w. agt rl.l • rne ail canna owa,i4 11,3•101.• la Owl arer33o re .:an3•w3.3... Mario.a rf.r 144 `r..r.+I X13 3434 �• 4..1/44o e, w'rIm ®.m Er WW1 541411 Nls1.141441.x14 .4-4sl+4.!4 «..1414[1 .44,11 3..3 14.13.11133 1414 001TE Rom4 x3. FE PM 41 .e'i.E3'1 Ur 241E4 331'43 2012. ERGE41NE 1 144141£1412' " 333±.6 0, +1•11fIc 0 ,drk ±1133 .�..p. 641113 o1.V1 11 063 x 146443. a.. 3.N In n«11rNr. ...1.. 444 33. 3. a .,311, 0434• o oat 1•11 Oa. 1 .s moo ro avc. mro3.e. am Oa 4.....e € 11.1 334330 01 341 as Nanaa Po,a: ±134 4 e of 144 ••30 1 1 14414.• 51110,41 .N.aNrn 1y. . 4v 1443 4331.1.. rir ..1r. .rl Pa 314 NOP Fa .r.. 114433.152,4.. 1 p 4'444,6 1 4+ 14..1 4. rar..rl. 411. a 10.33r4* �i.0 1..:3.,.3 el.3 3x331.114 ue1, ,. T1.... mot x1411111144. 11 x43. 9MEET 10 CF 12 BARRICADE AND CONSTRUCTION CHAPFIELIiINC DEVICES BC[1O1-1A ;4..401 44o , 440 M mil«...3.11. .m. I» •3. ▪ A a z - g ti 21 1 34 a O� C SE41 0 0 z 00 13 00 0 K g OW 32 a 39 seam lo OPMV ea SAN 567 cm 33164± Af SG a • 1.i te 10..1 r 1W'op lr i' '. eft:' � • �«=Q'• �! 1 ••• ti\\•' ir TM/pm-pry FIs*dila-RV I*Ptlw a "OBE ZONE PAYMENT HARE PCS R0[daby Wrier, Tata DEPAARIENTAL WEVIaL SPECIFICATIONS a e aMu 5.51,lMAIM IMEMZela • I GENFRAL 15¢MgVAL_ Pa _PAMIRS lark] NGS 1pamem.timem.Ws-•195 S a wa my oW .Iyx re mm rap Masi V. 09 9 •N/0909914 Perm naaw}+ry u.Ifle MMS 1` *, MI araMrer x rkA PIIWINWE ap[ ava[ tw elA MM. fp' aPeMaO{p TFAFM +p19f PR. Ht vnr •� •r M• ww [M9aYYr i[mvMr aaaFfajaq I •wI[as 15.1•1 am . r...IMP. 4 r "ma M a. y #a®. le . al Of • maae 4 °m Fiw ieNDAL6 MIntrIlatN'E owe#V: Mama P1.N01 lmat Irma! Mi!Mina. r ..I, lerawue�re .lrewrflW 3,11 T+ .9 9.... r x714. era q, am +•nw., �m Na u rM1. .awry rlw Nly+m nw•iT uelw NO M. p rax am r°, , eI IMO NteMaly .aaeee MM •191 mr+MiwYr reFFYe NA many We Mamma 11•mm M MI w lYwr. Eeaawr a1.r 5. +N all Me Mai rm.re u mama, al . samMim •ergNal sn wallas w Ler mm nIIrc .1 m n w Me11. le 1pr• n rr IAM.ela w MM. eF • rWa • lw 4. 19 M no MM. Moll M er.Mllw. STAPLES CO MAILS ROLL ICT E USED TG SECURE TE1PORARS TLE.1IILE-REFLECT EVE PRAM/ RORER iAAS TD SIE. PRAWN/ S4A%ACE CITY OF CORPUS CHRISTI TEXAS UT UTI S DEPARTMENT Posrfnmat al Engineering Services EMI I • mamma Min Mara Mawr *911 r r Sac . y +w . ^ ��--" I'pl I. ro Zia! m9WWr .111 Meda h. 99449*D PAvEMEN1 MOWERS MA,• minx elm.. MM. M rnll•vi. arDpa sof mar ua m0.drw.� am ma aP.R. Maim,. . a-• -a w sl en Mk �*w•ar alma *arn1999Ir ear.. 9.1•19 IM mw Mar re ' Mr1ial9 I.ler'N Trym rr w:w Ina Xra he mama raw Cr,*W 1515 Ir G9:r.r- r144. t.�r+wa..o r wa m warp till ear wlo- lel , 4*9al,xm M94, a- Pym 11401!? M M51-1.1103 PREF A9RI['A TED PAVEMENT rwlictios :•,Y71 f4,4 wear ib n�f wl r ac.m ....e a.. Ste .r• Mmwnl . .9449. 141 r 9.. .x =:{.=-: i=.- 9. MalMat 151 nrirnm me .�_ ..� =•.1 - m nal. 1 6 1, *0.191. rr9a.kma Comm m.lryr .1911 Ml Ir..a.19._.r. .j=515•M . 4 MIMMO Mall 9999 as 1 malaw *4140•414lay m ...� .r 9 m. ..... amyl x �l gag:. air; ran 1515 ea nom em.rr nm. maim,. NAINTA DUNG 9909449 ia*E. PATEAEEME MA#a INGS r r r r1. I. M.... w-a rel aa*r ` VI:0s 07.11 ; Ir v w rr .1>a.w ., 9157.17.7"— CITY-WIDE WASTEWATER COLLECTION SYSTEM IRAQ PROGRAM YYII L3 Ca C 2. IM zem mama MmIrtg.re M 1-MGM M P.M. 5•1115 mall. m an. Iw.19r .eine r mi .a.�nim.-�9.... 4* ....Iw 141590 PAYEIEM MAPPERS El$ED AS GUIE7EMARBE name elma:mv e.r.. lM rax Is m. mmalp 01.10e• la •a. mml. dm dr l ,flras`m r9s•arm 517.1-4•10.mra arm .11n ymr,keka l+.11 n xwa•9wpwNww et IM ewNrlsres 1. Apia mama erre mm r w'aavu wl r Ir Masa 1 ..m. . F. MrMaanell 4.0.0 4915e'm as mama Marra r. ratan iu .•I. aazzar elwll ea aura. rrsM x arab e erx M nAwylrr mlara tura= mal. a miannee u var. 11 1M • ram Mier- .0.,U4*1mM. SHEET 11 ax Ip m wTrwmwvdar. BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC!11#-14 N saE33 a 39 RUM oMI•laen SAN 567 —.1151 ( m I r9n 1 1[n 1A .."' '"' 1 m Masa OLLIZEi PAYE►IENT MARKING PATTERNS 02. .T ' 0.A. A p TO lo R• +'0. ,•.Mer ,®. Ari.. cr7 ta,,, 11 n..Y..i•. Trr bal... Rr.2C1pIPW mate! 1••P.1106. - FAITEMII A rI8.e 1.110•911.1•111.10 - MM. A • in. I1 -A -A Put£e re.IRf ..rinM1-- - 2&TTh • �.Rli a !MOM MAIN. - MUM • •t=!.0.4=; ".�"� = =b 1. `.e.• ° m..'4aol�. CENTER LINE 6 NO -PASSING ZONE BARRIER LINES FOR Tyle -LANE. TWO -KAY HIGHWAYS loot 1, 4 • True 1.A.'P.Olga •0.e rra P.e a T f A� Z; "'Tyr. .11:7 nnn •hw l-OLIelca.aO ilf.......e.a r�,nra. 1110040, law** uswx11lMUMSea ^••� ^�+' re. roi x*mant .rr n.albly.. prima 10..iµ Trot I•e. a., m.r EDGE 6 LANE LINES FOR DIVIDED HIGHWAY I IR .244 • ea. oo ..�"oge "•C =.spa.e o.......eee e.e<ss..°.e..eee' .�. PPe eee ...� T Se. !Ma ra' we.11V .4.40+1.1 •w..m 0218.0 ...mp1 we.RL P..rm. p.p.rP.ml•and ""' LANE 1. CENTER LUES FGR RLLTILANE UNDIVIDED NIGRNATS P.. "•`\.P 40400 a = - - 1. 13 Doi e r pal xGai >w 1 xi ... ggeuou VI ...........Bea Tae1RA RA.ri[W M.Y11•IS 14, 1.0.10.4 WO. .n .44,10,1. v8.02.;.vv..4 p2.ey IAO -RAY LEFT TARN LANE rano r.PM 2NS2K STANDARD WORK ZONE PAYEAENT WARGINGS DETA[.S SOLID LINES 110.161E •ala- NO-.455ING _ .- LIRE rae Le r2•T se• 4n 12. ,.e. e -AB 4:4/24 4, a..>. To a e e a u Ja s V , i EDGE LOC a n.l ,pp • • p *coo e a 01 S10! E 1.- ° e N2-04551 MG LIRE I•-.� r WALL.. '1,14 80. 2 0 _ LINE .... 1-r re' r, n c o e e e r. An 0 o — lir � CENTER • 1-10 LIRE LA --,0 111 L1122 .411 F.,_1_]4•�"'^�./ TTSvin.w BROKEN i LINESarn *UM I ARI •4444%.. co 160I2ONOP L IIE rax ��- e a ry. ITA 19-C-0 I I40441•12.E 0244(1IGS 11000 1101121 0222 eI1. 204.294 .001'd•.100 1. , t. 1 -m Mai.100 .'w. ler weean. gor LOS Woo., L 4142E0 12 OF 12 .411.4 R...* 1.01e.,.0..e11411a10100e a°; til'..R1 0100.1.116 a. BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BP.I1$I-11 220 010 13. 0 gE 0 DOT STANDARD DRAWING SC( 12)-14 i4i aaa 34 a 39 REM 11010.1140. 1i SAN 567 C' MART TF}8755 `- ma a eersvw.o. c M' , t '$ S � 01 sr %........L. -Z---:_ # �� I'. 4 .sem yIy' t`{ .r� - :o �:.+- - r- 7/1." „,,„,...e.,,,.„, SS[�±�tn9 raw 1 in*! Y I �£ DIAGONALCOMDIW TCN CURB .RAMP I rnrE i0I PFPPENDIClJL4R L'IJRA RAMP .. . • •P -.1'—_ R xr :. GOVV.x AAMCEM TV C #S) PEPPEWMPAP R7 WE IAVGENT Sr DDC CGRP %MPVS Alm LT ThWA D .W CROSSWALK 5RRENDCJYA5 a41P5 ti a y x D�NWw t. u ..r°a Dar. rr ......•r 6 q nwr s•wE e inpE _! 1 TWErJ CTT -WIDE WASTEWATER COLLECTION SYSTEM IOAO PROORAM FYI. CITY OF CORPUS CHRISTI PEDESTRIAN CURE RAMP STANDARDS 1 OF 4 I T s PARALLEL CURB RAMP WITII COMBINATION CURD RAMP DIRECTIONAL RAM, WIIIIN 0.1LIF'5 CURB RAMPS AT MEDIAN ISLAND 5IOFWALK ADJACENT TO CURL . .... • ...- .•r•=" W:. ••55 P64.0 51 IME :A.V'/G) i5•U•, 111 rr :-: ... ..... -- r..w o m � �.. - „.. rr '� MR9 MN. al Snaery 211135a 39 am. we SAN 567 Es OP" V rnae. FlZE3 FLUSH CURD RAMP AT MEDIAN ;STAND OPEN7NQIlmmo a PARALLEL CURB RAMP OFFSFT PARALLEL CURB RAMP DIREC7QNAL RAMAL WHIN RADIUS (S.NEwen SC1 BCw MW COM) ion.eucl ir15255 .%s 4�'.. .•r.• �11116. .*'^'• 4 ' • ,.a "i •.. � ` e`• .. r .. 5555 IA� ,vn5o 5070201 Aait17 45. 55158 RAW ❑ 1s (55 51FO ^a •. p a •. • S ' N Cri • - : ; s w : � r3' . 51 • tr!$ :- ..4.. i•'py ti�k\ \\gip►+` 51755.8 551-9 2581!c 9099719S 7•90 11+0 948 r' fC55K RF ME81. 9r4• 011115 54.54 K CW594C0 }] 998 Er541A1+fN PRAWNS 0Elel,lr4444 79917-7411 % 043E01.L5 ....Vs• 19 u Sawa wnr5a, K norec; 511 ....„7? 51Kf at 57401 71 4121 11,574,n. rwKw 504.7».404 5. 55 rye zr r7vss 157 d mate nK ETA. SMUTS f 5 X0555-5.50.14,5 e.H y my c Cp,S 11 . .e, 1r wR N. 5555 41012 rten .115 5 u ,a 505550 1 �wi 2417 on., s wr7srm505swE rry 000 004 MC 510x5'51 1.718 holy 9' w re s a •mi P4 8.75'7!05 .o 995 [0• -E0'O,.05. 1150447 s 2. 44+74 x 01117x1311 MSS* SLOPE w. r5Llxw.x' r RSavfE 4 r.M1tl7n 8,1504!75, m,KO{ NC .y 08 54r_rKF 19 it .v 711517 13 WE 91.997. 50 1.+455040 5147 x W 11554!4114.45501 17 Or .7/2' 151C8 Nov MEP h$50rr-BrmrEew4l5( Em145561, 2055:, WIEss ,rSwdufxw 55 0125 0501 1797779.9. 271151 50lyn]C5. re. CSEA:rc [10MAW A5 11 x,57141Ea'8arr ear sun,. .7 5r . s 0404 srr% DE • • Pc-3 558 041 ,.. .ressr �n 5.55525511 `1s 7.77x5 d 9E 0545 dt..7.28.099 99' {rxsl .155 ,2 r1+ SDI ins 5 S4*055415 .YW[ eF .r 11x47 r- 7x17 eWG0C7E �.n4ir 11 wv M 04240150 011 2 0450- -ug 055415057 5558.08 PO 11475E 45508 Ems„ 11. 195 0. 4 1 °551' m w'r S" 0, 4 1157 PAP, 70Er>na�R5 r ,. 400? 0,411 x .10527444 15541 5214 4rc¢ ar r>7• 5,K 5v t+ r. s� 10irewe1 51!.55 042 4!555.x5 .r r•-n• 52.. !0..5.52..7 ,11 055 NE CM' BS., ..m - 1 74 555!89144 7�Es4911 9140E x45, 4 600;0281 711550 !7127 4114cy (44 00574 20,547.951E 4,+75.1 15 700x441 .1 SPEER 10 s. 70552 5t a4x !BSE 00 470 091000 Y ,+1x45 ,i.7Fii55 11 $ 5ti 5 f 5 1109415411'151 1...30. 1114, K C dsear r OF Ms iz,7, r raps)59 f MK 04.RON GB 499/19. d1.'ea. xiK7E ,r , ...ELM ,r GOAORGara a•rromextr xax.mvc s,2rr rr µerre. s j•7Eae� Is f b•' i~ y % y w a ti 4 C �+ w � . W 7 24 a o IIi, 9 I r �M'F ISJ AT INTERSECTION W./FREE RIGHT TURN & ISLAND COMBINATION ISLAND RAMPS & 701109 .24405 0.Sr 00,17..1 x 47712 14.9.07 *4,x+51 0001 0100 Bairn 47 !CANER u, .tC' 45210 7011E trot !15+405 d' c1' x.1510 5 ,Ev 750415 005515 IPn115R5 /711 022553. 05010,755 Ow 410175, 754 07 02' BE SUR 0.x50 r7wc<r pax xo.,am c 0. Rae' r77rw5f KFS Y YM+ SCC 810905 9711.7•9 47.o, .c 2 a�az 0:1x0 75552 a• 0 �. r raw . . .` F7wc fol M new yR = 551 a'i`m 5wsw 75x718 4 z 11.1x2! +- 2fA'�i a FLAW 'ro ! ca / f 519 5 075.04,8 PI ..,vw4En 0,..,BAC ar 50x57 sd ✓ as ✓ OD, s n s .70.'11.7248 m<,{1 Rly MR-WS -n .dMaYASG AMA.1 m Lex1E5 157 c 5tr<w, w W.I. 140 / sly / DSO' KR,r .. 2OrF27' 79 55.4504! S MES Env 2f a 5575704 6775550 8 180872E ,: SrERACK WANKS ZOL910100% 3•A1 K TREATMENT AT DRIVEWAYS L CAFE PROTECTED ZONE PROTECTED ZONE ornIrm' STEAS'g, CLEAR GROUND SPACE CENTEPEO AT PEDESTRIAN PUSH Hurray CAST', .EASE.1 g PLAN VIEW argrr' PLACEMENT OF STREET FIXTURES .03 ATE: "ALES FOR 154444 LdS. 155041544Y CLEAR CITCLACC. VACS flECEALB(D A, PLAte LIS ATIORES) Erh2F2FILIFS2Mg F. ALI DAMS AK MAMA ALLOWLBLE P� LOS, Maar SLP]r OBI Nu Moe AnowEReg show. BE !SEA E F14 Fount. BOW OR AELLOBANEW Mal mints. am.. ...am aoroo sr.vo SAELPACE SKUNK AA) OMER 'mos 54 45 MIS ro .054354cr KETFTSUE KAM or ram GRoARA, soAcE Mg wuBFAT ALLSWEREL Donau, MOSS SIM FOLKS br. • somm. coon MO ofinss 20415 smvi 115 04 sionoe 1451540(5 55 541 5ENEVING KARA. ride COMAS wrrm NS sue SOWN 55 11455 LAKESS 07.117rsE plam FuALs o swam 15 10554 OTEAFFA AMA S. AEA FRE .r PERWITET 7, NC 45457 AMs+511 MOE solOOLO E 1515 TO MOUSE AOCESSLILL.F 4741 551525 01.570 65 15(54454 ARO CROSS•Mkg. (021144341 155444 estgeroFvag Age FOLLOW No- OWE 04' NC AMU& ROC., *SWAB A roonnoous C0405 SKAFFA NAV SS AWST (5 545,40015 Hawaswas Jar a= MAAS( 54 Ong 04 ROW WS or 7341 504104414 1155153 455144(0375, LodeOLLL., 403 4440 110 netinte o morn' FUESESAUSES "ROM ROLDWAL50 71KASS545 Gowns mow., fwAgysagS kW, COOS, orrrr 705 4.114 • MAAR. gerEBOLSOS 5A4511 Nor Nronkoe mu no- 45.5654 5444514.0 OSLO 01 OinoLSESSOLS FfIVSOBIB MOSS P. SLOELLALF SCABS ARC &Low ELsmooRE of ow ;Lou ns -4' AAA 4444444 MOnsitsrt SAKYS FS SALFF 006AFir if sat we OP par ssisr SPEAss sesE.S.S DETECTION BARBER FOR VERTICAL CLEARANCE <80" 1 4tL6N'41-':kq ,t-c:gPrjZ' ei g E iZPII 2 x 0 45 44E 1515(0 rc Pi EL:. E 45 0 fr Spfg 37 a 39 (0143454 ; S Aror oAN 567 Orr MeV 6E70255 DETECTABLE WARtIINGS..��>v..a 4c) e�e� ...4- Fe ry.• �.N • 03 N ~ ..� ill iii kT 4i .1 1tl-` -ff¢�,.. . may. SE [we Or PARALLEL '.--, CURB .,, L rr., RAMP �x tiro PERPENDICULAR CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE CiTY OF CORPUS CNMST.! TEXAS UTILITIES °"•'"' DEPARTMENI Deporlmen! of Engiieerins TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN owl.. WW1. +..mac «kr 4 1 CRY•WIDE WASTEWATER COLLECTION SYSTEM IOAR PROGRAM FYIS CITY OF CORPUS CHRISTI PEDESTRIAN CUB RAMP STANDARDS 4 OF 4 SECTION A—A TYPICAL. SECTION THROUGH CURB RAMP ;g& gago,aoage a � : i rni: v S DIRECTIONAL CURB RAMP n —`•_ "' . 1 r I . ;; — '^ .'{+W' r ,• '� �n..n.. �® i TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS V..,,P"'t rn, �,w�,.�. .a,.„ .,..,,..., ., .. SECTION A—B0 CURB RAMP PROFILE tl ,mr 38 ,( 39 MOM MI SAN 567 g CU RIP.L3 IEify= MIL osi CURB INLET - PLAN VaT MCC 4.4.1 40. cOrTISOIX rodk TEMPORARY FILTER FABRIC MANHOLE - PLAN INLET PROTECTION DETAIL :rte-- 51 CURB INLET PROTECTION DETAIL gwx ..rc.cr•rc:-+ LW TM ist 10 act 01 •001.1.14 Mame is A., 1.1310.01 4. CNIRT.:44 •31.110 1130:1•00 si' ALL . rKs r«. amass somsiT sops Or MM. Or Oissiti..4 iTOPORT. S. KO .12iLTOnd Mos ps mos As nis slums cir soma, is salais. A A \ROCK FILTER OAM AT/ EARTHEN BOTTOM CNANNEL SECTION A -A on "IOU 1.140, .111 tepi TEMPORARY SEDIMENT CONTROL FENCE DETAIL i°wasa'ry�Yar 44440. re i.wam 11427 r i'"'M COM. o. oar Aim vc mon re sic IRAN STADILIIED CONSTRUCTION ENTRANCE nni.1141,71111l BMW, WO., mos •irA sop Au33a 39 =aim mem .n SAN 567 Iorr Nara IFt5233 00 3000 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by IPR South Central LLC (type or print name of company) an November 16. 2016 for Project E16255 City -Wide Wastewater Collection System ID/IQ Program FY16. 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 - City -Wide Wastewater Collection System ID/IQ Program FY16 (2016), Project No. E16255 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 2113 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 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-1 Rev 01-13-2016 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 City -Wide Wastewater Collection System IDw1Q Program FY16 City Project No. E16255 003000-2 Rev 01-13-2016 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 BI D 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 ail 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 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 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-3 RevOl-'.3-701G ARTICLE 6 —TIME OF COMPLETION 6.01 The initial contract will be for a two (2) year -1730 calendar days) base contract, with three (3) optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 per year. This Project will be executed by multiple indefinite quantity Delivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, and is eligible for Final Payment 30 days after the date for Substantial Completion. 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. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. 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 City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-4 Rev ©1-3-7016 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: IPR South Central LLC (typed or printed full legal name of Bidder) WNAlviwAi'Ltut (individual's signature) Name: Bac Ong Title: General Manager Attest: (typed or printed) (typed or printed) (individual's signature) State of Residency: Texas Federal Tax Id. No. 62-1645414 Address for giving notices: 131 N. Richey Pasadena, Texas 77506 Phone: 632-252-4800 Email: bong@teamipr.com (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.) Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-5 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 003000-6 Acv 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: By: IPR South Central LLC (typed or printed) Name: Bac Ong Title: Business address: Phone: (signature -- attach evidence of authority to sign) (typed or printed) General Manager 131 N. Richey Pasadena, Texas 77506 632-252-4800 Email: bung@teamipr.com END OF SECTION Compliance to State Law on Nonresident Bidders City -Wide Wastewater Collection System 10110 Program FY16 City Project No. E16255 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest $UI'PLEJRNuMBEtt TUBE ASSIGNED ElYCrf`— 5 PURCHASINGDIVIStON City of Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171 12, as amended, requires aft persons or firms seeking to do business with the City to provide the following information. Every question must he answered. if the question is not applicable. answer with "NA". See reverse sick for Filing Requirements, Certifications and definitions. COMPANY NAME: IPR South Certral LLC P. O. BOX: STREET ADDRESS: 131 N. Richey FIRM IS: I. Corporation 4. Association e CITY: Pasadena ZIP: 77508 - 2. Partnership 5. Other 3. Sole Owner Limited Liability Company 0 DISCLOSURE QUESTIONS if additional space is necessary, pteasc 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," Nome None 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 maned "farm." Name Title None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more oldie ownership in the above named "firm." Nitrate Board, Commission or Committee None 4. State the names of each employee or officer of a "consuitant"' for the City of Carpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3°% or more cif the ownership in the above named "firm," Name None Consultant City of Corpus Christi Disclosure of interest 003005-1 Rev n1-23-201 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 Mat is distinguishable from the effect that the action will have on members of the public in general ora substantial segment thereof, you shall disclose that fact in a signed writing to the. City official, employee ar body that has been requested to net in the [natter, unless the interest of the City official or employee in die matter is apparent. The disclosure shall also be made inn signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)) CERTIFICATION I certify that ail 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, Tows as changes occur. Certifying Person: Bac Ong [Type orPrin,1 Signature of Certifying Person: Title: General Manager .`\,,A) .AA,.1l11),llfrr! i / Date: DEFINITIONS November 16. 2016 a. "Hoard 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 ;ikcly 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 ar 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 ar service, Including but not limited to, entitles 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 Natation 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. f. "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 ar control established through voting trusts, proxies, or special terms of venter 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 ❑isdosure of interest 0D3005-2 Red a1-13-2016 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: City -Wide Wastewater Collection System ID/IQ Program FY16 [.16255 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: IPR South Central LLC By: Name: (typed or printed) (signature -- attach evidence of authority to sign) Bac Ong Title: General Manager Business address: (typed or printed) 131 N. Richey, Pasadena, Texas 77506 Phone: 832-252-4800 Email: bongrcdteamipr.com ENO OF SECTION Non -Collusion Certification City -Wide Wastewater Collection System fD/1Q Program FY16 City Project No. E16255 003006-1 11-25-2013 Secretary's Certificate of PM CONSTRUCTION & REHAB, LLC (The "Company') The undersigned hereby certifies, on behalf of the Company, as follows: 1.) He is the duly elected and qualified Secretary of the Company 2.) The following individuals are the duly elected and qualified officers the company, (each an "Officer" and collectively the "Officers") elected by the Board of Directors of the Company of July 31, 2015 occupying the positions set forth next to their respective names below: Robert Steinberg, President and Chief Executive Officer Robert McCrae, Authorized Representative Bac Ong, Authorized Representative Christian Abels, Authorized Representative Wendy Wilkes, Controller and Assistant Secretary 3) Each of the Officers is duly authorized, on behalf of the Company, to bid upon and enter into any competitive contract (each a "Sid" and collectively the "Bids") related to the Company's business, and is hereby authorized, on behalf of the Company, to execute and deliver any contracts, agreements or documents required in connection with any such Bid (such authority conferred on the Officers the Board of Directors of the Company effective November 30, 2014) Robert Steinberg, President and Chief Executive Officer Dated: September 3, 2015 1ll M HlI1fl 1110 0 11l 111111111111111111111111111111111111111111111111111 004266481 Pursuant to the Tennessee Business Corporation Act, Tennessee Nonprofit Corporation Act, Tennessee Limited Liability Company Act, Tennessee Revised Limited Liability Company Act, or the Tennessee Revised Uniform Partnership Act, this application for registration of an assumed name is submitted to the Tennessee Secretary of State. 1. The Secretary of State Control Number is: 000324478 and the true name of the business entity is: PM Construction & Rehab, LLC 2. The state or country of organization is: TENNESSEE 3. The business entity intends to transact business under an assumed name. 4. The assumed name the business entity proposes to use is: NPR South Central The assumed name must satisfy the statutory requirements for that type of entity. 09/02/2016 Electronic Signature Date Signature Regional Controller Greg Baggett Signers Capacity Name (typed or printed) Note: Pursuant to T.C.A. § 10-7-503 all information on this form is public record. S5-4230 (Rev. 03/15) RDA 2458 APPLICATION FOR REGISTRATION OF ASSUMED NAME SS -4230 Division of Business Services Department of State State of Tennessee 3 l2 Rosa L. Parks AVE, 6th FL Nashville, TN 37243-1102 (615) 741-2286 Filing Fee: $20.40 For Office Use Only -FILED- Amendment # 004266481 .'• 4& AG rcu; E ; 1 - ; f '• : .' d.\ ..'• .2 45* :' TrerHargett Secretary of State Pursuant to the Tennessee Business Corporation Act, Tennessee Nonprofit Corporation Act, Tennessee Limited Liability Company Act, Tennessee Revised Limited Liability Company Act, or the Tennessee Revised Uniform Partnership Act, this application for registration of an assumed name is submitted to the Tennessee Secretary of State. 1. The Secretary of State Control Number is: 000324478 and the true name of the business entity is: PM Construction & Rehab, LLC 2. The state or country of organization is: TENNESSEE 3. The business entity intends to transact business under an assumed name. 4. The assumed name the business entity proposes to use is: NPR South Central The assumed name must satisfy the statutory requirements for that type of entity. 09/02/2016 Electronic Signature Date Signature Regional Controller Greg Baggett Signers Capacity Name (typed or printed) Note: Pursuant to T.C.A. § 10-7-503 all information on this form is public record. S5-4230 (Rev. 03/15) RDA 2458 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE IPR South Central LLC 131 N. Richey, Pasadena, TX 77506 as Principal, hereinafter called the Principal, and Arch Insurance Company 3 Parkway, Philadelphia. PA 19102 a corporation duly organized under the laws of the State of MO as Surety, hereinafter called the Surety, are held and firmly bound unto City of Corpus Christi 1201 Leopard Street Corpus Christi, TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% )I for the payment of which sum well anti truly to be made, the 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 City -Wide Wastewater Collection System ID/IC) Program FY16 City Project No. El 6255 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 materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the 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 the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th —7t 4 • I - (Witness) /Jvt ?J y ss) day of November 2016 PR South Central LLC (Principe() (Sear) By: 1"-A-AAA-1(VM1f(AL - 6en.er4 Kn.nwe\9r 1344. [ate Mote) Arch Insurance Company (Surety) (Seal) By: Adorn& 1s 1 f '-In-Fact Joann Dombrowski (Title) AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED. • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 AIC 0000191363 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT iS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. Know All Persons By These Presents: WER OF ATTORNEY That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administr veoffice in Jersey City New Jersey (haeinafter referred to as the "Company") does hereby appoint: Jessica Piccitill Joann Dombrowski, Marion R. Vfti=and=Russell M. Canterbury' of Farmington,' CT'(EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: s .i .• it •Any and all bonds, undertakings, recognizencee arid• atllersurety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein, - The execution of such bonds, undertakings, recognlzances and other surety obligations lin pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if;• the same had been duty executed and acknowledged by its regularly elected -officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and= are hereby certified to by the undersigned Secretary as being in full force and effect.:; ` • "VOTED, That the Chairman of the Board, •the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." -- This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior_Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and theigQatu Qf_th_em Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such r3bWer ssexeciit d, sealed and certified with respect to any bond or undertaking to which it is attached, shalt continue to be valid and binding upon the Company, :........ QOM L0013 00.03 03 Printed in U.S.A. AIC 0000191363 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this day of ,ay, 2016. Attested and Certified Patrick K. Nails, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. rinkefstein, Executive Vice President I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COMMONWEAL M P Pi NqBYLvlwiA NOTARIAL SEAL HELEN SZAFRAN. Notary Public City of Phllade'phia, Phlla. County MyCoxra:slamExpires October 3, awlT CERTIFICATION elen Szafran, taryPubli My commission expires 10103)2017 I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated July 5, 2016 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEFWOF, I ave hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on 7 this 1 day of / kiHeer.e_, 20 (e . Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 00MLO013 00 03 03 loan co ( 1Kf7RM t:Fiw4 y'1,71 ■174 Page 2 of 2 Printed in U.S.A. Certifieatt Nu. 1.3253 THIS N TO CERTIFY THAT Texas Department of Insurance Certificate of Authority Company No. 08-093922 ARCH INSURANCE COMPANY DSAS CITY, MISSOURI has complied with the laws of the State of liras applicabic thcroto and is hereby authorized to transact the business of Fire; Allied Coverages; Hail -growing crops only; Rain; rnland Marine; Ocean Marine; Aircraft—Liability & Physical Damage; Accident; Health; Workers' Compensation & Employers' Liability;Employers' Liability; Automobile—Liability & Physical Damage; Liability other than Automobile; Fidelity & Surety; G1asa; Burglary & Theft; Forgery; Boiler & Machinery) Credit; Liveetcck and Reinsurance on Ril lines authorized to be written on a direct basis insurance within the Mate of Teas. This Certifoato or Authority shall be is f l force acid efeot until it 18 revoked, canceled or suspended according to Lew. BY IN TESTIMONY WHEREOF, witness my head sad seal of ofd at Austin, Texas, this 2kst�yof November A.D. 2Q02 10$E MONf MAYOR SFONER OFI:N5:11RANCE Godwin O. ; . hcsi, Director Company Liceusing & Registration IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE To obtain information or make a complaint: You may call Arch Insurance Group's toll-free telephone number for information or to make a complaint at: 1-866-413-5550 You may also write to Arch Insurance Group at: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http:llwww.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVIS° IMPORTANTE Para obtener informacion o para someter una queja: listed puede (lamer al numero de telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1-866-413-5550 Listed tambien puede escribir a Arch Insurance Group: Arch Insurance Group Harborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http:llwww.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Arch Insurance Group primer°, Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 CIVCAST Report Created On: 1 111 6/2016 2:39:33 PM PROJECT: E16255 City -Wide Wastewater Co€lection System ID/IC Program FY16 BIDDER: IPR South Central LLC TOTAL BID: $6,931,212.50 COMPLETION TIME: Not Required BIDDER INFO: 131 N. Richey Pasadena,TX 77505 P: 832-252-4800 F: 832-252-2130 CIVCAST Report Created On: 11/16x2016 2:39:33 PM BID FORM BASE BID Total Part A - General $562.500.00 Part B - General $151,250.00 Part C - General 51,210,500.00 Part 0 - General 598,500.00 Part E - General $91.375.00 Empty $4,817,087.50 Total $6.931.212.50 Base Bid Part A - General No. Description Unit Qty Unit Price Ext Price WW1 Mobilization/Bonds/Insurance per lump -sum (Refer to T-000500 for mobilization payment) LS 1 5400.00000 5400,000.00 WW2 Remove and Replace 8" Wastewater Line(0' - 6' Depth) LF 250 575.00 518.750.00 WW3 Remove and Replace 8" Wastewater Line(6' - 10' Depth) LF 250 $85.00 $21,250.00 WW4 Remove and Replace 8" Wastewater L1ne(10' - 14' Depth) LF 250 $95.00 523,750.00 WW5 Remove and Replace 8" Wastewater Line(14' - 18' Depth) LF 250 $105.00 526,250.00 WW6 Remove and Replace 8" Wastewater Line(>18' Depth) LF 250 5120.00 $30,000.00 WW7 Remove and Replace 10" Wastewater Line(0' - 6' Depth) LF 250 580.00 $20,000.00 WW8 Remove and Replace 10" Wastewater Line(6' - 10' Depth) LF 250 590.00 522,500.00 Sub Total: $562,500.00 Part B - General No. Description Unit Qty Unit Price Ext Price WW9 Remove and Replace 10" Wastewater Line(10' - 14' Depth) LF 250 595.00 523,750.00 WW14 Remove and Replace 10" Wastewater Line(14' - 18' Depth) LF 250 5115.00 528,750.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Part B - General No. Description Unit Qty Unit Price Ext Price WWII Remove and Replace 10" Wastewater Line(>18' Depth) LF 250 5125.00 $31,250.00 WW12 Remove and Replace 12" Wastewater Line(0' - 6' Depth) LF 250 $85.00 521,250.00 WW13 Remove and Replace 12" Wastewater Line(6' - 10' Depth) LF 250 $90.00 $22,500.00 WW14 Remove and Replace 12" Wastewater Line(10' - 14' Depth) LF 250 595.00 $23,750.00 WW19 Sub Total: 5151,250.00 Part C " General No. Description Unit Qty Unit Price Ext Price WW15 Remove and Replace 12" Wastewater Line(14' - 18' Depth) LF 250 5115.00 528,750.00 WW16 Remove and Replace 12" Wastewater Line(>18' Depth) LF 250 5130.00 532,500.00 WW17 Remove and Replace 15" Wastewater Line(0' - 6' Depth) LF 250 5105.00 526,250.00 WW16 Remove and Replace 15" Wastewater Line(6' - 10' Depth) LF 250 5115.00 528,750.00 WW19 Remove and Replace 15" Wastewater Line(10' - 14' Depth) LF 250 5125.00 531,250.00 WW20 Remove and Replace 15" Wastewater Line(14' - 18' Depth) LF 250 5135.00 $33.750.00 WW21 Remove and Replace 15" Wastewater Line(>18' Depth) LF 250 5130.00 532,500.00 WW22 Remove and Replace 18" Wastewater Line(0' - 6' Depth) LF 150 5140.00 521,000.00 WW23 Remove and Replace 18" Wastewater Line(6' - 10' Depth) LF 150 5145.00 521.750.00 WW24 Remove and Replace 18" Wastewater Line(10' - 14' Depth) LF 150 5155.00 $23,250.00 WW25 Remove and Replace 18" Wastewater Line(14' - 18' Depth) LF 150 5165.00 524,750.00 WW26 Remove and Replace 18" Wastewater Line (>18' Depth) LF 150 5170.00 525,500.00 WW27 Remove and Replace 24" Wastewater Line(0' - 6' Depth) LF 150 5235.00 $35.250.00 WW28 Remove and Replace 24" Wastewater Line(6' - 10' Depth) LF 150 5240.00 $36.000.00 WW29 Remove and Replace 24" Wastewater Line(10' - 14' Depth) LF 150 5250.00 537.500.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Part C - General No. Description Unit Qty Unit Price Ext Price WW30 Remove and Replace 24" Wastewater Line(14' - 18' Depth) LF 150 5255.00 538,250.00 WW31 Remove and Replace 24" Wastewater Line(>18' Depth) LF 150 5265.00 $39,750.00 WW32 Remove and Replace 30" Wastewater Line(0' - 6' Depth) LF 150 5270.00 $40.500.00 WW33 Remove and Replace 30" Wastewater Line(6' - 10' Depth) LF 150 5270.00 540,500.00 WW34 Remove and Replace 30" Wastewater Line(10' - 14' Depth) LF 150 5280.00 542,000.00 WW35 Remove and Replace 30" Wastewater Line(14' - 18' Depth) LF 150 5290.00 543,500.00 WW36 Remove and Replace 30" Wastewater Line(>18' Depth) LF 150 $310.00 546,500.00 WW37 Remove and Replace 36" Wastewater Line(0' - 6' Depth) LF 100 $240.00 524,000.00 WW38 Remove and Replace 36" Wastewater Line(6' - 10' Depth) LF 100 5270.00 527,000.00 WW39 Remove and Replace 36" Wastewater Line(10' - 14' Depth) LF 100 5285.00 528,500.00 WW40 Remove and Replace 36" Wastewater Line(14' -18' Depth) LF 100 5305.00 $30,500.00 WW41 Remove and Replace 36" Wastewater Line(>18' Depth) LF 100 5330.00 533,000.00 WW42 Excavation Safety for Remove & Replace Wastewater Line(0.- 6' Depth) LF 1150 520.00 523.000.00 WW43 Excavation Safety for Remove & Replace Wastewater Line(6' - 10' Depth) LF 1150 530.00 534,500.00 WW44 Excavation Safety for Remove & Replace Wastewater Line(10' - 14' Depth) LF 1150 540.00 546,000.00 WW45 Excavation Safety for Remove & Replace Wastewater Line(14' - 18' Depth) LF 1150 $50.00 $57,500.00 WW46 Excavation Safety for Remove & Replace Wastewater Line(>18' Depth) LF 1150 $70.00 580,500.00 WW47 Service Re -connection for 8" Remove & Replace EA 10 5600.00 $6,000.00 WW48 Service Re -connection for 10" Remove & Replace EA 10 5650.00 $6,500.00 WW49 Service Re -connection for 12" Remove & Replace EA 10 5700.00 57,000.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Part C - General No. Description Unit Qty Unit Price Ext Price WW50 Service Re -connection for 15" Remove & Replace EA 10 $700.00 57,000.00 WW51 Service Re -connection for 18" Remove & Replace EA 5 $900.00 54,500.00 WW52 Service Re -connection for 24" Remove & Replace EA 5 $1,550.00 . 57,750.00 WW53 Service Re -connection for 30" Remove & Replace EA 5 53,550.00 517,750.00 WW54 Service Re -connection for 36" Remove & Replace EA 5 $4,550.00 522,750.00 WW55 Rehab 8" Wastewater Line (Pipe Bursting)(0` - 6' Depth) LF 100 $50.00 55,000.00 WW56 Rehab 8" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 100 555.00 55,500.00 WW57 Rehab 8" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 100 $65.00 56.500.00 WW66 Sub Total: $1,210,500.00 Part D - General No. Description Unit Qty Unit Price Ext Price WW58 Rehab 8" Wastewater Line (Pipe Bursting)(14' -18' Depth) LF 100 585.00 58,500.00 WW59 Rehab 8" Wastewater Line (Pipe Bursting)(a18' Depth) LF 100 $95.00 $9,500.00 WW60 Rehab 10" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 100 $60.00 56,000.00 W W61 Rehab 10" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 100 565.00 $5,500.00 WW62 Rehab 10" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 100 570.00 57,000.00 WW63 Rehab 10" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 100 590.00 59,000.00 WW64 Rehab 10" Wastewater Line (Pipe Bursting)(>18' Depth) LF 100 5100.00 510,000.00 WW65 Rehab 12" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 100 570.00 $7.000.00 WW66 Rehab 12" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 100 575.00 57,500.00 WW67 Rehab 12" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 100 585.00 58,500.00 WW68 Rehab 12" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 100 $90.00 59,000.00 CIVCAST Report Created On: 1 1116/2 01 6 2:39:33 PM Part D - General No. Description Unit qty Unit Price Ext Price WW69 Rehab 12" Wastewater Line (Pipe Bursting) (>18' Depth) LF 100 $100.00 $10,000.00 WW71 Sub Total: $98,500.00 Part E - General No. Description Unit Qty Unit Price Ext Price WW70 Rehab 15" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 100 $85.00 $8,500.00 WW71 Rehab 15" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 100 $95.00 $9,500.00 WW72 Rehab 15" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LE 100 $105.00 $10,500.00 WW73 Rehab 15" Wastewater Line (Pipe Bursting) (14' - 18' Depth) LF 100 $115.00 $11,500.00 WW74 Rehab 15" Wastewater Line (Pipe Bursting)(>18' Depth) LF 100 $120.00 $12,000.00 WW75 Rehab 18" Wastewater Line (Pipe Bursting)(0' - 5' Depth) LF 75 $120.00 $9,000.00 WW76 Rehab 18" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 75 $125.00 $9,375.00 WW77 Rehab 18" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 75 $135.00 $10,125.00 WW78 Rehab 18" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 75 $145.00 $10,875.00 Sub Total: $91,375.00 Empty No. Description 1 Unit Qty Unit Price Ext Price WW79 Rehab 18" Wastewater Line (Pipe LF Bursting )(>18' Depth) 75 5150.00 $11.250.00 WW80 Rehab 24" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 75 $275.00 $20,625.00 WW81 Rehab 24" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 75 $285.00 821,375.00 WW82 Rehab 24" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 75 8295.00 $22,125.00 WW83 Rehab 24" Wastewater Line (Pipe Bursting)(14' - 18' Depth) LF 75 $300.00 $22,500.00 WW84 Rehab 24" Wastewater Line (Pipe Bursting )(>18' Depth) LF 75 5305.00 $22.875.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW85 Rehab 30" Wastewater Line (Pipe Bursting)(0' - 6' Depth) LF 75 $290.00 $21,750.00 WW86 Rehab 30" Wastewater Line (Pipe Bursting)(6` -10' Depth) LF 75 $300.00 $22,500.00 WWB7 Rehab 30" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 75 $310.00 $23,250.00 WW88 Rehab 30" Wastewater Line (Pipe Bursting)(14' -18' Depth) LF 75 $320.00 $24.000.00 WWB9 Rehab 30" Wastewater Line (Pipe Bursting)(>18' Depth) LF 75 $340.00 $25,500.00 WW9O Rehab 36" Wastewater Line (Pipe Bursting)(O' - 6' Depth) LF 75 $300.00 $22,500.00 WW91 Rehab 36" Wastewater Line (Pipe Bursting)(6' - 10' Depth) LF 75 $315.00 $23,625.00 WW92 Rehab 36" Wastewater Line (Pipe Bursting)(10' - 14' Depth) LF 75 $325.00 $24,375.00 WW93 Rehab 36" Wastewater Line (Pipe Bursting)(14' -18' Depth) LF 75 $340.00 $25,500.00 WW94 Rehab 36" Wastewater Line (Pipe Bursting)(>18' Depth) LF 75 8350.00 $26,250.00 WW95 Upsizing of Wastewater Line (Greater than one pipe size, max 1.5 times existing diameter), all sizes. all depths LF 75 $30.00 $2,250.00 WW96 Service Re -connection for 8" Pipe Bursting EA 12 $600.00 $7,200.00 WW97 Service Re -connection for 10" Pipe Bursting EA 12 $650.00 $7,800.00 WW98 Service Re -connection for 12" Pipe Bursting EA 12 $700.00 $8,400.00 WW99 Service Re -connection for 15" Pipe Bursting EA 7 8700.00 $4,900.00 WW1O0 Service Re -connection for 18" Pipe Bursting EA 7 $700.00 $4,900.00 WW1O1 Service Re -connection for 24" Pipe Bursting EA 7 $700.00 $4,900.00 WW1O2 Service Re -connection for 30" Pipe Bursting EA 7 $700.00 $4,900.00 WW1O3 Service Re -connection for 36" Pipe Bursting EA 7 $700.00 $4,900.00 WW1O4 Rehab 8" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 $38.00 $3,800.00 WW1O5 Rehab 8" Wastewater Line (Cured -in- Place-Pipe)(>15' Depth) LF 100 $42.00 $4,200.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW106 Rehab 10" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 $44,00 $4,400.00 WW107 Rehab 10" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 100 $46.00 $4,600.00 WW108 Rehab 10" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 100 550.00 $5,000.00 WW109 Rehab 12" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 552.00 $5,200.00 WW110 Rehab 12" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 100 $55.00 55,500.00 WW111 Rehab 12" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 100 580.00 56,000.00 WW112 Rehab 15" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 100 560.00 56,000.00 WW113 Rehab 15" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 100 $65.00 56.500.00 WW114 Rehab 15" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 100 $72.00 57,200.00 WW115 Rehab 18" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 75 580.00 $6,000.00 WW115 Rehab 18" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 590.00 56,750.00 WW117 Rehab 18" Wastewater Line (Cured -in- Place -Pipe) (>20' Depth) LF 75 5105.00 $7,875.00 WW118 Rehab 24" Wastewater Line (Cured -in- Place-Pipe)(0' -15' Depth) LF 75 $130.00 $9,750.00 WW119 Rehab 24" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 5140.00 $10,500.00 WW120 Rehab 24" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 75 $155.00 511,625.00 WW121 Rehab 30" Wastewater Line (Cured -in- Place-Pipe)(0' - 15' Depth) LF 75 $180.00 513,500.00 WW122 Rehab 30" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 5200.00 515,000.00 WW123 Rehab 30" Wastewater Line (Cured -in- LF Place-Pipe)(>20' Depth) 75 5220.00 516.500.00 WW124 Rehab 36" Wastewater Line (Cured -in- Place-Pipe)(0' -15' Depth) LF 75 $230.00 517,250.00 WW125 Rehab 36" Wastewater Line (Cured -in- Place-Pipe)(15' - 20' Depth) LF 75 $250.00 $18,750.00 WW126 Rehab 36" Wastewater Line (Cured -in- Place-Pipe)(>20' Depth) LF 75 5280.00 $21,000.00 CIVGAST Report Created Ori: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW127 Service Re -connection for 8" CIPP Wastewater Line EA 10 5800.00 $8,000.00 WW128 Service Re -connection for 10"CIPP Wastewater Line EA 10 5850.00 $8,500.00 WW129 Service Re -connection for 12" CIPP Wastewater Line EA 10 $900.00 $9,000.00 WW130 Service Re -connection for 15" CIPP Wastewater Line EA 5 5900.00 $4,500.00 WW131 Service Re -connection for 18' CIPP Wastewater Line EA 5 $900.00 54,500.00 WW132 Service Re -connection for 24" CIPP Wastewater Line EA 5 5900,00 54,500.00 WW133 Service Re -connection for 30" CIPP Wastewater Line EA 5 5900.00 $4,500.00 WW134 Service Re -connection for 36" CIPP Wastewater Line EA 5 590000 54.500.00 WW135 Joint Testing of 8" Wastewater Line (all depths) EA 100 550.00 $5,000.00 WW136 Joint Testing of 10" Wastewater Line (all depths) EA 100 550.00 55,000.00 WW137 Joint Testing of 12' Wastewater Line (all depths) EA 100 550.00 $5,000.00 WW138 Joint Grouting of 8" Wastewater Line (all depths) EA 60 $50.00 $3,000.00 WW139 Joint Grouting of 10" Wastewater Line (ail depths) EA 60 550.00 53,000.00 WW140 Joint Grouting of 12" Wastewater Line (all depths) EA 60 $50.00 $3,000,00 WW141 Testing Lateral Connections (all sizes, all depths) EA 50 575.00 $4,500,00 WW142 Grouting Lateral Connections (all sizes, all depths) EA 45 550.00 $2,250.00 WW143 Chemical Grout, complete in place per gallon GA 1000 $120.00 $120,000.00 WW144 Point Repair 8" Wastewater Line (0°- 6' Depth) (15 LF Min) LF 250 1 $80.00 520,000.00 WW145 Point Repair 8' Wastewater Line (6'- 10' Depth) (15 LF Min) LF 250 590.00 $22,500.00 WW146 Point Repair 8" Wastewater Line (10'-14' Depth) (15 LF Min) LF 250 5100.00 525,000.00 WW147 Point Repair 8" Wastewater Line (14'- 18' Depth) (15 LF Min) LF 250 5110.00 527,500.00 00'000'PZ$ 00'09LS 09L dl (u!W dl 5 L) (Uldaa .91a) au!l.alemalseM„gL.!edeapod 99LMM 00-009'ZZ$ 00-091.$ 09L dl (u!W di SLS (Elide. .9l -,70 aull.alemalseM „84.!edaa pod L9LMM 00'000` [ZS 00'0174S 051. dl (u!W dl SL) (Enda. ,71. -.01) au!l JalemalseM „g 1. J!edaa 1u!ad 991.MM 00'009'63 00'0E LS 09 L dl (um dl g L) (Edda❑ .01- -.9) au!l JalemaisepMM „9 L .!edea lu!od 99LMM 00'000'8 L$ 00'0Z LS 05 L dl (u!YV dl 91.) (1ilds. ,9 -.0) au!l Jalennalsam „9L, .!edea iu!od 179E W 00'09Z'L L$ 00'9L LS 091. dl (u!W dl S L) 0400 ,8L -.170 au!l JalemalseA „g L .!edea pod £91.MM 00.009'9 LS 00'01- LS 091. di (u!W dl 9 L ) (Aide..81. -.PO au!l JalennaiseM ,,S L .!edea lu!od Z9 PAM 00'09L'9LS 00201.$ 091 dl (u!1+11 di 90 (L 1de0 .i -,00 au!l.alemaiseM .9 L .!edea pod 1.91MM 00`000'91.S 00'004$ 094 dl (u!iN dl 51.) (41dec .01. -2) au!l.alemalsam „91.!edea lwod 09LMM 00`09Z'711 00'96S 051. Al (um dl 90 (4ide° .9 •.0) sun JalemalseM .Sl J!ede iu!od 691.MM 00"009`LZS 00'041.$ 05Z di (u!W di 91.) (L11de0.9 l<) au!l JaleMalseM.,ZL.!edea lu!od 994MM o0`09Z,9ZS 00 90l$ 09Z dl (um dl 51.) (4ida❑ ,SL -374) our' JaleMalseJ ZL Jiedaa lulod LSLMM 00"000'9ZS 00-00 LS 0SZ di (um di 51.) (111da0 ,P1 -,04) awl JelemalseM WZL Jiedaa lu!od 95LMM 00'05L'EZ$ 00-96$ 09Z dl (u!lry di 31) (tlldea A1. -.9) au!- JaleMaisefy(1 21. .pedaa iu!ad 5S LMM 00'005'ZZ$ 00`06$ 09Z di (um dl SL) (41de .9 -.0) aun JalemalseM 21.J!edaa lu!od 179 LMM 00'0SL'SZS 00°91.1.$ 09Z dl (u!W dl 54) (4ida0 .91..) au!l .alemalseM •0 L J!edaa lu!od ES LANA 00`09Z'9Z$ 00'S0 L$ 09Z di (u!W dl S4) (Enda❑ .91. -,71) au!l JalemaiseM ..01 J!eda8 lu!od Z5 LMM 00'000'9ZS 00'001$ 09Z di (u!1N dl 9L) (4910 .17L -.01) au!l JaleMaiseM ,1:)1. .ieday lu!ad 1.9 LMM 00'09L'£Z$ 00'56$ 05Z dl (um di 51.) (Enda. .01. -,9) au!l JaleMais2M AI. .!edea iu!od 05 LMM 00'09Z' LZ$ 00'98$ 09Z dl (u!yd dl 9L) (41da0 .9 -.0) awl .elemalseM XL .!edea mod 671.MM 00"000`0£$ 00'0Z1S 09Z dl (u!W di 51.) 0080 .$31-‹) eu!l JelemalseM „9 J!edaa lu!0d 971.MM aaud lx9 aa!Jd 1!ufl A10 Hun uo!lduase 'oN AidwB Pird EE:6E:Z 9L0?A9L/L L :u0 paiew0 yode i 1S'd3AI3 CIVCAST Report Created On: 11/1612016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW169 Paint Repair 24" Wastewater Line (0'- 6' Depth) (15 LF Min) LF 150 $140.00 521,000.00 WW170 Paint Repair 24" Wastewater Line (6-10' Depth) (15 LF Min) LF 150 $150.00 522,500.00 WW171 Point Repair 24' Wastewater Line (10,- 14' Depth) (15 LF Min) LF 150 5160.00 $24,000.00 WW172 Point Repair 24" Wastewater Line (14'- 18' Depth) (15 LF Min) LF 150 5170.00 $25,500,00 WW173 Point Repair 24" Wastewater Line (>18' Depth) (15 LF Min) LF 150 $180.00 $27,000.00 WW174 Point Repair 30" Wastewater Line (0'- 6' Depth) (15 LF Min) LF 150 $150.00 $22,500,00 WW175 Point Repair 30" Wastewater Line (6- 10' Depth) (15 LF Min) LF 150 $160.00 $24,000.00 WW176 Point Repair 30" Wastewater Line (10'- 14' Depth) (15 LF Min) LF 150 $170.00 $25,500.00 WW177 Point Repair 30" Wastewater Line (14'- 18' Depth) (15 LF Min) LF 150 $180.00 $27,000.00 WW178 Point Repair 30" Wastewater Line (>1R' Depth) (15 t F Min) LF 150 $190.00 $28,500.00 WW179 Point Repair 36" Wastewater Line (0'- 6' Depth) (15 LF Min) LF 100 $175.00 517,500.00 1 WW180 Point Repair 36" Wastewater Line (6'- 10' Depth) (15 LF Min) LF 100 5185.00 518,500.00 WW181 Point Repair 36' Wastewater Line (10'-14'Depth) (15LFMin) LF 100 $195,00 519,500.00 WW182 Point Repair 36" Wastewater Line (>18' Depth) (15 LF Min) LF 100 $225.00 522,500.00 WW483 Point Repair 36" Wastewater Line (>18' Depth) (15 LF Min) LF 100 $225,00 $22,500,00 WW184 Excavation Safety for Wastewater Line Point Repair (All Line Sizes & Depths) LF 1000 575.00 $75,000,00 WW185 Obstruction Removal by Remote Device EA 3 5400.00 51,200.00 WW186 Obstruction Removal by Excavation (0' - 6' Depth) EA 5 5250.00 51,250.00 WW187 Obstruction Removal by Excavation (6' - 10' Depth) EA 5 $275.00 $1,375.00 WW188 Obstruction Removal by Excavation (10' - 14' Depth) EA 5 5300.00 51,500.00 WW189 Obstruction Removal by Excavation (14' - 18' Depth) EA 5 5325.00 51,625.00 CIVCAST Repari Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW190 Obstruction Removal by Excavation 1 (>18' Depth) EA 5 $350.00 $1,750.00 WW191 Service Lateral Replacement {0' - 6' Depth Main, Includes Glean Out, Boot, coupling, etc.) (10 LF Min) LF 100 590.00 $9,000.00 WW192 Service Lateral Replacement (6' -10' Depth Main, Includes Clean Out, Boot, coupling, etc) (10 LF Min) LF 100 $100.00 $10,000.00 WW193 Service Lateral Replacement (10' - 14' Depth Main,Includes Clean Out, Boot, coupling, etc) (10 LF Min) LF 100 $115,00 $11,500.00 WW194 Service Lateral Replacement (14' - 18' Depth Main,. Includes Clean Out, Boat, coupling, etc) (10 LF Min) LF 100 $150.00 515,000.00 WW195 Service Lateral Replacement (>18' Depth Main, Includes Clean Out, Boot, coupling, etc) (10 LF Min) LF 100 5190.00 $19,000.00 WW -196 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (0'-6" Depth) (15 LF Min) LF 250 5300.00 $75,000.00 WW197 Well Pointing far Line Work, Manhole, or Point Repair (Per LF of Trench) (6-10' Depth) (15 LF Min) LF 250 $300.00 575,000.00 WW198 Well Pointing for Line Work, Manhole, , or Point Repair (Per LF of Trench) (10'-14' Depth) (15 LF Min) LF 250 5300.00 $75,000.00 WW199 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (14'-18' Depth) (15 LF Min) LF 250 $300.00 575,000.00 WW200 Well Pointing for Line Work, Manhole, or Point Repair (Per LF of Trench) (>18' Depth) (15 LF Min) LF 250 5300.00 $75,000.00 WW201 Remove & Replace 4" PVC Wastewater Forcemain( 4' Depth) LF 100 $100.00 510,000.00 WW202 Remove & Replace 6" PVC Wastewater Forcemain( 4' Depth) LF 100 $105.00 $10,500.00 WW203 Remove & Replace 8" PVC Wastewater Forcemain( 4' Depth) LF 100 $115.00 $11,500.00 WW204 Remove & Replace 10" PVC Wastewater Forcemain( 4' Depth) LF 100 $130.00 $13,000.00 WW205 Remove & Replace 12' PVC Wastewater Forcemain( 4' Depth) LF 100 5140.00 $14,000.00 CIVCAST Report Created On. 7 176/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW206 Remove & Replace 14" PVC Wastewater Forcemain( 4' Depth) LF 50 5165.00 58,250.00 WW207 Remove & Replace 18" PVC Wastewater Forcemain( 4' Depth) LF 50 5200.00 510,000.00 WW208 Remove & Replace 20°' PVC Wastewater Forcemain( 4' Depth) LF 50 $235.00 511,750.00 WW209 Remove & Replace 24" PVC Wastewater Forcemain( 4' Depth) LF 50 5280.00 $14,000,00 WW210 Remove & Replace 30" PVC Wastewater Forcemain( 4' Depth) LF 50 $360.00 518,000.00 WW211 Excavation Safety for Forcemain (All Line Sizes) LF 750 $25.00 $18,750.00 WW212 Control of Wastewater Flows with Bypass Pumping(Lines 8") DAY 10 $1,500.00 515,000.00 WW213 Bypass Force Main for Control of 8" Wastewater Flows LF 500 525.00 512,500.00 WW214 Control of Wastewater Flows with Bypass Pumping (10"-12" Lines) DAY 10 51,500.00 $15.000.00 WW215 Bypass Force Main for Control of 10"- 12" Wastewater Flows LF 500 525.00 $12,500.00 WW216 Control of Wastewater Flows with Bypass Pumping(15"-18" Lines) DAY 10 51,500.00 515,000.00 WW217 Bypass Force Main for Control of 15"- 18" Wastewater Flows LF 500 $25.00 512.500.00 WW218 Control of Wastewater Flows with Bypass Pumping(24" Lines) DAY 10 $2,000.00 520,000,00 WW219 Bypass Force Main for Control of 24" Wastewater Flows LF 500 535.00 517,500.00 WW220 Control of Wastewater Flows with Bypass Pumping(30" Lines) DAY 10 $2,000,00 520,000.00 WW221 Bypass Force Main for Control of 30" Wastewater Flows LF 500 535.00 517,500.00 WW222 Control of Wastewater Flows with Bypass Pumping(36" Lines) DAY 10 53,200.00 532,000.00 WW223 Bypass Force Main for Control of 36" Wastewater Flows LF 500 540.00 520,000.00 WW224 Furnish Vacuum Truck (Tandem) DAY 10 5500.00 55,000.00 WW225 Furnish Vacuum Truck (Tanker) DAY 10 5500.00 55,000.00 WW226 Plugs and/or Flow-thru Plugs ( 8") DAY 75 555,00 54,125.00 WW227 Plugs and/or Flow-thru Plugs (10") DAY 75 560.00 $4,500.00 CIVCAST Report Created On: 1 1/1 612016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW228 Plugs and/or Flow-thru Plugs (12) DAY 75 565.00 $4,875.00 WW229 Plugs and/or Flow-thru Plugs (14") DAY 75 $70.00 $5,250.00 WW230 Plugs and/or Flow-thru Plugs (15") DAY 50 $75.00 $3,750.00 WW231 Plugs and/or Flow-thru Plugs (18") DAY 50 $80.00 $4,000.00 WW232 Plugs and/or Flow-thru Plugs (20") DAY 50 $100.00 $5,000.00 WW233 Plugs and/or Flow-thru Plugs (30") DAY 25 $140.00 $3,500.00 WW234 Plugs and/or Flow-thru Plugs (36") DAY 25 $170.00 $4,250.00 WW235 PRE CCTV - Clean & Televise Wastewater Lines(Liines 8") LE 2000 $6.00 $12,600.00 WW236 POST CCTV - Televise Wastewater Lines (Lines 8" ) LF 3500 82.50 $8.750.00 WW237 PRE CCTV - Clean & Televise Wastewater Lines(10"-12" Lines) LF 4000 $6.50 $26.0017.00 WW238 POST CCTV - Televise Wastewater Lines(10"-12" Lines) LF 6800 $2.50 $17.000.00 WW239 PRE CCTV - Clean & Televise Wastewater Lines(15"-18" Lines) LF 3500 $9.25 $32,375.00 WW240 POST CCTV - Televise Wastewater Lines (15"-18" Lines) LF 5050 $2.25 $11,362.50 WW241 PRE CCTV - Clean & Televise Wastewater Lines(24" Lines) LF 1500 $14.50 $21,750.00 WW242 POST CCTV - Televise Wastewater Lines (24" Lines) LF 2150 $2.25 $4,837.50 WW243 PRE CCTV - Clean & Televise Wastewater Lines(30" Lines) LF 1500 $22.00 $33,000.00 WW244 POST CCTV - Televise Wastewater Lines(30" Lines) LF 2150 $2.25 $4,837.50 WW245 PRE CCTV - Clean & Televise Wastewater Lines(36" Lines) LF 1500 $30.00 $45,000.00 WW246 POST CCTV - Televise Wastewater Lines (36" Lines) LF 1600 $2.25 $3.600.00 WW247 CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up) EA 15 $1,000.00 $15,000,00 WW248 CCTV Set-ups EA 30 $25.00 $750.00 WW249 Clean & CCTV Manhole / Manhole Inspection EA 25 $425.00 $10,625.00 CIVCA5T Report Created On: 11/16i2016 2:39:33 PM Empty No. Description Unit Qty Llnit Price Ext Price WW250 DIP( 8") Fittings (includes necessary gaskets, bolts, MJ joints. and all fitting. appurtenances) EA 10 $400.00 $4.000.00 WW251 DIP (10" - 12") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) ) EA 10 8900.00 $9,000.00 WW252 DIP (15" - 18") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) EA 10 $1,400.00 $14,000.00 WW253 DIP (21" - 24") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) EA 10 $1,800.00 $18,000.00 WW254 DIP (30" - 36") Fittings (Includes necessary gaskets, bolts, MJ joints, and all fitting appurtenances) EA 10 $3,800.00 $38,000.00 WW255 ( 8") Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 8650.00 $16,250.00 WW256 (10" - 12")Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer apprnvari Aqual) EA 25 $1,250.00 $31,250.00 WW257 (15" - 18") Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 82,400.00 $60,000.00 WW258 (21" - 24")Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 $3,000.00 $75,000.00 WW259 (30" - 36") Mechanically Restrained Coupling Adapters & associated hardware (Mega lug or Engineer approved equal) EA 25 $6,500.00 $162,500.00 WW260 8" Steel Casing Pipe LF 75 $60.00 $4,500.00 WW261 12" Steel Casing Pipe LF 75 $70.00 $5,250.00 WW262 18" Steel Casing Pipe LF 75 $90.00 $6,750.00 WW263 24" Steel Casing Pipe LF 50 $140.00 $7,000.00 WW264 30" Steel Casing Pipe LF 50 $225.00 $11,250.00 WW265 36" Steel Casing Pipe LF 50 $250.00 $12,500.00 WW256 Remove Existing Wastewater Manhole (All sizes) EA 50 82,200.00 $110,000.00 WW267 Replace 4 ft Dia. Wastewater Manhole (0'-6' Depth) EA 40 $3,400.00 $136,000.00 CIVCAST Feeporl Created On: /1/1612016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW268 Extra Depth for 4 ft Dia Wastewater Manhole(Over 6' Depth) VF 60 5225.00 513,500.00 WW269 Replace 5 ft Dia Wastewater Manhole (0'-6' Depth) EA 5 54,500.00 $22.500.00 WW270 Extra Depth for 5 ft Dia Wastewater Manhole(Over 6' Depth) VF 10 5335,00 53,350.00 WW271 Replace 6 ft Dia Wastewater Manhole (0'-6' Depth) EA 5 56,000.00 530,000.00 WW272 Extra Depth for 6 ft Dia Wastewater Manhole(Over 6' Depth) VF 10 5400.00 54,000.00 WW273 4 ft Dia Polymer System Manhole Rehab(0'-6' Depth) EA 100 51,550.00 5155,000.00 WW274 Extra Depth for 4 ft Dia. Polymer System Manhole Rehab(Over 6' Depth) VF 130 $240.00 $31,200.00 WW275 5 ft Dia Polymer System Manhole Rehab(0'-6' Depth) EA 10 51.950.00 $19,500.00 WW276 Extra Depth for 5 ft Dia. Polymer System Manhole Rehab (Over 6' Depth) VF 20 5270.00 $5,400.00 WW277 6 ft Dia Polymer System Manhole Rehab(0'-6' Depth) EA 5 52,250.00 511,250.00 WW278 Extra Depth for 6 ft Dia. Polymer System Manhole Rehab(Over 6' Depth) VF 10 $300.00 53,000.00 WW279 4 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) EA 50 $3.500.00 $175,000.00 WW280 Extra Depth for 4 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) VF 80 $300.00 524,000.00 WW281 5 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) EA 10 $5,000.00 $50.000.00 WW282 Extra Depth for 5 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) VF 20 5525.00 510,500.00 WW283 6 ft Dia Wastewater Manhole FRP Rehab (0'-6' Depth) EA 5 55,000.00 $30,000.00 WW284 Extra Depth for 6 ft Dia. Wastewater Manhole FRP Rehab. (Over 6' Depth) VF 10 $675.00 $6,750.00 WW285 Excavation Safety for Wastewater Manholes(0' - 6' Depth) EA 115 $50.00 55,750.00 WW286 Extra Depth for Excavation Safety for Wastewater Manholes(>6' Depth) VF 150 $200.00 530,000.00 CIVCAST Report Created On: 1 1/1 612016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW287 Manhole Connections ( 8") EA 200 $175.00 $35,000.00 WW288 Manhole Connections (10" - 12") EA 50 $225.00 511,250.00 WW289 Manhole Connections (15" - 1T) EA 20 $350.00 $7,000.00 WW290 Manhole Connections (21" - 24") EA 10 $350.00 53,500.00 WW291 Manhole Connections (30" - 361 EA 10 $450.00 $4,500.00 WW292 Remove & Replace 30" Manhole Ring & Cover (Includes S.S. inflow inhibitor and new HOPE adjustment rings) EA 10 $950.00 $9.500.00 WW293 Remove & Replace 36" Manhole Ring & Cover (includes S.S. inflow inhibitor and new HDPE adjustment rings) EA 10 51,200.00 512,000.00 WW294 Reconstruct Manhole Top Corbel (Any Size) EA 10 $1,500.00 515,000.00 WW295 Reconstruct Manhole Bench & Inverts as per specifications EA 10 5500.00 $5.000.00 WW296 Cement Stabilized Sand Backfill (1.5 sacks of cement per 1CY aF sand) TON 1000 550.00 550,000.00 WW297 Cut & Restore HMAC Pavement(includes Base & Prime Coat) SY 1000 582.00 582,000.00 WW298 Additional HMAC Pavement Thickness (0112" per SY) SY 500 512.00 56,000.00 WW299 Additional Limestone Base Thickness (1" per SY) SY 500 55.00 52,500.00 WW300 Select Backfill Material CY 1000 54.00 54,000.00 WW301 Plowable Backfill CY 500 5120.00 560,000.00 WW302 Cut & Restore Concrete Pavement (Includes Base) SY 250 5110.00 527,500.00 WW303 Additional Concrete Pavement Thickness(1" per SY) SY 100 520.00 52,000.00 WW304 Signing & Traffic Control (Detail A) DAY 15 $500.00 $7,500.00 WW305 Signing & Traffic Control (Detail B) DAY 15 $500.00 $7,500.00 WW306 Signing & Traffic Control (Detail C) DAY 15 5500.00 $7,500.00 WW307 Signing & Traffic Control (Detail D) DAY 15 5500.00 $7,500.00 WW308 Signing & Traffic Control (Detail E) DAY 15 5500,00 $7,500.00 WW309 Signing & Traffic Control (Detail F) DAY 15 5500.00 $7,500,00 WW310 Signing & Traffic Control (Detail G) DAY 15 5500.00 $7,500.00 CIVCAST Report Created On: 11116/2016 2.39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW311 Signing & Traffic Control (Detail H) DAY 15 $500.00 $7,500.00 WW312 Signing & Traffic Control (Detail!) DAY 15 5500.00 $7,500.00 WW313 Signing & Traffic Control (Detail J) DAY 15 5500.00 $7.500.00 VWV314 Signing & Traffic Control (Detail K) DAY 15 5500.00 $7,500.00 WW315 Signing & Traffic Control (Detail L) DAY 15 5500.00 $7.50100 WW316 Signing & Traffic Control (Detail M) DAY 15 5500.00 57,500.00 WW317 Signing & Traffic Control (Detail N) DAY 15 $500.00 $7,500.00 WW318 Portable Changeable Message Signs (PCMS) DAY 25 5250.00 $6,250.00 WW319 Flashing Arrow Boards DAY 25 5250.00 56250.00 WW320 1 /=/agger, Complete in Place Per 24- hour Period DAY 10 5750.00 57,500.00 WW321 Removal & Replacement of Chain link Fencing LF 250 525.00 56,250.00 WW322 Removal & Replacement of Wood Fencing LF 250 $25.00 $6,250.00 WW323 Temporary Construction Entrance/Exit - All Weather Access Road EA 5 5500.00 52,500.00 WW324 Tree Removal (Up to 8" Dia. Trunk) EA 5 $500.00 52,500.00 WW325 Tree Removal (Greater Than 8" Dia. Trunk) EA 5 $750.00 53750.00 WW326 Erosion Control —Sodding SY 250 $4.00 51,000.00 WW327 Erosion Control —Seeding SY 250 52.00 5500.00 WW328 Erosion Control - Temporary Sediment Control Fence (Silt Fence and/or Silt Barrier) LF 1500 51.00 51,500.00 WW329 Inlet Protection EA 25 560.00 51,500.00 WW330 Remove and Replace Driveway SF 750 516.00 512,000.00 WW331 Remove and Replace Sidewalk SF 1000 512.00 512,000.00 WW332 Remove and Replace Curb and Gutter or Valley Gutter LF 500 520.00 510,000.00 WW333 Remove and Replace Curb Ramp EA 5 51,750.00 58,750.00 WW334 Grout Fill & Abandon in place CY 100 5200.00 520,000.00 WW335 Remove, Relocate, and Reinstall Mail Box EA 5 550,00 $250.00 WW336 Site Clearing and Stripping AC 1 52,500.00 52,500.00 CIVCAST Report Created On: 11/16/2016 2:39:33 PM Empty No. Description Unit Qty Unit Price Ext Price WW337 Disposal of Contaminated Groundwater, Allowance per lump - sum LS 1 $10,000.00 $14,000.00 WW338 Preparation and implementation of a Traffic Control Plan Allowance per lump -sum LS 1 $5,000.00 $5,000.00 Sub Total: $4,817,087.50 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 24, 2017, is between the City of Corpus Christi (Owner) and IPR South Central, LLC (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: City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Utilities Department, City of Corpus Christi 2726 Holly Road Corpus Christi, Texas, 78415 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 Rd., #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The initial contract will be for a two (2) year (730 calendar days) base contract, with three (3) optional one (1) year (365 calendar days) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $2,000,000 per year. This Project will be executed by multiple indefinite quantityDelivery Orders as required by the City, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, and is eligible for Final Payment 30 days after the date for Substantial Completion. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 005223-1 Rev 06-22-2016 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. Non -Emergency Delivery Orders — The working time begins and the Contractor shall mobilize, place traffic controls and commence work within 24 hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $500.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon the production rates shown in the table provided in SECTION 01 35 00 SPECIAL PROCEDURES. 2. Emergency Delivery Orders - The working time begins and the Contractor shall be required to be on-site within three (3) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and shall have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. In the case of Emergency Delivery Orders, the Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency situation(s) has/have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specified in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of this Contract, $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. The completion times for delivery orders issued under this category will typically be based upon production rates shown in the table provided in SECTION 01 35 00 SPECIAL PROCEDURES. 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. Agreement City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 005223-2 Rev 06-22-2016 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 $ 4,000,000.00 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. 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. Agreement City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 005223-3 Rev 06-22-2016 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; 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, Agreement City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 005223-4 Rev 06-22-2016 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. 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. 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. Agreement City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 005223-5 Rev 06-22-2016 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 City -Wide Wastewater Collection System 10/10 Program FY16 City Project No. E16255 005223-6 Rev 06-22-2016 ATTEST Rh9 r by Rebecca Rawls cn=Rehexe Hoa, ,c=1113 Mite: 2017:02.17 09:16:20 -0900' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: aw Aimee Alcorn -Reed 2017.02.14 14:00:19 -06`00' Assistant City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CITY OF CORPUS CHRISTI DIglblly dqd by Jeff Edmmda ON: anJefF Edmunds, q 4mEn9441i52 eraa3y ,e@g1m15.mn, 44JS Dena 21311.(12 14 1S1216 06V0' J.H. Edmonds, P.E. Director of Engineering Services M2017-009 BY COUNCIL 1/24/17 RH/ML AUTHORIZED Digitally signed by RH/ML Date: 2017.02.17 09:20:11 -0600' CONTRACTOR IPR South Central, LLC By: Title: Bac Ong Digitally signed by Bac Ong Date: 2017.01.31 15:49:08 -06'00' 131 N. Richey Address Pasadena, TX 77506 City 832/252-4800 Phone bong@teamipr.com State Zip 832 550-2130 Fax EMail END OF SECTION Agreement City -Wide Wastewater Collection System ID/IQ Program FY16 City Project No. E16255 005223-7 Rev 06-22-2016 DATE(MWDDNYYY) Acs CERTIFICATE OF LIABILITY INSURANCE 113112017 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 pollcy(les)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). PRODUCER CONTACT Amber Breaux NAME: Alllant Insurance Services Houston,LLC arc NN,Ext); 713-47D.4123 FAX No): 713-470-4124 5444 Westhelmer,Suite 900 E-MAIL abreeux�al[lanteom Houston,TX 77056 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL# INSURER A: Greenwich Insurance Company 22322 INSURED INSURER B: XL Specialty Insurance Company 37686 PM Consftction 8c Rehab,LLC dba IPR South Centras INSURER C: Starr Indemnity&Liablllty Company 35316 LLC INSURER D: Indian harbor Insurance Company 36940 131 N.Richey INSURERE: Pasadena,TX 77506INsUfI F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. INSR ADDLSUB POLICYEFF POLICYFatP LTR TYPE OF INSURANCE INSR IYYYO POLICY NUMBER MMID MMID LIMBS GENERAL LIABILITY EACH OCCURRENCE ; 1,000,000 DAMAGE TO RENTED : 300,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence CLAIMS-MADE X]OCCUR 00D740922403 04MM016 04n1112017 MED EXP(Any one person) f 10,000 A - PERSONAL&ADV INJURY ; 11000,1)60 GENERAL AGGREGATE ; 2,000,000 GEN'L AGGREGATE LIM IT APPLIES FEN PRODUCTS-COMPIOPAGG ; $000,000 PRO- POLICY X JECT LOC AUTOMOBILE LIABILITY Ea accident IN L LI I $ 2000,000 X ANY AUTO BODILY INJURY(Per person) ; B ALL OWNED SCHEDULED CA074DB22103 0410V2016 0"112017 UTOS AUTOS BODILY INJURY(Per accident) ; NON-OWNED '� —POPERTY DAMAGE HIRED AUTOS AUTOS Per accident $ _ _ s UMBRELLA UA13 X OCCUR EACH OCCURRENCE f 10,000,000 C X EXCESS L1AB CLArMS•MADE 11)00022681 !, 04!0112016 0410112017 AGGREGATE s 10.1)1)6,a1)o _ DED I RETENTION S _; WO RS OMPENSATION PER OTH- AND EMPLOYERS'IJABILITY YM x TATUTE ER ANY FROPRIETORIPARTNERIEXECUME N E.L.EACH ACCIDENT B OFFICEWMEMBER EXCLUDED? MIA CWD740921NNS 04101/2016 0410112017 s 1,000,000 (Mandatory In NH) r E.L.DISEASE-EA EMPLOYEE ; 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 100%000 DOTHER CE074201t1401 / 0110112016 0"Ir 17 CH LOSS = 18.000,000 POLLUTION LIABILITY T. J GGREGAT€ ; 10,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES{Attach ACORD 101,Additional Remarks Schedule,U more space is required) Re:City-Wide Wastewater Collection System ID110 Program FY.Project E16255.City of Corpus Christi.The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the ndorsements.The Auto.General Liability.and Workers Compensation policy includes a blanket Waiver of Subrogation when required by contract or written agreement and subject to e terms and conditions of the endorsements.The General Liability policy provides that to the extent that insurance is afforded to any Additional Insured under the policy,the insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured,as required by written contract.The General Liability,Auto Liability,and Workers Compensation policies includes an endorsement providing that 30 days'notice of cancellation will be furnished to the certificate holder,however 10 days if canceled for non- payment.Contractors Equipment through XL Specialty Insurance Company#UM00035539MA16A effective 41116-17.All Risk of Direct Physical Damage,subject to Policy Forms, Conditions.Provisions,Limitations&Exclusions. Limit for LeasedlRenied Equipment$500,000 per item with a$25,000 deductible unless otherwise stated in the policy.Underground xplosion and collapse coverage not excluded on General Liability,but subject to policy terms,conditions.Iimitations and exclusions.The General Liability Policy provides contractual ,liability for insured contracts only subject to the terms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard St. Corpus Christi,TX 78401 AUTHORIZED REPRESENTATIVE C 1988-2014 ACO All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACO DATE(MYIDDIYYY1f) .4_O_ CERTIFICATE OF LIABILITY INSURANCE ozraer2o17 %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(les)must be endorsed. If SUBROGATION IS WANED,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 endorsemen s. PRODUCER CO TACT Amber Breaux ALLIANT INSURANCE SERVICES HOUSTON,LLC °'I°NNe Ed): 713.470-41n FALX No): 71347064124 5444 WESTHEIMER SUITE 900 SNAIL abreamcenplardtcom HOUSTON,TX 77056 ADDRESS: INsu S AFFORDING COVERAGE NAIC o INSULA: Mid-Continent Casualty Company 23118 INSURED INSURERS. C4 of Corpus Christi INSURER C: 12(11 L sopard S- MSURER D. Corpus ChrW,TX 78401 INSURER E: INSURER F, COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. [NSR DLSUBR POLICY EFF POLICY EXP LTR_ TYPE OF INSURANCE INS_R__WVEPOLICYNUMBER (A[MIDDlY1fYY) (MIWODIYYYY) UNITS GENERAL LIABILITY EACH OCCURRENCE t 1,000,000 COMMERCIAL GENERAL LIABILITY PREMISES CE. occurrence = CLAIMS-MADE Xl OCCUR MED EXP(Any one person) _ A OWNERSICONTRACTORS 01 OCP 000013177 021=20170?10812018 X PROTECTIVE PERSONAL 8 ADV INJURY s GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPJOP AGG $ PRO- X POLICY JECT 7 LOC : AUTOMOBILE LIABILITY C� I SINGLE LIMIT Ea accident : ANY AUTO BODILY INJURY(Per person) _ ALL OOWNED SCHEDULED BODILY INJURY(Per accident)AUTOS _ NON-OWNED PR R MAG HIREDAUTOS AUTOS PeracddeM $ i UMBRELLA LJAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE _ DED I RETENTION S S WC STATU- OTH_ EMPLOYERS'LIABILITY YM TORY LIMITS ER ANY PROPRIETORIPARTNERIEXECIITIVE OFFiCERIMEMBER EXCLUDED? NIA E.L.EACH ACCIDENT f 011 ndstoryIn NH) E.L.DISEASE-EA EMPLOYEE : Ii Yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ �OTHER EACH LOSS $ GGREGATE $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,AddMonal Remarks Schedule,If more space Is mqulrod)This cancels and replaces cer0kate Issued 02f=017 Contractor: IPR South Central, LLC Contract Number: E 16255 Job Description: City-Wide Wastewater Collection ID/IQ FY16 Job Location: City Limits,Corpus Christi,TX Contract Amount$4,000,000 0 day notice of cancellation provided to named insured per endorsement M19006(1097) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED of + rbd BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 12M Leoparilft CorpusChrbd,TX 78401 AUTHORIMFWRESENTATIVH ©1988-2010 AC I N.All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGD740922003 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any Person Or Organization That You Are Required In A Various As Required Per Written Contract Written Contract Or Written Agreement To Include As An Additional Insured Provided The"Bodily Injury" Or "Property Damage" Occurs Subsequent To The Execution Of The Written Contract Or Written Agreement Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury', "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: CGD740922003 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACT OR CONTRACT. WRITTEN AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE"BODILY INJURY"OR"PROPERTY DAMAGE"OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section 11 —Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: CGD740922003 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS(EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 ENDORSEMENT#259 This endorsement, effective 12:01 a.m., January 31, 2017 forms a part of Policy No. CGD740922003 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART With respect to coverage provided by this endorsement,the provisions of the Coverage Part apply unless modified by this endorsement. Effective January 31, 2017 it is agreed that the following endorsement is added to the policy: Endorsement#260 IXI 405 0910 Cancellation Notification to Others Name of Person(s)or Entity(ies): City of Corpus Christi All other terms and conditions remain the same. Authorized Representative IXI 403 01 10 ©2010 X.L.America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT#260 This endorsement, effective 12:01 a.m., January 31, 2017 forms a part of Policy No. CGD740922003 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason,other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: City of Corpus Christi 1201 Leopard St. 30 Corpus Christi, TX 78401 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. POLICY NUMBER: CAD740922103 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for"bodily injury" or"property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered"auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered"auto"with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the"accident" causing "bodily injury" or"property damage"for which liability coverage is sought; and C. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions,Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 ©2013 X.L.America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: CAD740922103 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE 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: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2016 SCHEDULE Insurance Company: XL Specialty Insurance Company Policy Number: CAD740922103 Effective Date: April 1, 2016 Expiration Date: April 1, 2017 Named Insured: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Address: 2002 Timberloch Place, Suite 550 The Woodlands,TX 77380 Additional Insured(Lessor): All Lessors Address: Designation Or Description Of"Leased Autos": All leased autos CA 20 01 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ 2,000,000 Each "Accident" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Comprehensive $ 1,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Collision $ 1,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Specified Causes Of Loss $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 2. The insurance covers the interest of the lessor 1. Any "leased auto" designated or described in unless the"loss" results from fraudulent acts or the Schedule will be considered a covered omissions on your part. "auto" you own and not a covered "auto" you 3. If we make any payment to the lessor, we will hire or borrow. obtain his or her rights against any other party. 2. For a "leased auto" designated or described in C. Cancellation the Schedule, the Who Is An Insured 1. If we cancel the policy, we will mail notice to provision under Covered Autos Liability the lessor in accordance with the Cancellation Coverage is changed to include as an Common Policy Condition. "insured" the lessor named ,in the Schedule. 2. If you cancel the otic However, the lessor is an insured only for Y policy, we will mail notice to "bodily injury" or "property damage" resulting the lessor. from the acts or omissions by: 3. Cancellation ends this agreement. a. You; D. The lessor is not liable for payment of your b. Any of your"employees"or agents;or premiums. c. Any person, except the lessor or any E. Additional Definition "employee"or agent of the lessor, operating As used in this endorsement: a "leased auto" with the permission of any "Leased auto"means an"auto" leased or rented to of the above. you, including any substitute, replacement or extra 3. The coverages provided under this "auto" needed to meet seasonal or other needs, endorsement apply to any "leased auto" under a leasing or rental agreement that requires described in the Schedule until the expiration you to provide direct primary insurance for the date shown in the Schedule, or when the lessor. lessor or his or her agent takes possession of the"leased auto",whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for"loss" to a"leased auto". Page 2 of 2 0 Insurance Services Office, Inc., 2011 CA 20 01 1013 POLICY NUMBER: CAD740922103 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC Endorsement Effective Date: April 1, 2016 SCHEDULE Name(s)Of Person(s)Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS(EXCEPT WHERE NOT PERMITTED BY LAW). 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. CA 04 441013 0 Insurance Services Office, Inc., 2011 Page 1 of 1 ENDORSEMENT#236 This endorsement, effective 12:01 a.m., January 31, 2017 forms a part of Policy No. CAD740922103 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL AUTOMOBILE COVERAGE PART With respect to coverage provided by this endorsement,the provisions of the Coverage Part apply unless modified by this endorsement. Effective January 31, 2017, it is agreed that the following endorsement is added to the policy: Endorsement#237 IXI 405 0910 Cancellation Notification to Others Name of Person(s)or Entity(ies): City of Corpus Christi All other terms and conditions remain the same. Authorized Representative IXI 403 01 10 ©2010 X.L.America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT#237 This endorsement, effective 12:01 a.m., January 31, 2017,forms a part of Policy No. CAD740922103 issued to INLAND PIPE REHABILITATION HOLDING COMPANY, LLC by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason,other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(ies)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: City of Corpus Christi 1201 Leopard St. 30 Corpus Christi, TX 78401 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 0 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1,2016 Policy No.CWD740921903 Endorsement No. Insured INLAND PIPE REHABILITATIONHOLDING COMPANY, LLC Insurance Company Countersigned by XL Specialty Insurance Company WC 00 0313 (Ed.4-84) ®1983 National Council on Compensation Insurance. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 00 06 B (Ed. 1/08) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CHANGE IN INFORMATION PAGE This endorsement modifies insurance provided under the following: WORKERS'COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY INSURER: XL Specialty Insurance Company NCC)Company Number: 27944 Policy Number: CWD740921903 Endorsement Number: 229 Effective Date: April 1, 2016 Effective hour is the same as stated in the Information Page of the policy. Name Insured and Address: INLAND PIPE REHABILITATION HOLDING COMPANY, LLC 2002 TIMBERLOCH PLACE, SUITE 550 THE WOODLANDS, TX 77380 FEIN NUMBER: 20-8630450 It is agreed that the policy is amended as follows: Effective January 31, 2017 the following endorsement is added to the policy: Endorsement#230 WC 99 06 57 Cancellation Notification to Others Name of Person(s)or Entity(ies): City of Corpus Christi All other terms and conditions remain the same. This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Complete only when this endorsement is not prepared with the policy or is not to be effective Must be completed always: with the policy: Endorsement Number: 229 Issued to: Inland Pipe Rehabilitation Holding Company, LLC Policy Number: CWD740921903 Effective Date of this Endorsement: January 31,2017 XL Specialty Insurance Company (Name of Insurance Company) Countersigned by Authorized Representative WC 99 00 06 B ©2007 XL America,Inc. (Ed. 1/08) Policy No. 04-OCP-000013377 MID-CONTINENT CASUALTY COMPANY MI 90 0610 97 AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part,we agree to mail prior written notice of cancellation or material change to: SCHEDULE 1. Name: City of Corpus Christi 2. Address: 1201 Leopard St Corpus Christi,TX 78401 3. Number of days advance notice as required by the state: 30 MI 90 0610 97 Includes copyrighted material of Insurance Services Office, Page 1 of 1 Inc.,with its permission MID-CONTINENT CASUALTY COMPANY ML 1510 04 97 OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART DECLARATION Policy No. 04-OCP-000013377 Effective Date:02/08/20 ** 12:01 A.M.Standard Time DESIGNATION OF CONTRACTOR Designation of Contractor and Mailing Address IPR South Central, LLC 131 N Richey Pasadena,TX 77506 LOCATION OF COVERED OPERATIONS Contract#E 16255 City Wide Wastewater Collection ID/IQ FY 16 LIMITS OF INSURANCE Aggregate Limit $2,000,000 Each Occurrence Limit $ 1,000,000 BUSINESS DESCRIPTION Form of Business: Business Description*: PREMIUM Rate Per Classification Code No. Premium Basis $1,000 of Cost Advance Premium TEXAS Construction Operations-Owner(Not 16292 C) 4,000,000 .628 2,512. Railroads)-Excluding Operations On Board Ships Minimum Balance to Equal Minimum Premium $1,560. All Other $4072 Policywriting Total Advance $4,072. FORMS AND ENDORSEMENTS other than applicable Forms and Endorsements shown elsewhere in the policy) Forms and Endorsements applying to the Coverage Part and made part of this policy at time of issue: `Information omitted if shown elsewhere in the policy **Inclusion of date optional. These declarations are part of the policy declarations containing the name of the Insured and the policy period. ML 1510 04 97 Includes copyrighted material of Insurance Services Office, Page 1 Inc.,with its permission MI 90 00 08 99 T MID-CONTINENT CASUALTY COMPANY 1437 S. BOULDER P. O. BOX 1409 TULSA OK 74119 OWNERS & CONTRACTORS PR GENERAL CHANGE ENDORSEMENT Policy No. 04-OCP-000013377 NAMED INSURED AND MAILING ADDRESS AGENCY AND MAILING ADDRESS CITY OF CORPUS CHRISTI 1230CP.COM 37-5502 1201 LEOPARD ST 555 CROTON ROAD, SUITE 206 CORPUS CHRISTI TX 78401 KING OF PRUSSIA PA 19406 POLICY PERIOD: FROM 02/0812017 TO 02108/2019 at 12:01 A.M.Standard Time at your mailing address shown above Nothing herein contained shall be held to vary, waive, alter, or extend any of the terms, conditions, agreements, or declarations of the undermentioned Policy other than as stated below. ENDORSEMENT NO: 001 EFFECTIVE 0210812017 THIS POLICY IS AMENDED AS SHOWN Adding Form: Mi 9006 10 97 Amendment of Cancellation Prov Adding Notice of Cancellation,under form 9 MI 9006,in favor of: Name-City of Corpus Christi Address-1201 Leopard St Address Continued-Corpus Christi,TX 78401 Number of Days Advance Notice-30 Pro-Rata: 1.000000 NO CHANGE IN PREMIUM: FORMS AND ENDORSEMENTS APPLYING TO THIS COVERAGE PART AND MADE PART OF THIS POLICY AT THIS TIME: ML1510(04197) M19006(10197) KING OF PRUSSIA Countersigned at: PA Date: 02/09/2017 By Authorized Representative MI 90 00 08 99 Page 1 of 1 111111111111111111111[111111111111111111111111111111 IIIII 11111 1111 111111111111111111111111111 11fli 1111111IIIII[111111][1111111111111111]1111111111111 1111111111111111111111111111 00 61 16 PAYMENT BOND BOND NO. SU 1142359 Contractor as Principal Surety Name: IPR South Central,LLC Name: Arch Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 131 N. Richey 3 Parkway Pasadena,TX 77506 Philadelphia, PA 19102 Physical address(principal place of business): 3 Parkway Owner Philadelphia, PA 19102 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: Missouri Corpus Christi,Texas 78469 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): E16255 City-Wide Wastewater Collection System 214/438-4087 ID/IQ Program FY16 Telephone(for notice of claim): 214/438-4087 Local Agent for Surety Name: Barden Insurance Award Date of the Contract: January 24,2017 Address:210 S. Carancahua Corpus Christi, TX 78403 Contract Price: $4,000,000.00 Bond Telephone: 214/438-4087 Email Address: Mdavis@archinsurance.com Date of Bond: January 30,2017 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number.1-800-252-3439 Payment Bond Form 00 61 16-1 E16255 City-Wide Wastewater Collection System ID/IQ Program FY16 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 some 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 I P R South Centra LLC Arch Insuran Comp y Signature: 1 ALM�YdSignature: ,&Ik Name: Bac Ong Name: 4 ann Dombrowski Title: Sr. General Manager Title: Attorney-in-Fact Email Address: bong@teamipr.com Email Address: Jdombrowski@alliant.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Farm 006116-2 E16255 City-Wide Wastewater Collection System ID/IQ Program FY16 7-5-2014 AIC 0000198603 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Jessica Piccirillo,Joann Dombrowski, Marion R.Vail and Russell M. Canterbury of Farmington, CT(EACH) its true and lawful Attorney(s)in-Fact,to make, execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars($90,000.000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. AIC 0 000 198603 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 11"'day of October,2016. Attested and Certified Arch Insurance Company rg���f1C� CQ wsSEAL t 4 1977 Patrick K. Nails, Secretary David M. ih nTEe stein, Executive Vice President STATE OF PENNSYLVANIA SS MI3f4tIt{ COUNTY OF PHILADELPHIA SS I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. arrnIoNwEAL'rH GR PIEkNSrL.vnNin NOTARX SEAL HELEN SZAFRAN,Notary Public City of PMaMphia,Pt",CourA M Crarrrrrssion E Ires Ober 3,117 elen Szafran, N tary PlublicV My commission expires 10/03/2017 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated October 11, 2016 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. W TIMONY WHFBE,OF, l have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of 20L7-- Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 g��:�pG� Co Philadelphia, PA 19102 �fi U wKwx.�S't 4� sut 197'I �(Sf911t� OOMLOOti 3 00 03 03 Page 2 of 2 Printed in U.S.A. Texas Department of Insurance CedifirateNo, 13253 0 CoMpanyNo. O8-093922 Certificate of Authority IRIS E3 TO CERTtF'Y THAT ARCH INSURANCE COKPANY FJWBAS CI'T'Y, MISSOURI W complied wlib the k" of the State of Tema VplicdIc d cmto aM ie hereby aathori=d to pact the bwinas3 of Fire; Allied Coveragesr Hail-growing crops only; Raint Inland Marine; Ocean Marine; Aircraft- -Liability & Physical Damage; &ccideat; rJea.lth; Workers, Compensation Eruployers` Liability; EnIcyars, Liability; xutomobi1e- -Liabi1ity & Physical Vamage; Liability other than Automobile; Fidelity & Surety: Glaee r Burglary & Thef:t j Forgery) Boiler & Machineryl Credit; Livestock and Reinsurance on all lines authorized to be written on a direct basis ioaumnce within the #we of Taxa. Thin Cerdfiasta of Authority shall be is f'It!! force and effect =dl It Is revoked,enwncalad or rig Aed amrdiag to law. IN ITUT MONY WHEREIDF,wim w my bx d and seat of offim a Auadca Tans,tyle 216t d,yof November A.D. 2000 , IM MON FMAYOR C SIONM of INSURANCE BY Godwia OfimbW,DirWor Company Closing&Regisuflon IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE "ISO iMPORTANTE To obtain information or make a complaint: Para obtener Informaclon o para someter una queja: You may call Arch Insurance Group's toll-free Usted puede Ilamar al numero de telefono gratis telephone number for information or to make a de Arch Insurance Group para informaclon o complaint at: para someter una queja al: 1-866-413-5550 1-856.413-5550 You may also write to Arch Insurance Group at: Usted tambifin puede escribir a Arch Insurance Group: Arch Insurance Group I Arch Insurance Group Harborside 3 Harborside 3 210 Hudson Street,Suite 300 210 Hudson Street,Suite 300 Jersey City,NJ 07311-1107 Jersey City,NJ 07311-1107 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O. Box 149091 P.O. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 Fax:(512)490-1007 Fax: (512)490-1007 Web:http://www.tdi.texas.gov Web:httpJ/www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si Ilene una disputa concemiente a su prima o a premium or about a claim you should contact un reclamo. debe comunicarse con el Arch the Arch insurance Group first. If the dispute is Insurance Group primero. Si no se resuelve to not resolved, you may contact the Texas disputa, puede entonces comunicarse can et Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de information y no se become a part or condition of the attached convierte en parte o condicion del documento document. adjunto. 00 ML0042 44 04 16 Page 1 of 1 006113 PERFORMANCE BOND BOND NO. SU 1142359 Contractor as Principal Surety Name: IPR South Central,LLC Name: Arch Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 131 N.Richey 3 Parkway Pasadena.TX 77506 Philadelphia, PA 19102 Physical address(principal place of business): Owner 3 Parkway Name: City of Corpus Christi,Texas Philadelphia, PA 19102 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: Missouri Corpus Christi,Texas 78469 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): E16255 City-Wide Wastewater Collection System 2141438-4087 ID/IQ Program FY16 Telephone (for notice of claim): 2141438-4087 Local Agent for Surety Name: Borden Insurance 210 S. Carancahua Award Date of the Contract:January 24,2017 Address: Corpus Christi,TX 78403 Contract Price: $4,000,000.00 Bond Telephone: 214/438-4087 Email Address:Mdavis@archinsurance.com Date of Bond: January 30, 2017 The address of the surety company to which any notice of claim should be sent may be obtained C (Date Bond cannot be earlier than Award Date from the Texas Dept.of Insurance by calling the of the Contract) following toll-free number.1-800-252-3439 Performance Bond 00 61 13-1 E16255 City-Wide Wastewater Collection System ID/IQ Program FY16 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 Principal Surety IPR South Centra C I-C Arch Insurance Campo y Signature: Signature: r ! & Name: Bac Ong Name: oann Dombrowski Title: Sr. General Manager Title: Attorney-in-Fact Email Address: bong@teamipr.com Email Address: jdombrowski@alliant.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 E16255 City-Wide Wastewater Collection System ID/IQ Program FY16 7-8-2014 AIC 0000198604 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Jessica Piccirillo,Joann Dombrowski,Marion R.Vail and Russell M. Canterbury of Farmington, CT(EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal,and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds,undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars($90.000,000,00). This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and fled with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U,S.A. AIC 0000198604 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 11`h day of October, 2016. Attested and Certified Arch Insurance Company tan" �O SUR U-j ,jjr.�-�^ Patrick K. Nails, Secretary David M. r—inFe stein, Executive Vice President STATE OF PENNSYLVANIA SSSi4ltf� COUNTY OF PHILADELPHIA SS I, Helen Szafran, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company,. a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. CO7•tAi0NV1'FJIR.TH OR PENN 6Yl.YAN1A N4TAR%kL SEAL HELEN SZAFRAN,Notary Public City of Ph4!ada!ptlia,villa.Countyy P.l CcmmYasian E lips 4Gtataer 3.2017 elen Szafran, N6t@ry ubli My commission expires 1010312017 CERTIFICATION I, Patrick K. Nails, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated October 11, 2016 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TEyja�TIMONY WgE�OF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this�`�J'�'�t day of.- 20_x. Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 � � '� Philadelphia,PA 19102 ,C LU KKIMAU �4 sUR 1917 ' �(SSOIIr� OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. Texas Department of Insurance (0 Certificate Nv. 13253 Company No. 08-093922 Certificate of Authority TM313 To MT1r-Y THAT ARCH ivsURMCE COMPANY KANSU CITY, KISSOURX bas complied with the laws of itis State of Tau applicable thereto mild is berecby authodZed to ultuact the boniness of Fire; Allied Coverages; Hail-growing craps only; Rains rnland Marine; ocean Marine; Aircraft- -Liability & Physical Dam oe; &cci.deatr Health; Workers, Coampsnsatio❑ & Employers' Liability; Employers' Liability, Automobile- -Liability & Physical Damage; Liabi3.1ty other than Automobile; Fidelity & Surety: alaee; Burglary & Theft; Forgerys Bailer & Machinery; Credit; Liveet:ack and Reinsurance an all lines authorized to be written on a direct basis insus=e widdn tb4 stave of Tmm. This Cerdficato of Authadty shalt be in lk3lt loom an+d effect until it Is rcvokecd can eted or vjsp Aod amrding to tsar. IN TE" MCINY VME EOF.wimm lily hind ud seal of ofte at Ausdn,Twcs:�dde 2lst drycf November AD. 2002 106E MONtEMAYoR C SIGNER Of INSURANCE BY Godwia bcd,Dk=or Company Llcming&Registration IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener Informacion o para someter una queja: You may call Arch Insurance Group's toll-free Usted puede Ilamar al numero de telefono gratis telephone number for information or to make a de Arch Insurance Group para informacion o complaint at: para someter una queja al: 1-866-413-5550 1-866.413-5550 You may also write to Arch Insurance Group at: Usted tambidn puede escribir a Arch Insurance + Group: I Arch Insurance Group Arch Insurance Group Harborside 3 Harborside 3 210 Hudson Street,Suite 300 210 Hudson Street,Suite 300 Jersey City,NJ 073114107 Jersey City, NJ 07311-1107 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener Informaclon coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: 1-600-252-3439 1-800-252439 You may write the Texas Department of Puede escribir at Departamento de Seguros de Insurance: Texas: P.O. Box 149091 P.O. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 Fax:(512)490-1007 Fax: (512)490-1007 Web:http://www.tdi.texas.gov Web:httpJ/www.tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si bene una disputa concemiente a su prima o a premium or about a claim you should contact un reclamo. debe comunicarse con el Arch the Arch insurance Group first. If the dispute is Insurance Group primero. Si no se resuelve la not resolved, you may contact the Texas d{sputa, puede entonces comunicarse con el Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE"ISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se become a part or condition of the attached convierte en parte o condicion del documento document. adjunto. 00 ML0042 44 04 16 Page 1 of 1